0% found this document useful (0 votes)
133 views42 pages

BILLING New

billing

Uploaded by

kanor
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
133 views42 pages

BILLING New

billing

Uploaded by

kanor
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
You are on page 1/ 42

Republika ng Pilipinas

National Irrigation Administration


CORDILLERA ADMINISTRATIVE REGION (CAR)
wangal, la trinidad, benguet

PHYSICAL & FINANCIAL STATUS


As of June 8, 2023
CIVIL WORKS CONSTRUCTION
NAME OF PROJECT : CW-ABRA-02-2023/CABAROAN SIP
Contract PERF. WT. Quantity Accomp.

Items of Work Unit Unit Amount Orig. Rev. This To -


Qty.
Cost (P) (%) (%) Period Date
DIRECT COST
I. CIVIL WORKS
A. Contract Works
I. CANAL STRUCTURE WORKS
a. Common Earth Excavation cu.m 5.23 236.90 1,238.99 0.08 5.23 5.23
b. Class A Concrete (211) cu.m 3.91 14,337.05 56,057.87 3.74 3.91 3.91
c. Class B Concrete (170) cu.m 0.54 15,565.52 8,405.38 0.56 0.54 0.54
d. Reinforcing Steel Bars kgs. 361.80 91.56 33,126.41 2.21 361.80 361.80
e. Rubble Masonry cu.m 0.58 10,864.97 6,301.68 0.42 0.58 0.58
II. CANALIZATION WORKS
a. Common Earth Excavation cu.m 199.53 201.81 40,267.15 2.68 199.53 199.53
b. Class B Concrete (170) cu.m 69.55 10,114.69 703,476.69 46.90 69.55 69.55
c. Reinforcing Steel Bars kgs. 2,782.00 96.57 268,657.74 17.91 2,782.00 2,782.00
d. Grouted Riprap cu.m 13.65 7,825.28 106,815.07 7.12 13.65 13.65
e. Backfill cu.m 88.64 174.72 15,487.18 1.03 88.64 88.64
III. TEMPORARY WORKS
a. Project Billboard lot 1.00 3,221.40 3,221.40 0.21 1.00 1.00
b. Emergency Facilities lot 1.00 66,782.10 66,782.10 4.45 1.00 1.00
c. Construction Safety & Health ls. 850.00 61.11 51,943.50 3.46 850.00 850.00
Sub - total (Contract Works) 1,361,781.16 90.77 -
A. Contract Supervision L.S. L.S. L.S. 41,013.59 2.73
B. Institutional Devt. Program L.S. L.S. L.S. 30,000.00 2.00
C. Construction Survey L.S. L.S. L.S. 41,013.59 2.73
D. Parcellary Mapping/Survey L.S. L.S. L.S. 20,000.00 1.33
D. Others L.S. L.S. L.S. 6,191.66 0.41
TOTAL DIRECT COST 100.00 -
1,500,000.00
INDIRECT COST
I. G.E.S.A. L.S. L.S. L.S.
II. MANAGEMENT FEE L.S. L.S. L.S.
TOTAL INDIRECT COST - -
GRAND TOTAL 1,500,000.00 190.77 -

Submitted:
RONALD A. BISQUERA
Provincial Head, ABRA
publika ng Pilipinas
rigation Administration
DMINISTRATIVE REGION (CAR)
al, la trinidad, benguet

AL & FINANCIAL STATUS


As of June 8, 2023
WORKS CONSTRUCTION
LOCATION: LUBA, ABRA

Value Actual Wtd. % of


% of Accomp. / Item
Accomp. / Item
of Work Expend.
Accomp. (P) PHY. FIN. PHY. FIN.

1,238.99 100.00 100.00 0.08 0.08


56,057.87 100.00 100.00 3.74 3.74
8,405.38 100.00 100.00 0.56 0.56
33,126.41 100.00 100.00 2.21 2.21
6,301.68 100.00 100.00 0.42 0.42

40,267.15 100.00 100.00 2.68 2.68


703,476.69 100.00 100.00 46.90 46.90
268,657.74 100.00 100.00 17.91 17.91
106,815.07 100.00 100.00 7.12 7.12
15,487.18 100.00 100.00 1.03 1.03

3,221.40 100.00 100.00 0.21 0.21


66,782.10 100.00 100.00 4.45 4.45
51,943.50 100.00 100.00 3.46 3.46
1,361,781.16 90.77
41,013.59 2.73
30,000.00 2.00
41,013.59 2.73
20,000.00 1.33
6,191.66 0.41
100.00
1,500,000.00

- -
1,500,000.01 100.00
CHECKLIST FOR CONTRACT PAYMENT

CONTRACT NUMBER: CW-ABRA-03-2023


NAME OF PROJECT: POB. BOLINEY CIS
LOCATION: Boliney, Abra First and Final Payment
NO PARTICULAR REMARKS

1 Contractor's Affidavit OK
2 Statement of Work Accomplished (SWA) OK
3 Report of Inspection OK
4 Certificate of Work Completion OK
5 Certificate of Test Run OK
6 Statement of Time Elapsed OK
7 Time Extension/Suspension/Resumption Orders none

