You are on page 1of 37

Republic of the Philippines

Department of Public Works and Highways


Implementing Office
PROPOSED VARIATION ORDER NO.: 1
Contract ID : 21ED0125
Contract Name & Location : Construction of Pola ABC Building, Pola, Oriental Mindoro
Name of Contractor: Greenfield Construction

You are hereby directed to make herein described changes from the plans and specifications of the following described work not included in the plans and specifications:

DESCRIPTION OF WORK TO BE DONE :

ADDITIVE INTRODUCTION OF NEW ITEM

902(2) Formworks And Falseworks - - L.S. 1013(2)a2 Embankment From Borrow - 1.00 L.S.

1027(1) Cement Plaster Finish - - M^2 Aluminum Framed Glass Door

1051(6) Railing - 0.00 M^3 Aluminum Glass Window (Sliding/Casement/Awning/Fixed Type)

1003(1)a1 Glazed Tiles and trims - 0.00 M^3 Aluminum Cladding

1018(5) Lighting Fixtures - 0.00 M^3 Waterproofing, Cement-Base

Sewer Line Works


Plumbing Fixtures
Cold Water Lines
Pole Mounted Distribution Transformer With Complete Accessories

DEDUCTIVE DELETION OF ITEM

800 (1) Clearing and Grubbing - 106.98 sq.m.

803(1)a Structure Excavation, Common Soil - 140.93 cu.m.

803(1)a Embankment from Roadway Structure Excavation - 96.94 cu.m.

804(4) Gravel Fill - 17.68 cu.m.

900(1)c2 Structural Concrete (Footing and Slab on Fill), A 28 Days - 76.30 cu.m.

900(1)c3 Structural Concrete (Footing Tie Beams) 28 Days, A - 5.99 cu.m.

900(1)c4 Structural Concrete (Column), A, 28 Days - 0.13 cu.m.

900(1)c5 Structure Concrete (Beam/Girders), A, 28 Days - 28.60 cu.m.

900(1)c6 Structural Concrete (Column), A, 28 Days - 21.45 cu.m.


902(1)a Structural Concrete (Column), A, 28 Days - 659.21 kg.

REASON FOR CHANGE : Due to Extra Work - To suit actual field condition leading to revision of plans.
CHANGE REQUESTED BY : Project Engineer, DPWH

ITEMIZED QUANTITIES AND COST OF REVISION IS SHOWN IN THE ATTACHED BILL OF QUANTITIES AND COST ESTIMATE

Original Contract Cost: 9,486,378.61


Difference in Cost due to this Change: - 18.38
We the undersigned Contractor/s have given careful consideration to the change proposed and hereby agree, if this proposal is
Net Cost of Previous Change: -
approved that we will provide all equipment, furnish all materials except as maybe otherwise be noted and perform all services
Total Cost of Change: - 18.38
necessary for work above specified and will accept as full payment thereto the prices shown on the second page of the attached sheet.
Estimated Revised Contract Amount: 9,486,360.23

Percentage Change in Original Contract Value (+) or (-):


0.00%
Concurred by: Original Contract Duration: 168 C.D.

Total Approved Contract Time Extension Prior to this VO: 0


C.D.
Time Extension due to this V.O. 0 C.D.
ANNALIZA M. PLATA Revised Contract Duration 168 C.D.
Contractor Effectivity of Contract March 08, 2022
ACCEPTED DATE : Original Contract Expiry Date August 22, 2022
Revised Contract Date August 22, 2022

Prepared by: Checked & Submitted by: Recommending Approval: APPROVED :

ROBERT M. GONDA ROMAN A. ANTE ALBIEN M. MAHIA ERWIN DG. UMALI


Project Engineer Chief, Construction Section OIC - Assistant District Engineer OIC - District Engineer
Date : _________________________
Note: This Variation Order is not effective until approved.

PIF-12-VO-01A Rev 00
Contract ID : 21ED0125
Contract Name : Construction of Pola ABC Building, Pola, Oriental Mindoro
Location : Pola, Oriental Mindoro
Contractor : Greenfield Construction

ITEMIZED COST OF REVISION


Proposed Variation Order No. 1

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. 1


\ PROPOSED REVISED CONTRACT COST
Pay Item
Pay Item Description EXTRA WORK ORDER DUE TO VARIATION ORDER No. 1 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT

B.3 PERMITS AND CLEARANCES L.S. 1.00 9,030.00 9,030.00 0.00 - 0.00 - 1.00 9,030.00

B.5 PROJECT BILLBOARD/ SIGNBOARD EACH 1.00 4,131.87 4,131.87 0.00 - 0.00 - 1.00 4,131.87

B.7 (2) OCCUPATION SAFETY & HEALTH PROGRAM L.S. 1.00 74,699.78 74,699.78 0.00 - 0.00 - 1.00 74,699.78

B.9 MOBILIZATION/DEMOBILIZATION L.S. 1.00 34,672.93 34,672.93 0.00 - 0.00 - 1.00 34,672.93

800 (1) CLEARING AND GRUBBING M^2 232.80 43.02 10,015.06 0.00 - 106.98 4,602.28 125.82 5,412.78

803(1)a STRUCTURE EXCAVATION, COMMON SOIL M^3 396.75 209.02 82,928.69 0.00 - 140.93 29,457.19 255.82 53,471.50

EMBANKMENT FROM
803(1)a M^3 202.08 177.29 35,826.76 0.00 - 96.94 17,186.49 105.14 18,640.27
ROADWAY/STRUCUTRE EXCAVATION

804(4) GRAVEL FILL M^3 24.43 1,214.64 29,673.66 0.00 - 17.68 21,474.84 6.75 8,198.82

STRUCTURAL CONCRETE (FOOTINGS AND


900(1)c2 M^3 121.30 6,145.01 745,389.71 0.00 - 76.30 468,864.26 45.00 276,525.45
SLAB ON FILL),A 28 DAYS
STRUCTURAL CONCRETE (FOOTING TIE
900(1)c3 M^3 17.93 6,815.96 122,210.16 0.00 - 5.99 40,827.60 11.94 81,382.56
BEAMS ) 28 DAYS, A
STRUCTURAL CONCRETE (COLUMN), A 28
900(1)c4 M^3 34.40 6,815.96 234,469.02 0.00 - 0.13 886.07 34.27 233,582.95
DAYS
STRUCTURAL CONCRETE (SUSPENDED
900(1)c5 M^3 60.21 6,145.01 369,991.05 0.00 - 28.60 175,747.29 31.61 194,243.77
SLAB), A 28 DAYS
STRUCTURAL CONCRETE
900(1)c6 M^3 44.94 6,815.96 306,309.24 0.00 - 21.45 146,202.34 23.49 160,106.90
(BEAM/GIRDERS), A, 28 DAYS
REINFORCING STEEL (DEFORMED), GRADE
902(1)a KG 22,302.40 70.74 1,577,671.78 0.00 - 659.21 46,632.52 21,643.19 1,531,039.26
40

902(2) FORMWORKS AND FALSEWORKS M^2 105.93 1,169.86 123,923.27 386.76 452,455.05 0.00 - 492.69 576,378.32

CHB NON-LOAD BEARING (INCLUDING


1046(2)a1 M^2 186.65 604.26 112,785.13 0.00 - 88.73 53,615.99 97.92 59,169.14
REINFORCING STEEL),100mm
CHB NON-LOAD BEARING (INCLUDING
1046(2)a2 M^2 642.51 681.42 437,819.16 0.00 - 177.65 121,054.26 464.86 316,764.90
REINFORCING STEEL),150mm

1010(4) WOODEN DOORS AND WINDOWS L.S. 1.00 246,327.19 246,327.19 0.00 - 1.00 174,423.05 0.00 71,904.14

ALUMINUM GLASS WINDOW (SLIDING


1008 (1)a M^2 99.12 7,704.59 763,678.96 0.00 - 99.12 763,678.96 0.00 -
TYPE)
ALUMINUM GLASS WINDOWS (CASEMENT
1008(1)b M^2 4.32 6,797.26 29,364.16 0.00 - 4.32 29,364.16 0.00 -
TYPE)

SUBTOTAL 5,350,917.58 452,455.05 2,094,017.30 - 3,709,355.34

Prepared by: Verified as to Unit Cost: Verified as to Quantities:

ROBERT M. GONDA ROMAN


Chief, A. ANTE
Construction Section EDWIN
Chief, PlanningA.
& CABRAL
Design Section
Project Engineer

Conformed:

ANNALIZA M. PLATA
Contractor

PIF-12-VO-02A Rev 00
Contract ID : 21ED0125
Contract Name : Construction of Pola ABC Building, Pola, Oriental Mindoro
Location : Pola, Oriental Mindoro
Contractor : Greenfield Construction

ITEMIZED COST OF REVISION


Proposed Variation Order No. 1

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. 1


CHANGE ORDER PROPOSED REVISED CONTRACT COST
Pay Item DUE TO VARIATION ORDER No. 1
Pay Item Description EXTRA WORK ORDER REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE

QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT

1021(1)c CEMENT FLOOR FINISH, PLAIN M^2 150.32 335.95 50,500.00 0.00 - 37.87 12,722.43 112.45 37,777.58

1027(1) CEMENT PLASTER FINISH M^2 1,116.86 168.32 187,989.88 8.70 1,464.38 - - 1,125.56 189,454.26

1051(6) RAILINGS L.S. 1.00 292,523.48 292,523.48 1.00 128,691.37 0.00 - 1.00 421,214.85

CEILING, FIBER CEMENT BOARD, 4.5mm,


1003(1)a1 M^2 505.72 1,048.22 530,105.82 0.00 - 210.08 220,210.06 295.64 309,895.76
METAL FRAME

1018(5) GLAZED TILES M^2 141.60 1,340.13 189,762.41 76.06 101,930.29 0.00 - 217.66 291,692.70

1018(2) UNGLAZED TILES M^2 433.61 1,486.78 644,682.68 0.00 - 355.15 528,029.92 78.46 116,652.76

1032(1)a PAINTING WORKS, MASONRY/CONCRETE M^2 1,116.86 186.84 208,674.12 0.00 - 554.08 103,524.31 562.78 105,149.82

PREPAINTED METAL SHEETS LONG SPAN,


1014(1)b2 M^2 207.48 771.03 159,973.30 0.00 - 201.27 155,185.21 6.21 4,788.10
RIB TYPE, ABOVE 0.427mm, LONG SPAN
FABRICATED METAL ROOFING
1013(2)b1 M 22.00 446.24 9,817.28 0.00 - 19.50 8,701.68 2.50 1,115.60
ACCESSORY, GAUGE 24, GUTTER
FABRICATED METAL ROOFING
1013(2)a2 M 22.00 315.33 0.00 - 13.90 4,383.09 8.10 2,554.17
ACCESSORY, GAUGE 26, FLASHING

1047(2)a STRUCTURAL STEEL, TRUSSES KG 5,833.59 81.33 474,445.87 0.00 - 5,833.59 474,445.87 - -

1047(2)b STRUCTURAL STEEL PURLINS KG 807.25 83.61 67,494.17 0.00 - 775.05 64,801.93 32.20 2,692.24

1003(11)a1 FASCIA BOARD M 22.00 259.06 5,699.32 0.00 - 22.00 5,699.32 - -

METAL STRUCTURE ACCESORRIES (STEEL


1047(6) KG 1,136.65 97.34 110,641.51 0.00 - 1,136.65 110,641.51 - -
PLATES)

1047(7)a METAL STRUCTURE ACCESSORIES, BOLTS PC 134.00 64.38 8,626.92 0.00 - 134.00 8,626.92 - -

1001(9) STORM DRAINAGE AND DOWNSPOUT L.S. 1.00 21,314.88 21,314.88 0.00 - 1.00 11,905.13 1.00 9,409.75

1002(27) PLUMBING WORKS L.S. 1.00 573,267.05 573,267.05 0.00 - 1.00 573,267.05 - -

1001(11) SEPTIC VAULT (CONCRETE/CHB) L.S. 1.00 150,678.55 150,678.55 0.00 - 1.00 90,716.22 1.00 59,962.33

1001(5)b CATCH BASIN EACH 7.00 999.45 6,996.15 0.00 - 2.00 1,998.90 5.00 4,997.25

CONDUIT, BOXES, AND FITTINGS


1100(10) L.S. 1.00 112,422.21 112,422.21 0.00 - 1.00 65,930.65 1.00 46,491.56
(CONDUIT WORKS/CONDUIT ROUGH-IN)