Concrete Test Result or Manufactorer's Certification for


8 OK
HDPE pipes

9 Volumetric Computation (This billing) OK


10 Pictures (This billing) OK
11 Plans (This billing) color coded marked w/ GFC OK
12 Variation Order none
13 Approved Suspension/Extension Order none
14 Notice to Proceed Photocopy of the transmittal to
COA office
15 Contract Agreement
16 Notice of Award
17 Resolution of Award
18 Abstract of Bids as Calculated
19 Evaluation of Bids
20 Minutes of Bid Opening
21 Abstract of Bids as Read OK
22 Checklist of Financial Proposal
23 Checklist of Technical Proposal
24 Checklist of Eligibility Requirements
25 Invitation to Apply for Eligibility & to Bid
26 Approved Budget for the Contract
27 PPMP
28 POW
29 MOA FOR CONST'N
30 STAKE OUT SURVEY RESULT/MGT REPORT OK
31 MINUTES OF PRECON MEETING
32 DAILY INSPECTOR'S REPORT OK
33 WEATHER CHART OK
34 PHY & FIN STATUS REPORTS OK
STATEMENT OF WORK ACCOMPLISHED
For the Period of April 27, 2023 to July 07, 2023

PROJECT NAME: POBLACION BOLINEY CIS


CONTRACT NO: CW-ABRA-03-2023
PROJECT LOCATION: BOLINEY, ABRA
CONTRACTOR: DPJC CONSTRUCTION SERVICES
ACCOMPLISHM
ORIGINAL CONTRACT
ITEMS OF WORK UNIT QUANTITY
QTY UNIT COST AMOUNT (P) Previous This Period Total
I. DIVERSION WORKS
1 Common Structure Excavation cu.m 8.28 374.09 3,097.47 - 8.28 8.28
2 211 kg./sq.cm Reinforced Concrete cu.m 5.11 29,428.04 150,377.28 - 5.11 5.11
Sub-total 153,474.75
II. CANAL STRUCTURES
1 Common Structure Excavation cu.m 5.13 362.28 1,858.50 - 5.13 5.13
2 211 kg/sq.cm Reinforced Concrete cu.m 7.33 29,336.02 215,033.03 - 7.33 7.33
3 170 kg/sq.cm Reinforced Concrete cu.m 0.96 27,941.46 26,823.80 - 0.96 0.96
Sub-total 243,715.33
III. CANALIZATION WORKS
1 Common Earth Excavation cu.m 281.90 362.60 102,216.94 - 281.90 281.90
2 170 kg./sq.cm Reinforced Concrete cu.m 130.78 22,606.47 2,956,474.15 - 130.78 130.78
3 Backfill cu.m 121.25 306.56 37,170.40 - 121.25 121.25
4 Proc. And Delivery of 6"Dia. HDPE SDR17 Pipe l.m. 154.00 1,400.55 215,684.70 - 154.00 154.00
5 Installation of 6"Dia. HDPE SDR17 Pipe l.m. 154.00 101.37 15,610.98 - 154.00 154.00
Sub-total 3,327,157.17
IV. TEMPORARY WORKS
1 Project Billboard lot 1.00 3,221.40 3,221.40 - 1.00 1.00
2 Emergency Facility lot 1.00 72,605.40 72,605.40 - 1.00 1.00
3 Construction Safety and Health man-days 479.00 69.84 33,453.36 - 479.00 479.00
Sub-total 109,280.16
TOTAL 3,833,627.41
This Statement of Work Accomplished (SWA) will certify that I, the Contractor, accomplished the works Less previous payment----------------
above in accordance with the approved Good-For-Construction (GFC) plans, specifications, materials used in the Amount this payment------------------
project were controlled and passed all requirements and other requirements thereof.

Prepared by: Conformed: Checked:

#REF! JHON MICHAEL G. ALCALDE RONALD A. BISQUERA


#REF! Project-In-Charge Provincial Head, ABRA-SO

Recommending Approval: Approved:

LEONARDO A. LAMANGEN BENITO T. ESPIQUE, JR.


Acting Division Manager, EOD Regional Manager A
F WORK ACCOMPLISHED

FIRST AND FINAL PAYMENT


ACCOMPLISHMENT
PERCENTAGE REMARKS
AMOUNT (P) BALANCE (P)
Per Item Weighted

3,097.47 100.00% 0.08% 0.00 Completed


150,377.28 100.00% 3.92% 0.00 Completed
153,474.75 4.00% 0.00

1,858.50 100.00% 0.05% 0.00 Completed


215,033.03 100.00% 5.61% 0.00 Completed
26,823.80 100.00% 0.70% 0.00 Completed
243,715.33 6.36% 0.00

102,216.94 100.00% 2.67% 0.00 Completed


2,956,474.15 100.00% 77.12% 0.00 Completed
37,170.40 100.00% 0.97% 0.00 Completed
215,684.70 100.00% 5.63% 0.00 Completed
15,610.98 100.00% 0.41% 0.00 Completed
3,327,157.17 86.79% 0.00

3,221.40 100.00% 0.08% 0.00 Completed


72,605.40 100.00% 1.89% 0.00 Completed
33,453.36 100.00% 0.87% 0.00 Completed
109,280.16 2.85% 0.00
3,833,627.41 100.00% 0.00
₱ 0.00
₱ 3,833,627.41

Reviewed:

SAMMY A. KIMBUNGAN
Supervising Engineer A

BENITO T. ESPIQUE, JR.