SUBTOTAL 3,686,197.24 232,086.04 2,372,860.65 - 1,603,848.73

Prepared by: Verified as to Unit Cost: Verified as to Quantities:

ROBERT M. GONDA ROMAN


Chief, A. ANTE
Construction Section EDWIN
Chief, PlanningA.
& CABRAL
Design Section
Project Engineer

Conformed:

ANNALIZA M. PLATA
Contractor

PIF-12-VO-02A Rev 00
Contract ID : 21ED0125
Contract Name : Construction of Pola ABC Building, Pola, Oriental Mindoro
Location : Pola, Oriental Mindoro
Contractor : Greenfield Construction
ITEMIZED COST OF REVISION
Proposed Variation Order No. 1

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. 1


CHANGE ORDER PROPOSED REVISED CONTRACT COST
Pay Item
Pay Item Description EXTRA WORK ORDER DUE TO VARIATION ORDER No. 1 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT
ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT

1101(33) WIRES AND WIRING DEVICES L.S. 1.00 ### 180,002.45 0.00 - 1.00 84,526.37 1.00 95,476.08

PANELBOARD WITH MAIN AND BRANCH sq.m.


1102(1) 1.00 30,813.12 30,813.12 0.00 - 1.00 6,145.34 1.00 24,667.78
BREAKERS

1103(1) LIGHTING FIXTURES sq.m. 1.00 ### 112,092.60 1.00 3,283.10 0.00 - 1.00 115,375.70

804(1)b EMBANKMENT FROM BORROW cu.m. 875.20 0.00 - 875.20 - 25.10 21,967.60 25.10 21,967.60

### ALUMINUM FRAMED GLASS DOOR sq.m. 8,598.85 0.00 - 8,598.85 - 37.96 326,412.20 37.96 326,412.20

ALUMINUM GLASS WINDOW


### (SLIDING/CASEMENT/AWNING/FIXED sq.m. 7,727.50 0.00 - 7,727.50 - 41.94 324,091.35 41.94 324,091.35
TYPE)

1039(1) ALUMINUM CLADDING sq.m. 3,106.07 0.00 - 3,106.07 - 456.09 1,416,648.12 456.09 1,416,648.12

1016(1)a WATERPROOFING, CEMENT-BASE m. 195.38 0.00 - 195.38 - 115.34 22,535.10 115.34 22,535.10

1001(8) SEWER LINE WORKS m. 32,420.46 0.00 - 32,420.46 - 1.00 32,420.46 1.00 32,420.46

1002(4) PLUMBING FIXTURES m. ### 0.00 - 120,979.20 - 1.00 120,979.20 1.00 120,979.20

1002(24) COLD WATER LINES kg. 37,736.21 0.00 - 37,736.21 - 1.00 37,736.21 1.0 37,736.21

POLE MOUNTED DISTRIBUTION


1102(10) TRANSFORMER WITH COMPLETE kg. ### 0.00 - 319,883.82 - 1.00 319,883.82 1.00 319,883.82
ACCESSORIES

1201(8) WATER TANK L.S. ### 0.00 - 367,716.11 - 1.00 367,716.11 1.00 367,716.11

1200(13)a AIRCONDITIONING (PACKAGE/SPLIT TYPE) L.S. ### 0.00 - 947,246.43 - 1.00 947,246.43 1.00 947,246.43

SUBTOTAL 322,908.17 3,283.10 90,671.71 3,937,636.60 4,173,156.16

GRAND TOTAL 9,360,022.99 - 687,824.19 - 4,557,549.66 - 3,937,636.60 - 9,486,360.23

Prepared by: Verified as to Unit Cost: Verified as to Quantities:

ROMAN
Chief, A. ANTE
Construction Section EDWIN
Chief, PlanningA.
& CABRAL
Design Section
Project Engineer

Conformed:

ANNALIZA M. PLATA
Contractor

PIF-12-VO-02A Rev 00
Contract ID : 21ED0125
Contract Name : Construction of Pola ABC Building, Pola, Oriental Mindoro
Location : Pola, Oriental Mindoro
Contractor : Greenfield Construction

ITEMIZED COST OF REVISION


Proposed Variation Order No. ___

ORIGINAL CONTRACT REVISED CONTRACT DUE TO PREVIOUS V.O. PROPOSED VARIATION ORDER No. ___
PROPOSED REVISED CONTRACT COST DUE
Pay Item No. Pay Item Description CHANGE ORDER TO VARIATION ORDER No. ___ REMARKS
EXTRA WORK ORDER
UNIT QTY UNIT PRICE TOTAL AMOUNT UNIT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT

B.3 PERMITS AND CLEARANCES L.S. 1.00 9,030.00 9,030.00 L.S. 1.00 9,030.00 9,030.00 - - - 1.00 9,030.00

B.5 PROJECT BILLBOARD/ SIGNBOARD EACH 1.00 4,131.87 4,131.87 EACH 1.00 4,131.87 4,131.87 - - - 1.00 4,131.87
OCCUPATION SAFETY & HEALTH
B.7 (2) L.S. 1.00 74,699.78 74,699.78 L.S. 1.00 74,699.78 74,699.78 - - - 1.00 74,699.78
PROGRAM
B.9 MOBILIZATION/DEMOBILIZATION L.S. 1.00 34,672.93 34,672.93 L.S. 1.00 34,672.93 34,672.93 - - - 1.00 34,672.93