Regional Manager A
REPORT OF INSPECTION
Project Name : POBLACION BOLINEY CIS
Contract Number : CW-ABRA-03-2023
Project Location : BOLINEY, ABRA
Contractor : DPJC CONSTRUCTION SERVICES

Purpose: FIRST AND FINAL PAYMENT


Date Inspected:

PROGRAMMED
ACCOMPLISHMENT
QTY. BALANCE
ITEMS OF WORK UNIT
ORIGINAL OR THIS QTY.
PREVIOUS PAYMENT TO DATE
FIRMED-UP
I. DIVERSION WORKS
1 Common Structure Excavation 8.28 cu.m 0.00 8.28 8.28 0.00
2 211 kg./sq.cm Reinforced Concrete 5.11 cu.m 0.00 5.11 5.11 0.00
II. CANAL STRUCTURES
1 Common Structure Excavation 5.13 cu.m 0.00 5.13 5.13 0.00
2 211 kg/sq.cm Reinforced Concrete 7.33 cu.m 0.00 7.33 7.33 0.00
3 170 kg/sq.cm Reinforced Concrete 0.96 cu.m 0.00 0.96 0.96 0.00
III. CANALIZATION WORKS
1 Common Earth Excavation 281.90 cu.m 0.00 281.90 281.90 0.00
2 170 kg./sq.cm Reinforced Concrete 130.78 cu.m 0.00 130.78 130.78 0.00
3 Backfill 121.25 cu.m 0.00 121.25 121.25 0.00
4 Proc. And Delivery of 6"Dia. HDPE SDR17 Pipe 154.00 l.m. 0.00 154.00 154.00 0.00
5 Installation of 6"Dia. HDPE SDR17 Pipe 154.00 l.m. 0.00 154.00 154.00 0.00
IV. TEMPORARY WORKS
1 Project Billboard 1.00 lot 0.00 1.00 1.00 0.00
2 Emergency Facility 1.00 lot 0.00 1.00 1.00 0.00
3 Construction Safety and Health 479.00 man-days 0.00 479.00 479.00 0.00

CERTIFICATION:

This report of inspection will certify that the items of work specified in the contract were 100.0 % accomplished by the Contractor following
the plans, specifications, and requirements thereof and had been duly inspected and accepted.
RECOMMENDATION:
Recommended for First and Final payment

CONTRACT MANAGEMENT COMMITTEE:


Field Office:

JHON MICHAEL G. ALCALDE REGIE C. BAUTISTA RONALD A. BISQUERA


Project-In-Charge Engineer A Provincial Head, ABRA-SO

Regional Office[Inspectorate Team]:

________________________________ JAYCO P. MATIAS


Member Chairperson

NIA-CAR-ENGG-INT-FORM10.4 REV.00
RECOMMENDING APPROVAL:

LEONARDO A. LAMANGEN
Acting Division Manager, EOD
APPROVED:

BENITO T. ESPIQUE, JR.


Regional Manager A

NIA-CAR-ENGG-INT-FORM10.4 REV.00
STATEMENT OF TIME ELAPSED
NAME OF PROJECT : POBLACION BOLINEY CIS
CONTRACT NO. : CW-ABRA-03-2023
NAME OF CONTRACTOR : DPJC CONSTRUCTION SERVICES

AMOUNT OF CONTRACT : ₱3,833,627.41


ORIGINAL FIRMED-UP NO. 1 :
LOCATION : BOLINEY, ABRA
FUND SOURCE : CIS 2023

Date of SWA : July 7, 2023


Date of effectivity of Contract : April 27, 2023
Contract Duration (Original) : 75.00 Calendar Days
Original Expiry Date : July 11, 2023
Approved Time Suspension #1 : 0.00 Calendar Days
Approved Time Suspension #2 : 0.00 Calendar Days
Approved Time Extension #1 : 0.00 Calendar Days
Approved Time Extension #2 : 0.00 Calendar Days
Revised Contract Duration : 75.00 Calendar Days
Revised Expiry Date of Contract : July 11, 2023
Total Contract Time Elapsed to Date : 71.00 Calendar Days
Percent Time Elapsed : 94.67%

Submitted by:

Noted by:
RONALD A. BIQUERA
Provincial Head, ABRA-SO
BENITO T. ESPIQUE, JR.
Regional Manager A

NIA-CAR-ENGG-INT-FORM10.1 REV.00
NIA-CAR-ENGG-INT-FORM10.1 REV.00
CERTIFICATE OF WORK COMPLETION
Date :

We, hereby certify that we have inspected every item of work of CW-ABRA-03-2023/POB. BOLINEY CIS
located at Pob. Boliney, Abra. Undertaken by DPJC CONSTRUCTION SERVICES owned and managed by Mr. Paulo
M. Dalisay. We have found out that the works in the total contract are 100.0 % completed following the approved
plans & specifications. The completed works were accepted accordingly, and the Contractor is entitled to
payment in the amount specified in the statement of work accomplished (SWA).

This certification, however, shall in no way relieve the contractor of the responsibility and obligation for
the satisfactory performance of the completed contract works in accordance with the mandate as contained
under R.A. 9184.

Field Office:

JHON MICHAEL G. ALCALDE REGIE C. BAUTISTA RONALD A. BISQUERA


Project-In-Charge Engineer A Provincial Head, ABRA-SO

Regional Office[Inspectorate Team]:

____________________________ JAYCO P. MATIAS


Member Chairperson
WITNESSES:

JULIUS BALAO-AS BENIDO S. BALAO-AS JR.


IA President Brgy. Chairman
Recommending Approval:

LEONARDO A. LAMANGEN
Acting Division Manager, EOD

Approved:

BENITO T. ESPIQUE, JR.


Regional Manager A

NIA-CAR-ENGG-INT-FORM10.3 REV.00
NIA-CAR-ENGG-INT-FORM10.3 REV.00
CERTIFICATE OF TEST RUN
Date:

We, thus, certify that a test run has been conducted on the completed Canalization works of the project POB.
BOLINEY CIS with contract number CW-ABRA-03-2023 and located at Pob. Boliney, Abra. Undertaken by Mr. Paulo
M. Dalisay, the general manager of DPJC CONSTRUCTION SERVICES, and was found out that the system is
functional/operational.

CONTRACT MANAGEMENT COMMITTEE:

Field Office:

JHON MICHAEL G. ALCALDE REGIE C. BAUTISTA RONALD A. BISQUERA


Project-In-Charge Engineer A Provincial Head, ABRA-SO

Regional Office[Inspectorate Team]:

____________________________ JAYCO P. MATIAS


Member Chairperson

Conformed:

JULIUS BALAO-AS BENIDO S. BALAO-AS JR.


IA President Brgy. Chairman

Recommending Approval:

LEONARDO A. LAMANGEN
Acting Division Manager, EOD

Approved:

NIA-CAR-ENGG-INT-FORM10.2 REV.00
BENITO T. ESPIQUE, JR.
Regional Manager A

NIA-CAR-ENGG-INT-FORM10.2 REV.00
VOLUMETRIC COMPUTATION ORCOMPUTATION OF QUANTITIES

Project NameREMINDERS:
: POBLACION BOLINEY CIS
Contract No.1.: ITEMS CW-ABRA-03-2023
OF WORKS INCLUDED IN THIS VOLUMETRIC COMPUTATION ARE THOSE ITEMS FOR PAYMENT "THIS
PERIOD"
Project Location : IN THE SWA
BOLINEY, ABRA
Contractor :2. FOR FIRST
DPJC&CONSTRUCTION
FINAL PAYMENT, ALL ITEMS OF WORK SHALL BE PROVIDED WITH COMPUTATIONS
SERVICES
3. LUMP###SUM ITEMS SHALL BE PROVIDED WITH DETAILED COMPUTATIONS.

Purpose: FIRST AND FINAL PAYMENT

A. DIVERSION WORKS
1. Common Structure Excavation
Diversion Dam Sta. 00+000 MC 01
Downstream Apron 7.00 x 6.05 x 0.20 = 8.470 cu.m
Downstream Cut- off wall 50% 0.20 x 6.05 x 1.70 = 2.057 cu.m
Dam Body 100% 7.00 x 2.60 x 1.80 = 32.760 cu.m
Intermediate Cut-off wall 50% 0.20 x 7.00 x 1.70 = 2.380 cu.m
Upstream Apron 100% 2.50 x 7.00 x 0.20 = 3.500 cu.m
Upstream Cut-off wall 50% 0.20 x 7.00 x 1.50 = 2.100 cu.m
Leftside Protection works 100% 13.50 x 0.50 x 1.400 = 9.450 cu.m
Rightside Protection works 7.80 x 0.40 x 1.400 = 4.368 cu.m
Rightside Protection works 6.00 x 0.50 x 1.400 = 4.200 cu.m
Part of Downstream Apron + 6.70 x 6.050 x 0.400 = 16.210 cu.m
Common Structure Excavation Total = 85.495 cu.m 7432 -7,346.51

2. 211 kg./sq.cm. Reinforced Concrete


Diversion Dam Sta. 00+000 MC 01
Downstream Apron 7.000 x 6.050 x 0.200 = 8.470 cu.m
Downstream Cut- off wall + 0.200 x 6.050 x 1.700 = 2.060 cu.m
End Sill + 0.600 x 6.050 x 0.300 = 1.090 cu.m
Part of Rubble Masonry Binder + 0.100 x 6.050 x 0.600 = 0.360 cu.m
Chute Blocks + 0.660 x 2.800 x 0.300 = 0.550 cu.m
Chute Blocks (Rightmost) + 0.660 x 0.450 x 0.300 = 0.090 cu.m
Dam wearing Surface + 3.530 x 5.250 x 0.200 = 3.710 cu.m
Wearing Surface thru sluice way + 2.940 x 0.800 x 0.200 = 0.470 cu.m
Side walls of sluice way + 1.170 x 0.400 x 0.500 = 0.230 cu.m
Rightmost RC wall + 1.927 x 0.200 x 0.616 = 0.240 cu.m
Canal/Barrel Top Cover + 2.700 x 0.950 x 0.200 = 0.510 cu.m
Rubble Masonry Binder + 2.688 x 7.000 x 0.100 = 1.880 cu.m
Intermediate Cut-off wall + 0.200 x 7.000 x 1.700 = 2.380 cu.m
Upstream Apron + 2.500 x 7.000 x 0.200 = 3.500 cu.m
Upstream Cut-off wall + 0.200 x 7.000 x 1.500 = 2.100 cu.m
Canal/part of + 2.700 x 0.550 x 0.450 = 0.670 cu.m
barrel - 2.700 x 0.300 x 0.300 = 0.240 cu.m
TOTAL = 28.070 Cu.m 0.467833333333 27.60