800 (1) CLEARING AND GRUBBING M^2 232.80 43.02 10,015.06 M^2 125.82 43.02 5,412.78 - - - 125.82 5,412.78
STRUCTURE EXCAVATION, COMMON
803(1)a M^3 396.75 209.02 82,928.69 M^3 255.82 209.02 53,471.50 - - - 255.82 53,471.50
SOIL
EMBANKMENT FROM
803(1)a M^3 202.08 177.29 35,826.76 M^3 105.14 177.29 18,640.27 - - - 105.14 18,640.27
ROADWAY/STRUCUTRE EXCAVATION
804(4) GRAVEL FILL M^3 24.43 1,214.64 29,673.66 M^3 6.75 1,214.64 8,198.82 - - - 6.75 8,198.82
STRUCTURAL CONCRETE (FOOTINGS
900(1)c2 M^3 121.30 6,145.01 745,389.71 M^3 45.00 6,145.01 276,525.45 - - - 45.00 276,525.45
AND SLAB ON FILL),A 28 DAYS
STRUCTURAL CONCRETE (FOOTING
900(1)c3 M^3 17.93 6,815.96 122,210.16 M^3 11.94 6,815.96 81,382.56 - - - 11.94 81,382.56
TIE BEAMS ) 28 DAYS, A
STRUCTURAL CONCRETE (COLUMN), A
900(1)c4 M^3 34.40 6,815.96 234,469.02 M^3 34.27 6,815.96 233,582.95 - - - 34.27 233,582.95
28 DAYS
STRUCTURAL CONCRETE (SUSPENDED
900(1)c5 M^3 60.21 6,145.01 369,991.05 M^3 31.61 6,145.01 194,243.77 - - - 31.61 194,243.77
SLAB), A 28 DAYS
STRUCTURAL CONCRETE
900(1)c6 M^3 44.94 6,815.96 306,309.24 M^3 23.49 6,815.96 160,106.90 - - - 23.49 160,106.90
(BEAM/GIRDERS), A, 28 DAYS
REINFORCING STEEL (DEFORMED),
902(1)a KG 22302.40 70.74 1,577,671.78 KG 21643.19 70.74 1,531,039.26 - - - 21643.19 1,531,039.26
GRADE 40
Err:509 Err:509 ### Err:509 Err:509 Err:509 ### Err:509 Err:509 Err:509 Err:509 Err:509 Err:509 Err:509 Err:509

Err:509 Err:509 Err:509 Err:509 Err:509 Err:509

Prepared by: Verified as to Unit Cost: Verified as to Quantities

ROBERT M. GONDA ROMAN A. ANTE EDWIN A. CABRAL


Project Engineer Chief, Construction Section Chief, Planning & Design Section

Concurred:

ANNALIZA M. PLATA
Contractor

PIF-12-VO-03A Rev 00
Contract ID :
Contract Name :
Location :
Contractor :

ITEMIZED COST OF REVISION


Proposed Variation Order No. ___

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. ___


PROPOSED REVISED CONTRACT
CHANGE ORDER COST DUE TO VARIATION ORDER No.
Pay Item
Pay Item Description UNIT TOTAL EXTRA WORK ORDER ___ REMARKS
No. UNIT QTY ADDITIVE DEDUCTIVE
PRICE AMOUNT
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT

Prepared by: Checked by: Submitted by : Verified as to Unit Cost: Verified as to Quantities

NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE
BOC
Project Engineer Project Manager Project Director BOD Director
Director
DPWH & Consultant, if any DPWH & Consultant, if any (if BOC is not the IO)

Conformed:

NAME & SIGNATURE


Contractor

PIF-12-VO-02B Rev 00
Republic of the Philippines
Department of Public Works and Highways
(IMPLEMENTING OFFICE)
(Adress)

PROPOSED VARIATION ORDER NO. ___

PROJECT/LOCATION :

TO:

You are hereby directed to make herein described changes from the plans and specifications of the following described work not included in the plans and specifications:

DESCRIPTION OF WORK TO BE DONE :

REASON FOR CHANGE :

CHANGE REQUESTED BY :

ITEMIZED QUANTITIES AND COST OF REVISION IS SHOWN ON THE ATTACHED BILL OF QUANTITIES

We the undersigned Contractor/s have given careful consirderation to the change proposed and hereby agree, if Original Contract Amount : :
this proposal is approved that we will provide all equipment, furnish all materials except as maybe otherwise be Revised Contract Amount :
noted and perform all service necessary for work above specified and will accept as full payment thereto the (+) Additive :
prices shown on the attached sheet. (-) Deductive :
Difference of Cost to this Change: :
Net Cost of Previous Change :
Total Cost of Change :
Estimated Revised Contract Amount :
ACCEPTED BY: Percentage of Change in Original Contract :
Original Contract Time :
NAME & SIGNATURE Approved additional Contract Time due to V.O. :
Contractor Revised Contract Time :
DATE: Effectivity of Contract :
Original Expiry Date :
Revised Expiry Date :

SUBMITTEDY: CHECKED BY: RECOMMENDING APPROVAL:

NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE


Project Engineer Chief Construction Sect./ Asst. District Engineer/
Chief Construction Div./ Asst. Regional Director/
Project Manager/ Undersecretary
Project Director
APPROVED:

NAME & SIGNATURE


District Engr./Regional Director/ Undersecretary/Secretary

Note: This Variation Order is not effective until approved.


Republic of the Philippines
Department of Public Works and Highways
(IMPLEMENTING OFFICE)
(Adress)

PROPOSED VARIATION ORDER NO. ___

PROJECT/LOCATION :

TO:

You are hereby directed to make herein described changes from the plans and specifications of the following described work not included in the plans and specifications:

DESCRIPTION OF WORK TO BE DONE :

REASON FOR CHANGE :

CHANGE REQUESTED BY :

ITEMIZED QUANTITIES AND COST OF REVISION IS SHOWN ON THE ATTACHED BILL OF QUANTITIES

We the undersigned Contractor/s have given careful consirderation to the change proposed and hereby agree, if this proposal is approved Original Contract Amount : :
that we will provide all equipment, furnish all materials except as maybe otherwise be noted and perform all service necessary for work Revised Contract Amount :
above specified and will accept as full payment thereto the prices shown on the attached sheet. (+) Additive :
(-) Deductive :
Difference of Cost to this Change: :
Net Cost of Previous Change :
Total Cost of Change :
Estimated Revised Contract Amount :
ACCEPTED BY: Percentage of Change in Original Contract :
Original Contract Time :
NAME & SIGNATURE Approved additional Contract Time due to V.O. :
Contractor Revised Contract Time :
Effectivity of Contract :
Original Expiry Date :
Revised Expiry Date :

RECOMMENDING APPROVAL:
PREPARED BY:

NAME & SIGNATURE


NAME & SIGNATURE Assistant Secretary
Project Engineer Asst. District Engineer/ Asst. Regional Director

SUBMITTED BY APPROVED:

NAME & SIGNATURE NAME & SIGNATURE


Section/Division Chief Undersecretary
Construction Section/Division District Engineer/Regional Director
Contract ID :
Contract Nam:
Location :
Contractor :

ITEMIZED COST OF REVISION


Proposed Variation Order No. ___

REVISED CONTRACT DUE TO


ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. ___
PREVIOUS V.O. PROPOSED REVISED CONTRACT
COST DUE TO VARIATION ORDER
Pay Item No. Pay Item Description CHANGE ORDER REMARKS
UNIT TOTAL UNIT TOTAL EXTRA WORK ORDER No. ___
UNIT QTY UNIT QTY ADDITIVE DEDUCTIVE
PRICE AMOUNT PRICE AMOUNT
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT

Prepared by: Checked and Submitted by : Submitted by : Verified as to Unit Cost: Verified as to Quantities

NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE
Project Engineer Project Manager Project Director BOC Director BOD Director
DPWH & Consultant, if any DPWH & Consultant, if any (if BOC is not the IO)

Concurred:

NAME & SIGNATURE


Contractor

PIF-12-VO-03B Rev 00
Contract ID :

Name of Projec
:

Location :

Contractor :

ITEMIZED COST OF REVISION


Proposed Variation Order No. ___

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. ___


CHANGE ORDER PROPOSED REVISED CONTRACT COST DUE TO
SCOPE OF WORKS TOTAL EXTRA WORK ORDER VARIATION ORDER No. ___ REMARKS
UNIT QTY UNIT PRICE ADDITIVE DEDUCTIVE
AMOUNT
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT
Item No. Description

Prepared by: Verified as to Unit Cost: Verified as to Quantities

NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE


Project Engineer Chief, Implementing Sec./Div. Chief, Planning & Design Sec/Div

Concurred:

NAME & SIGNATURE


Contractor
Project Name/ Location: Concreting of Road, Sitio Bagong Pook - Sitio Kilo-Kilo, Brgy. Palhi,
Calapan City, Oriental Mindoro

Volume Computation

A.1.1 (8) Provision of Field Office for the Engineer (Rental Basis)
3.87 Months
A.1.1 (11) Provision of Furnitures, Fixtures, Equipment and Appliances for the Field Office for the Engineer
1.00 L.S.
A.1.1 (16) Occupational and Safety and Health Program
3.87 Months
A.1.4 (1) Provision of Progress Photographs
3.87 Months
B.5 Project Billboard/Signboard
2.00 Each
B.7 (1) Occupational Safety & Health Program
3.87 Months
B.8 (1) Traffic Management
3.87 Months
B.9 Mobilization/Demobilization
1.00 L.S.
102 (2) Surplus Common Excavation
243.28 Cu.m
103 (1) a Structure Excavation, Common Soil
177.66 Cu.m

Area Volume
Station Distance
Cut Fill 200 (1) 506 (1) Cut Fill 200 (1) 506 (1)
0+000.00 0.00 5.04 0.00 1.89 0.00 0.00
0+020.00 20.00 0.00 6.01 1.89 50.40 60.10 37.80
0+040.00 20.00 0.00 3.60 1.89 0.00 96.10 37.80
0+060.00 20.00 0.00 1.84 1.74 0.00 54.40 36.30
0+080.00 20.00 0.35 0.35 1.89 3.50 21.90 36.30
0+100.00 20.00 1.31 0.00 1.89 16.60 3.50 37.80
0+120.00 20.00 1.28 0.00 1.89 25.90 0.00 37.80
0+140.00 20.00 3.62 3.14 0.00 49.00 31.40 18.90
0+160.00 20.00 0.98 0.04 1.70 46.00 31.80 17.00
0+180.00 20.00 0.00 1.47 1.70 9.80 15.10 34.00
0+200.00 20.00 0.30 0.66 1.70 3.00 21.30 34.00
0+220.00 20.00 0.00 2.85 1.55 3.00 35.10 32.50
0+240.00 20.00 1.96 3.14 1.69 19.60 59.90 32.40
0+260.00 20.00 0.00 2.90 1.70 19.60 60.40 33.90
0+280.00 20.00 0.00 2.08 1.70 0.00 49.80 34.00
0+300.00 20.00 0.00 2.23 1.70 0.00 43.10 34.00
0+320.00 20.00 0.00 3.74 1.70 0.00 59.70 34.00
0+340.00 20.00 0.00 2.34 1.70 0.00 60.80 34.00
0+360.00 20.00 0.00 1.43 1.70 0.00 37.70 34.00
0+380.00 20.00 0.00 2.75 1.70 0.00 41.80 34.00
0+400.00 20.00 3.12 3.14 1.70 31.20 58.90 34.00
0+420.00 20.00 0.00 3.62 1.89 31.20 67.60 35.90
0+440.00 20.00 0.00 1.32 1.89 0.00 49.40 37.80
0+460.00 20.00 0.42 0.00 1.89 4.20 13.20 37.80
0+480.00 20.00 1.20 0.00 2.09 16.20 0.00 39.80
0+500.00 20.00 2.54 0.00 2.09 37.40 0.00 41.80
0+520.00 20.00 2.66 0.00 2.09 52.00 0.00 41.80
0+540.00 20.00 2.47 0.00 2.09 51.30 0.00 41.80
0+560.00 20.00 3.43 0.00 2.09 59.00 0.00 41.80
0+580.00 20.00 1.10 0.24 2.09 45.30 2.40 41.80
0+600.00 20.00 1.61 0.00 2.09 27.10 2.40 41.80
0+620.00 20.00 0.70 0.45 2.09 23.10 4.50 41.80
0+640.00 20.00 0.96 0.25 2.09 16.60 7.00 41.80
0+660.00 20.00 1.78 0.00 2.09 27.40 2.50 41.80
0+680.00 20.00 1.34 0.44 2.09 31.20 4.40 41.80
0+700.00 20.00 0.00 4.78 2.09 13.40 52.20 41.80
0+720.00 20.00 0.00 6.21 2.09 0.00 109.90 41.80
0+740.00 20.00 1.26 1.01 2.09 12.60 72.20 41.80
0+760.00 20.00 12.69 0.00 2.09 139.50 10.10 41.80
0+780.00 20.00 13.08 0.00 2.09 257.70 0.00 41.80
0+800.00 20.00 5.30 0.00 1.00 183.80 0.00 30.90
0+820.00 20.00 4.96 0.00 1.00 102.60 0.00 20.00
0+840.00 20.00 0.00 2.30 1.00 49.60 23.00 20.00
0+860.00 20.00 1.10 3.66 1.80 11.00 59.60 28.00
0+880.00 20.00 6.54 0.00 1.00 76.40 36.60 28.00
0+900.00 20.00 8.73 0.00 1.00 152.70 0.00 20.00
0+920.00 20.00 4.82 0.00 1.00 135.50 0.00 20.00
0+940.00 20.00 2.24 0.00 1.00 70.60 0.00 20.00
0+960.00 20.00 1.28 0.00 1.00 35.20 0.00 20.00
0+980.00 20.00 0.30 0.31 1.00 15.80 3.10 20.00
1+000.00 20.00 0.00 0.45 1.00 3.00 7.60 20.00
1+008.00 8.00 0.30 0.31 1.00 1.20 3.04 8.00
TOTAL 1008.00 1960.20 1373.54 1697.70 0.00