Page 15 of
3. Rubble Masonry
Diversion Dam Sta. 00+000 MC 01
Leftside Protection works 13.50 x 2.000 x 0.500 = 13.500 cu.m
Rightside Protection works + 7.80 x 2.000 x 0.400 = 6.240 cu.m
Rightside Protection works + 6.00 x 2.000 x 0.500 = 6.000 cu.m
Rightside Protection works + 1.34 x 0.500 x 0.500 = 0.340 cu.m
Core of Dam Body + 5.45 x 1.042 x 0.626 = 3.550 cu.m
Core of Dam Body + 5.45 x 1.163 x 0.452 = 2.860 cu.m
Core of Dam Body + 0.80 x 1.596 x 0.300 = 0.380 cu.m
Core of Dam Body + 0.80 x 0.905 x 0.452 = 0.330 cu.m
Core of Dam Body + 0.80 x 0.258 x 0.076 = 0.020 cu.m
+ 2.70 x 0.900 x 0.750 = 1.820 cu.m
- 2.70 x 0.450 x 0.550 = 0.670 cu.m
Part of Downstream Apron + 6.70 x 6.050 x 0.400 = 16.210 cu.m
Rubble Masonry Total = 50.580 Cu.m 8.43
B. CANALIZATION WORKS:
1. Common Structure Excavation
MC 01
Sta. 00+000 - Sta. 00+064 Vol.= 0.60 x 0.20 x 64.00 = 7.680 cu.m
Sta. 00+064 - Sta. 00+121 Vol.= 0.60 x 0.20 x 57.00 = 6.840 cu.m
Sta. 00+121 - Sta. 00+133 Vol.= 0.60 x 0.40 x 12.00 = 2.880 Cu.m
Sta. 00+133 - Sta. 00+163 Vol.= 0.60 x 0.40 x 30.00 = 7.200 cu.m
Common Structure Excavation Total = 24.600 Cu.m
2. 170 kg./sq.cm Plain Concrete Canal Lining
MC 01
Sta. 00+000 - Sta. 00+064 = 64.000 l.m
Sta. 00+064 - Sta. 00+121 = 57.000 l.m
Sta. 00+121 - Sta. 00+133 = 12.000 l.m
Sta. 00+133 - Sta. 00+163 = 30.000 l.m
= 163.00 l.m

Volume = Width x Depth x Length


0.65 x 0.40 x 163.00 = 42.380 l.m
- 0.40 x 0.30 x 163.00 = 19.560 l.m
170 kg./sq.cm Plain Concrete Canal Lining Total = 22.820 l.m

3. Grouted Riprap
Sta. 00+121 - Sta. 00+133 MC 01 -
Vol. = Width x Depth x Length Unit
0.75 x 1.80 x 12.00 x 1 = 16.200 cu.m
TOTAL = 16.200 Cu.m
Sta. 00+133 - Sta. 00+163 MC 01
Vol. = Width x Depth x Length Unit
0.75 x 2.50 x 30.00 x 1 = 56.250 cu.m
= 56.250 Cu.m
Grouted Riprap Total = 72.45 Cu.m

Page 16 of
4. Proc/Delivery and Inst'n. of 6"Ø HDPE PIPE SDR 13.5
MPL, 01
Sta. 00+163 - Sta. 00+200 = 37.000 l.m
Proc/Delivery and Inst'n. of 6"Ø HDPE PIPE SDR 13.5 Total = 37.000 L.m

C. CANAL STRUCTURES
Overhead Drainage
1. Common Structure Excavation
Sta. 00+064
Volume = Unit x Depth x Width x Length
1.00 x 0.625 x 0.10 x 1.50 = 0.09 cu.m
2.00 x 0.10 x 0.10 x 1.00 = 0.02 cu.m 0.6
= 0.11 Cu.m.
Rubble Masonry
Sta. 00+064
Vol. = Depth x Width x Length
0.50 x 0.60 x 7.00 = 2.10 cu.m
0.30 x 0.20 x 2.00 = 0.12 cu.m
0.20 x 1.00 x 2.00 = 0.40 cu.m
Rubble Masonry Total 2.62 cu.m
Common Structure Excavation Total = 2.73 Cu.m.

2. 211 kg./sq.cm. Reinforced Concrete


Overhead Drainage
Sta. 00+064 Unit
2.00 x 1.00 x 0.50 x 0.10 = 0.100 cu.m
2.00 x 1.00 x 0.50 x 0.10 = 0.100 cu.m
2.00 x 0.30 x 0.50 x 0.10 = 0.030 cu.m
0.625 x 1.50 x 0.10 = 0.094 cu.m
1.00 x 0.40 x 0.10 = 0.040 cu.m
0.70 x 1.00 x 0.10 = 0.070 cu.m
Overhead Drainage Total = 0.434 Cu.m.
3. Rubble Masonry
Sta. 00+064
Vol. =
0.60 x 2.50 x 7.00 = 10.50 cu.m
1.00 x 0.20 x 2.00 = 0.40 cu.m
0.20 x 0.30 x 2.00 = 0.12 cu.m -
Rubble Masonry Total = 11.02 Cu.m.

D. TEMPORARY WORKS
1. PROJECT BILLBOARD = 1.00 lot
Material Requirement
Tarpaulin Area = 8.00 ' x 8.00 ' = 64.00 sq.ft.
CWN (Assorted) = 0.50 kg. 152
Form lumber Bd.ft. = 2.00 '' x 2.00 '' x 12.00 ' x 9.00 pcs = 36.00 bd.ft. 36
12

Page 17 of
2. PROJECT FACILITIES = 1.00 lot
PLEASE REFER TO DETAILED PLANS AND DESIGN FOR REFERENCE

3. CONSTRUCTION SAFETY AND HEALTH


a. Personal Protective Equipment (PPE)

E. MISCELLANEOUS MATERIALS AND ACCESSORIES = 1.00 lot

Prepared and
Submitted by:

#REF!
#REF!

Verified by:
Field Office:
FOR SATELLITE OFFICES:
Conformed by:

__________________________ _________________________ ________________________


Project-In-Charge Inspectorate Team Provincial Head, ABRA-SO
Regional Office[Inspectorate Team]:

____________________________ ___________________________
Member Member

#NAME?
Chairperson Inspectorate Team
FOR IRRIGATION MANAGEMENT OFFICES: FOR CONTRACTS PROCURED AT RIO
Field Office:

_________________________ ______________________ _________________________ __________________


Project-In-Charge Inspectorate Member Inspectorate Member Chairperson
Regional Office[Inspectorate Team]:

________________________________ JAYCO P. MATIAS


Member Chairperson

Page 18 of
STATEMENT OF WORK ACCOMPLISHED
For the period of March 17, 2022 to September 13, 2022
PROJECT NAME: POSPOSOK TILAY SMALL IRRIGATION PROJECT
CONTRACT NO: CW-BENGUET-06-2022
PROJECT LOCATION: AMBONGDOLAN, TUBLAY, BENGUET
CONTRACTOR: DPJC CONSTRUCTION SERVICES
ACCOMPLISHMENT
REMINDERS: ORIGINAL CONTRACT FIRMED-UP CONTRACT
ITEMS OF WORK UNIT QUANTITY PERCENTAGE
1. ACCOMPLISHMENT AS OF THE EXPIRY DATE, SO REMOVE; AMOUNT (P)
QTY UNIT COST AMOUNT (P) QTY UNIT COST AMOUNT (P) Previous This Period Total Per Item Weighted
a. THE CERTIFICATION UNDER THIS SWA FORM
I. DIVERSION WORKS
b. THE PREVIOUS & AMOUNT THIS BILLING
1 Common Structure Excavation
2. THE ACCOMPLISHMENT AS OF THEcu.m THE EXPIRY
85.50 DATE271.16 23,184.18
SHALL BE THE SAME TO THE REPORT PREVIOUSLY 85.50 85.50 23,184.18 100.00% 0.72%
2 211 kg./sq.cm Reinforced
SUBMITTED Concrete cu.m
TO THE REGIONAL OFFICE. 28.07 26,116.61 733,093.24 15.00 15.00 391,749.15 53.44% 12.22%
3 Rubble Masonry3. PIC TO PREPARE THIS FORM NOT cu.m 50.58 14,464.77
THE CONTRACTOR 731,628.07 35.00 35.00 506,266.95 69.20% 15.79%
Sub-total 1,487,905.49 921,200.28 28.73%
II. CANALIZATION WORKS
1 Common Structure Excavation cu.m 24.60 235.61 5,796.01 24.60 24.60 5,796.01 100.00% 0.18%
2 170 kg/sqcm Plain Concrete Canal Lining cu.m 22.82 11,432.32 260,885.54 22.82 22.82 260,885.54 100.00% 8.14%
3 Grouted Riprap cu.m 72.45 12,956.14 938,672.34 72.45 72.45 938,672.34 100.00% 29.27%
4 Proc/Delivery and Inst'n. of 6" Ø HDPE PIPE SDR 13.5 lm 37.00 2,170.15 80,295.55 37.00 37.00 80,295.55 100.00% 2.50%
Sub-total 1,285,649.44 1,285,649.44 40.09%
III. CANAL STRUCTURES
1 Common Structure Excavation cu.m 2.73 233.54 637.56 2.73 2.73 637.56 100.00% 0.02%
2 211 kg./sq.cm Reinforced Concrete cu.m 0.43 29,885.35 12,850.70 0.43 0.43 12,850.70 100.00% 0.40%
3 Rubble Masonry cu.m 11.02 14,936.70 164,602.43 11.02 11.02 164,602.43 100.00% 5.13%
Sub-total 178,090.69 178,090.69 5.55%
IV. TEMPORARY WORKS
1 Project Billboard lot 1.00 3,402.00 3,402.00 - 0.00 0.00% 0.00%
2 Project Facilities lot 1.00 56,150.00 56,150.00 - 0.00 0.00% 0.00%
3 Construction Safety and Health
a. Personal Protective Equipment(PPE) man-days 6,227.00 18.27 113,767.29 6,227.00 6,227.00 113,767.29 100.00% 3.55%
Sub-total 173,319.29 113,767.29 3.55%
V. MISCELLANEOUS MATERIALS AND ACCESSORIES
1 Other Materials and Accessories LS 1.00 81,900.43 81,900.43 1.00 1.00 49,140.26 60.00% 1.53%
Sub-total 81,900.43 49140.26 1.53%
TOTAL 3,206,865.34 2,547,847.96 79.45%

FOR SATELLITE OFFICES:


Prepared by: Checked: Reviewed:

CONWAY A. PACHECO GODOFREDO B. VELAQUE SAMMY A. KIMBUNGAN


Project-In-Charge Provincial Head, Benguet Supervising Engineer A

Recommending Approval: Approved:

LEONARDO A. LAMANGEN BENITO T. ESPIQUE, JR.