103 (6) a Pipe Culvert and Drain Excavation, Common Soil


1.51 x 2.19 x 1.00 3.30 Cu.m
104 (1) a Embankment from Roadway Excavation, Common Soil
Volume = 1373.54 1,002.84 Cu.m
105 (1) a Subgrade Preparation, Common Material
528.00 x 5.60 = 2956.80
240.00 x 4.60 = 1104.00 4,060.80 Sq.m
200 (1) Aggregate Subbase Course
1,337.52 Cu.m
311 (1) b1 Portland Cement Concrete Pavement (Unreinforced) 0.20 m thick
528.00 x 5.00 2,640.00
20.00 x 4.00 80.00
220.00 x 2.00 440.00
3,160.00 Sq.m
404 (1) a Reinforcing Steel, Grade 40
- Kg
405 (2) c Structural Concrete, B, 18.00 Mpa
- Cu.m.
500 (1) b3 Pipe Culvert, RCPC, 610 mm dia., Class IV
8.00 L.m.
506 (1) Stone Masonry
668.40 Cu.m.

Area
Station Distance Volume
L/S R/S
Slope Protection
00+142.00 0.00 0.95 0.00
00+160.00 18.00 0.95 17.10
00+180.00 20.00 1.11 20.60
00+200.00 20.00 0.94 20.50
00+220.00 20.00 1.20 21.40
00+238.00 18.00 1.20 21.60
00+240.00 RCPC
00+242.00 2.00 1.18 0.00
00+260.00 18.00 1.18 21.24
00+280.00 20.00 1.44 26.20
00+300.00 20.00 1.14 25.80
00+320.00 20.00 1.34 24.80
00+340.00 20.00 0.85 21.90
00+360.00 20.00 0.74 15.90
00+380.00 20.00 1.38 21.20
Line Canal
00+800.00 - 0.89 0.89 0.00
00+820.00 20.00 0.89 0.89 35.60
00+840.00 20.00 0.89 1.88 45.50
00+858.00 18.00 0.89 2.00 50.94
00+860.00 RCPC
00+862.00 2.00 0.89 0.89 0.00
00+880.00 18.00 0.89 0.89 32.04
00+900.00 20.00 0.89 0.89 35.60
00+920.00 20.00 0.89 0.89 35.60
00+940.00 20.00 0.89 0.89 35.60
00+960.00 20.00 0.89 0.89 35.60
00+980.00 20.00 0.89 0.89 35.60
01+000.00 20.00 0.89 0.89 35.60
01+008.00 8.00 0.89 0.89 14.24
Subtotal 650.16
Headwall and Apron for RCPC
Area
Station Length Volume
Left Right
00+860.00 4.00 2.14 2.42 18.24

Total 668.40

Prepared By: Checked By:

WILSON A. CABLING LUIS B. BERON


Project Engineer Engineer II
Project Engineer
Noted By:

ROMAN A. ANTE
Engineer III
Construction of Pola ABC Building, Pola, Oriental Mindoro
Pola, Oriental Mindoro

DETAILED UNIT PRICE ANALYSIS (DUPA) FORM-POW-2015-01D-00

#REF!
Item No. / Description : #REF!

Unit of Measurement : #REF!


Output per hour - As Submitted : 1.4
Output per hour - As Evaluated :

Designation No. of Person/s No. of Hour/s Hourly Rate Amount (PhP)


Labor
a. Construction Foreman 1 1.00 78.00 78.00
b. Skilled Labor 4 1.00 61.00 244.00
A.1
c. Laborer 8 1.00 51.00 408.00
Installation/Removal of Formwarks
a. Skilled Labor 4 1.00 61.00 244.00
b. Laborer 8 1.00 51.00 408.00
Sub - Total for A.1 - As Submitted 1,382.00
Labor
A.2
Sub - Total for A.2 - As Evaluated
Name and Capacity No. of Unit/s No. of Hour/s Hourly Rate Amount (PhP)

Equipment
B.1 a. One Bagger Mixer 1 1 172.00 172.00
b. Concrete Vibrator 1 1 91.25 91.25
c. Water Truck/Pump (16000 L) 1 0.1 2,450.00 245.00
Minor Tools (5% of Labor Cost) 69.10
Sub - Total for B.1 - As Submitted 577.35
Equipment
B.2
Sub - Total for B.2 - As Evaluated
C.1 Total (A.1 + B.1) - As Submitted 1,959.35
C.2 Total (A.2 + B.2) - As Evaluated
D.1 Output per hour - As Submitted 1.40
D.2 Output per hour - As Evaluated
E.1 Direct Unit Cost (C.1 ÷ D.1) - As Submitted 1,399.54
E.2 Direct Unit Cost (C.2 ÷ D.2) - As Evaluated
Name and Specification Unit Quantity Unit Cost Amount (PhP)
Materials
a. Lumber, Good - 4 uses bd-ft 17.5 45.00 787.50
b. Marine Plywood (1/2" x 4' x 8') - 4 uses pc 0.4 690.00 276.00
F.1
c. Assorted CWN (1kg/100 bd-ft of Lumber) kg 0.7 75.00 52.50
d. Cement bag 9.50 260.00 2,470.00
e. Sand cu.m. 0.50 730.00 365.00
f. Gravel cu.m. 1.00 860.00 860.00
Sub - Total for F.1 - As Submitted 4,811.00
Materials
F.2
Sub - Total for F.2 - As Evaluated
G.1 Direct Unit Cost (E.1 + F.1) - As Submitted 6,210.54
G.2 Direct Unit Cost (E.2 + F.2) - As Evaluated
H.1 Overhead, Contingencies & Miscellaneous (OCM) - As Submitted 12% 745.26
H.2 Overhead, Contingencies & Miscellaneous (OCM) - As Evaluated
I.1 Contractor's Profit (CP) - As Submitted 8% 496.84
I.2 Contractor's Profit (CP) - As Evaluated
J.1 Value Added Tax (VAT) - As Submitted 5% 372.63
J.2 Value Added Tax (VAT) - As Evaluated
K.1 Total Unit Cost - As Submitted 7,825.28
K.2 Total Unit Cost - As Evaluated

Prepared by: Checked/Reviewed by:

LUIS B. BERON ROMAN A. ANTE


ENGINEER II Chief, Construction Section
Contract Name : Construction of Pola ABC Building, Pola, Oriental Mindoro

VOLUME COMPUTATION
B.3 Permits and Clearances 1.00 L.s.

B.5 Project Billboard/Signboard 1.00 L.s.

B.7 (2) Occupational Safety and Health Program 1.00 L.s.

B.7 (2) Mobilization/Demobilization 1.00 L.s.

800 (1) Clearing And Grubbing 125.82 sq.m.


Length x Width

16.00 x 2.60 = 41.6


15.00 x 1.22 = 18.3
14.00 x 2.60 = 36.4
8.00 x 2.90 = 23.2
3.10 x 2.04 = 6.32
Total = 125.82
803(1)a Structure Excavation, Common Soil 255.82 sq.m.

Depth from Excavated


Length Width Qty.
Base to NGL Volume
FOOTING
F1 1.70 x 1.70 x 2.00 x 9.00 = 52.02
CF-1 3.64 x 2.00 x 2.00 x 1.00 = 14.54
CF-2 5.00 x 1.80 x 2.00 x 1.00 = 18.00
CF-3 4.01 x 1.80 x 2.00 x 1.00 = 14.44
CF-4 2.41 x 1.80 x 2.00 x 1.00 = 8.69
CF-5 2.65 x 1.80 x 2.00 x 1.00 = 9.54
CF-6 4.15 x 1.80 x 2.00 x 1.00 = 14.94
Stair Footing 1.20 x 0.60 x 0.50 x 1.00 = 0.36
Total 132.53
BACKFILL VOLUME
Excavated
Length Width Thickness
Volume Backfill Volume
F1 52.02 - 1.70 x 1.70 x 0.40 = 50.86
CF-1 14.54 - 3.64 x 2.00 x 0.40 = 11.64
CF-2 18.00 - 5.00 x 1.80 x 0.40 = 14.40
CF-3 14.44 - 4.01 x 1.80 x 0.40 = 11.55
CF-4 8.69 - 2.41 x 1.80 x 0.40 = 6.95
CF-5 9.54 - 2.65 x 1.80 x 0.40 = 7.63
CF-6 14.94 - 4.15 x 1.80 x 0.40 = 11.95
Stair Footing 0.36 - 1.20 x 0.60 x 0.25 = 0.18
Total 115.164
FOOTING TIE BEAM
Depth from Excavated
Width Total Span Qty.
Base to NGL Volume
FTB-1 0.25 x 4.00 x 0.30 x 4.00 = 1.20000
FTB-1 0.25 x 4.00 x 0.30 x 3.00 = 0.90000
FTB-1 0.25 x 2.25 x 0.30 x 1.00 = 0.16875
FTB-1 0.25 x 2.55 x 0.30 x 3.00 = 0.57375
FTB-1 0.25 x 4.20 x 0.30 x 2.00 = 0.63000
FTB-1 0.25 x 1.95 x 0.30 x 2.00 = 0.29250
FTB-1 0.25 x 1.65 x 0.30 x 1.00 = 0.12375
FTB-1 0.25 x 3.15 x 0.30 x 2.00 = 0.47250
FTB-1 0.25 x 1.27 x 0.30 x 1.00 = 0.09488
FTB-1 0.25 x 2.74 x 0.30 x 2.00 = 0.41025
FTB-1 0.25 x 4.00 x 0.30 x 2.00 = 0.60000
FTB-1 0.25 x 1.37 x 0.30 x 1.00 = 0.10238
FTB-1 0.25 x 2.64 x 0.30 x 2.00 = 0.39525
FTB-1 0.25 x 4.00 x 0.30 x 4.00 = 1.20000
Total 7.164
WALL FOOTING
Depth from Excavated
Width Total Span Qty. =
Base to NGL Volume
WF-1 0.40 x 1.65 x 0.85 x 1.00 = 0.561
Total 0.561
BACKFILL VOLUME
Excavated
(Depth from Base to NGL-Thickness)*(width x span x qty)
Volume

Depth from Base to


Thickness Width Span Quantity
NGL
0.85 0.25 0.4 1.65 1 0.396
Total 0.396
Grand Total 255.82
803(1)a Embankment From Roadway/Strucutre Excavation 105.14 cu.m.
BACKFILL VOLUME

Backfill Volume From Footing - (Length x Width x Height from Top of Footing to NGL X Qty)

Height from
Backfill Volume BACKFILL
Length Width top of Footing Qty
From Footing VOLUME
to NGL

50.86 0.40 0.40 1.60 9.00 48.56


11.64 0.25 0.40 1.60 2.00 11.32
14.40 0.40 0.40 1.60 2.00 13.89
11.55 0.25 0.40 1.60 1.00 11.39
6.95 0.40 0.40 1.60 2.00 6.44
7.63 0.25 0.25 0.70 1.00 7.59
11.95 0.25 0.25 0.70 1.00 11.91
0.18 0.40 0.40 1.60 2.00 (0.33)
- 0.40 0.40 1.60 1.00 (0.26)
- 0.25 0.40 1.60 1.00 (0.16)
- 0.40 0.40 1.60 2.00 (0.51)
- 0.25 0.40 1.60 1.00 (0.16)
Total 109.67
BACKFILL VOLUME
(Depth from Base to NGL - Depth) (Width x Span x Qty)

Depth from Base to BACKFILL


Depth Width Span Qty
NGL VOLUME

0.30 0.50 0.25 4.00 4.00 -0.80


0.30 0.50 0.25 4.00 3.00 -0.60
0.30 0.50 0.25 2.25 1.00 -0.113
0.30 0.50 0.25 2.55 3.00 -0.383
0.30 0.50 0.25 4.20 2.00 -0.420
0.30 0.50 0.25 1.95 2.00 -0.195
0.30 0.50 0.25 1.65 1.00 -0.083
0.30 0.50 0.25 3.15 2.00 -0.315
0.30 0.50 0.25 1.27 1.00 -0.064
0.30 0.50 0.25 2.74 2.00 -0.274
0.30 0.50 0.25 4.00 2.00 -0.40
0.30 0.50 0.25 1.37 1.00 -0.069
0.30 0.50 0.25 2.64 2.00 -0.264
0.30 0.50 0.25 4.00 4.00 -0.800
Total -4.78
BACKFILL VOLUME

Backfill Volume From WF - (Perimeter x Thickness x Height from Top of WF to NGL x Qty)

Height from
Backfill Volume BACKFILL
Perimeter Thickness top of Footing Qty
From Footing VOLUME
to NGL

0.4 1.65 0.15 0.60 1.00 0.2515


Total 0.2515
Grand Total 105.14

804(4) Gravel Fill 6.75 cu.m.


Length Width Qty
F1 1.7 x 1.7 x 9.00 x 0.1 2.60
CF-1 3.64 x 2 x 1.00 x 0.1 0.73
CF-2 5 x 1.8 x 1.00 x 0.1 0.90
CF-3 4.01 x 1.8 x 1.00 x 0.1 0.72
CF-4 2.41 x 1.8 x 1.00 x 0.1 0.43
CF-5 2.65 x 1.8 x 1.00 x 0.1 0.48
CF-6 4.15 x 1.8 x 1.00 x 0.1 0.75
Stair Footing 1.2 x 0.6 x 1.00 x 0.1 0.07
Total 6.68
Width Span
WF - 1 0.40 x 1.65 x 0.1 0.066
Total 0.07
900(1)c2 Structural Concrete (Footings And Slab On Fill),A 28 Days 45.00 cu.m.
FOOTING
Length Width Thickness Qty. Volume
1.70 x 1.70 x 0.40 x 9.00 = 10.40
3.64 x 2.00 x 0.40 x 1.00 = 2.91
5.00 x 1.80 x 0.40 x 1.00 = 3.60
4.01 x 1.80 x 0.40 x 1.00 = 2.89
2.41 x 1.80 x 0.40 x 1.00 = 1.74
2.65 x 1.80 x 0.40 x 1.00 = 1.91
4.15 x 1.80 x 0.40 x 1.00 = 2.99
1.20 x 0.60 x 0.25 x 1.00 = 0.18
Total 26.61
WF - 1
Width Depth Total Span Qty. Volume
0.40 0.250 1.65 1.00 0.165

FLOOR SLAB
SLAB AREA THICKNESS QTY VOLUME
119.430 0.1 1 11.943
RAMP
2.890 0.10 1 0.289
PATHWALK
55.000 0.10 1 5.5
Total 17.73
FOOTING
Length Width Thickness Qty.
1 x 1.22 x 0.2 x 2 = 0.488
900(1)c3 Structural Concrete (Footing Tie Beams ) 28 Days, A 11.94 cu.m.

Width Depth Total Span Qty. Volume


FTB-1 0.25 x 0.50 x 4.00 x 4.00 = 2.000
FTB-1 0.25 x 0.50 x 4.00 x 3.00 = 1.500
FTB-1 0.25 x 0.50 x 2.25 x 1.00 = 0.281
FTB-1 0.25 x 0.50 x 2.55 x 3.00 = 0.956
FTB-1 0.25 x 0.50 x 4.20 x 2.00 = 1.050
FTB-1 0.25 x 0.50 x 1.95 x 2.00 = 0.488
FTB-1 0.25 x 0.50 x 1.65 x 1.00 = 0.206
FTB-1 0.25 x 0.50 x 3.15 x 2.00 = 0.788
FTB-1 0.25 x 0.50 x 1.27 x 1.00 = 0.158
FTB-1 0.25 x 0.50 x 2.74 x 2.00 = 0.684
FTB-1 0.25 x 0.50 x 4.00 x 2.00 = 1.000
FTB-1 0.25 x 0.50 x 1.37 x 1.00 = 0.171
FTB-1 0.25 x 0.50 x 2.64 x 2.00 = 0.659
FTB-1 0.25 x 0.50 x 4.00 x 4.00 = 2.000
Total 11.94
900(1)c4 Structural Concrete (Column), A 28 Days 34.27 cu.m.
COLUMNS
Length Width Height Qty Volume
0.40 x 0.40 x 9.20 x 9.00 = 13.248
0.25 x 0.40 x 9.20 x 2.00 = 1.84
0.40 x 0.40 x 9.20 x 2.00 = 2.944
0.25 x 0.40 x 9.20 x 1.00 = 0.92
0.40 x 0.40 x 9.20 x 2.00 = 2.944
0.25 x 0.25 x 9.20 x 1.00 = 0.575
0.25 x 0.25 x