Acting Division Manager, EOD Regional Manager A

FOR IRRIGATION MANAGEMENT OFFICES: FOR CONTRACTS PROCURED AT RIO


Prepared by: Checked: Reviewed:

__________________________ _____________________ _______________________


Project-In-Charge Unit Head, Construction Chief, Engineering Section

Recommending Approval: Approved:

_____________________________ _____________________ BENITO T. ESPIQUE, JR.


Division Manager, _________ IMO Division Manager, EOD Regional Manager A
RK ACCOMPLISHED
22 to September 13, 2022

REMARKS
BALANCE (P)

0.00 Completed
341,344.09 Ongoing
225,361.12 -do-
566,705.21

0.00 Completed
0.00 -do- -
0.00 -do-
0.00
0.00

0.00 Completed
0.00 -do-
0.00 -do-
0.00

3,402.00 Ongoing
56,150.00 -do-

0.00 Completed
59,552.00

32,760.17 Ongoing
32,760.17
659,017.38
0.00%

SAMMY A. KIMBUNGAN

_______________________
Chief, Engineering Section
STATEMENT OF LIQUIDATED DAMAGES
NIA MC 169 s.2020: Manual D
NAME OF PROJECT : #REF!
PAKYAW CONTRACT NO. : #REF!
LOCATION : #REF!
Fund Source : #REF!

EFFECTIVITY OF CONTRACT ………………………………………………….................................... : April 27, 2023


CONTRACT DURATION …………………………………………………………......................................... : 180 Calendar Days
ORIGINAL EXPIRY DATE ………………………………………………………................................. : October 23, 2023
APPROVED TIME EXTENSION……………………………………………………….............. : 89 Calendar Days
REVISED EXPIRY DATE AFTER TIME SUSPN'S/EXTEN'S………………………………..... : January 20, 2024
ORIGINAL AMOUNT OF CONTRACT …………………………………………........................... : 3,833,627.41
FIRMED-UP CONTRACT AMOUNT............................................................... 3,834,227.41
ACCOMPLISHMENT AS OF SEPTEMBER 13, 2022.................................................. : 2,547,847.96 66.45%
ACCOMPLISHMENT AS OF JANUARY 26, 2023................................................................. : 3,834,227.41 100.00
COST OF UNPERFORMED WORK …………………………………………............................ : 1,286,379.45
DATE COMPLETION OF UNPERFORMED WORKS ………………………………………….. : For the Period of April 27, 2023 t
NUMBER OF DAYS DELAYED …………………………………………………........................................... : #VALUE! Calendar Days

LIQUIDATED DAMAGES = ( 1/10 ) (1 % ) ( COST OF UNPERFORMED PORTION OF THE WORK FOR EVERYDAY OF DELAY)

= ( 1/10) ( 1 % ) x 1,286,379.45 Cost of unperformed works

DATE ACCOMPLISH- NO OF REMAINING COST OF LIQUIDATED DAMAGES


As of September 13, 2022 MENT
2,547,847.96 DAYS DAYS
#VALUE! UNPERFORMED
WORKS
As of For the Period of April 27, 3,834,227.41 #VALUE! 0 1,286,379.45 #VALUE!
TOTAL LIQUIDATED DAMAGES #VALUE!

Computed by: Reviewed by: Approved by:

JAYCO P. MATIAS ____________________ BENITO T. ESPIQUE, JR.


Supervising Engineer A Eng'g Section Head Regional Manager A
NIA MC 169 s.2020: Manual Delegated Authotities
REMINDER:
1. DATE CASTED SHALL NOT FALL ON THE SUS
2. DATE CASTED SHALL NOT BEFORE NTP DAT
3. SIGNED BY THE PIC AS WITNESS IF TEST HA
4. ALL INFORMATION IN THE TEST RESULTS S
5. TEST RESULTS SHALL BE TAKEN FOR EVERY
SPECIFICATIONS. 3 CYLDINDERS SHALL BE TA
L NOT FALL ON THE SUSPENSION PERIOD
L NOT BEFORE NTP DATE OR AFTER SWA DATE
AS WITNESS IF TEST HAD PASSED THE MINIMUM REQUIREMENTS
IN THE TEST RESULTS SHALL BE FILLED-UP
L BE TAKEN FOR EVERY 75 CU.M OF CONCRETE OR FRACTION THEREOF AS PER STANDARD
LDINDERS SHALL BE TAKEN EVERY POURING.
Name of Project:
Location:
Activity/Description:
BEFORE
Tank No. 03.
Sta. 01 + 420, EL. 1532.51 m.

BEFORE:
1. PICTURES ARE TAKEN BEFORE START OF
WORK, DURING JOINT STAKE-OUT SURVEY
DURING VALIDATION

DURING
Tank No. 03.
Sta. 01 + 420, EL. 1532.51 m.

DURING/ONGOING:
1. ACTIVITIES START FROM EXCAVATION
WORKS, GRAVEL BLANKET, RSB INSTALLATION,
FORMWORKS, ONGOING CONCRETING (W/
CONCRETE SAMPLE OR CYLINDER) & REMOVAL
OF FORMS
DURING/ONGOING:
1. ACTIVITIES START FROM EXCAVATION
WORKS, GRAVEL BLANKET, RSB INSTALLATION,
FORMWORKS, ONGOING CONCRETING (W/
CONCRETE SAMPLE OR CYLINDER) & REMOVAL
OF FORMS

COMPLETED
Tank No. 03.
Sta. 01 + 420, EL. 1532.51 m.

COMPLETED:
1. PROVIDE PICTURES WITH IRRIGATION WATER
FLOWING TO SUPPORT THE CERTIFICATE OF
TEST RUN
COMPLETED:
1. PROVIDE PICTURES WITH IRRIGATION WATER
FLOWING TO SUPPORT THE CERTIFICATE OF
TEST RUN

REMINDER:
1. PICTURES SHALL NOT BE STRETCH IN ONE DIRECTION
2. SELECT BEST PICTURES.
EX; FOR CANALS: NO SHARP CURVE, SIDEWALL THICKNESS ARE EVEN & VERTICAL, NO HONEY COMBS,
PROPERLY BACKFILLED, CLEAN INSIDE & TOPBANK, ETC.
FOR STRUCTURES: NO HONEY COMBS OR PROPERLY FINISHED, PROPERLY BACKFILLED, CLEAN
SORROUNDINGS OF THE STRUCTURE, ETC
3. PICTURES (BEFORE, DURING & AFTER) FOR ALL PROGRAMMED ITEMS OF WORKS, NUMBER OF STRUCTURES, ETC.
SHALL BE ATTACHED
- EACH UNIT OF STRUCTURES
- EXCAVATION WORKS (COMMON EXCAVATION, SOLID ROCK)
- DISPOSAL OF EXCESS EXCAVATED MATERILAS
- HAULING & INSTALLATION OF HDPE PIPES FOR DIFFERENT SIZES
4. INCOMPLETE PICTURES IS ONE OF THE MAJOR FACTORS DELAYING THE PROCESSING OF PAYMENTS
0, EL. 1532.51 m.

N BEFORE START OF
STAKE-OUT SURVEY OR
0, EL. 1532.51 m.

GATION WATER
TIFICATE OF
GATION WATER
TIFICATE OF

RES, ETC.
GENERAL REMINDERS:
1. NUMBER OF SETS TO BE PREPARED = 5 SETS & WILL BE DISTRIBUTED TO THE FOLLOWING;
- COA, RIO ENG'G, RIO FINANCE, IMO/SO & CASHIER
2. SUBMISSION OF REVISED/CORRECTED ATTACHMENTS OF PAID BILLINGS SHALL BE UP TO END OF EACH MONTH. THE
SUBMISSION OF BILLINGS DOCUMENTS TO COA OFFICE IS ALWAYS 1ST WEEK OF THE SUCCEEDING MONTH
OF EACH MONTH. THE
G MONTH
DATE : December 20, 2023

FOR : Regional Manager A


NIA Cordillera Administrative Region
Wangal, La Trinidad, Benguet

THRU : Division Manager A


Eng'g & Operation
Wangal, La Trinidad, Benguet
SUBJECT :
MANAGEMENT REPORT ON THE STAKE OUT SURVEY RESULT FOR THE CONSTRUCTION OF AMIAO CIS /
CW-ABRA-O4-2023 CLUSTER 01

BACKGROUND INFORMATION :

AMIAO CIS is located at Brgy Poblacion La Paz, Abra under Communal Irrigation System (CIS) C.Y. 2023. Has a
service area of hectares to irrigate after completion. The mode of implementation thru Contract Works awarded to
DAMAYA CONSTRUCTION SERVICES with Contract No. CW-ABRA-04-2023 CLUSTER 01 / AMIAO CIS. The scope
of works undertaken covers the Construction of Canalization & Canal Structure Works to benefit 5 female & 67 male
farmer beneficiaries. The system has a contract amount of 9,324,333.41 pesos.

PRESENT SITUATION :
As per our stake out survey of Amiao CIS has the following tabulation below.
THE PROJECT WOLL START AT THE FOLLOWING STATIONS.

STATION
FROM TO TYPE OF STRUCTURE
CANAL STRUCTURE
0+141 TURNOUT STRUCTURE # 1
0+185 THRESHER CROSSING
0+276 TURNOUT STRUCTURE # 2
0+546 TURNOUT STRUCTURE # 3

1+012 BULLCART CROSSING MC


1+341 TURNOUT STRUCTURE # 1 MC
CANAL STRUCTURE
0+000 0+141 CANAL LINING
0+141 0+185 CANAL LINING
0+185 0+276 CANAL LINING
0+276 0+546 CANAL LINING
0+456 0+625 CANAL LINING

0+970 1+012 CANAL LINING MC


1+012 1+341 CANAL LINING MC
1+341 1+808 CANAL LINING MC

NIA-CAR-ENGG-INT-FORM10.1 REV.00
As per result of stake out survey, the following tabulation found out that there are no changes in stationing.

PRESENT SITUATION :

As per result of stake out survey found out that there are no changes in stationing, The plans are good for construction. The contractor
was advised to start immediately the construction activities.

NIA-CAR-ENGG-INT-FORM10.1 REV.00
RECOMMENDATION/S :

To fast tract the delivery of construction materials and construction activities to complete the project in schedule.

Prepared by:

NIA-CAR-ENGG-INT-FORM10.1 REV.00

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy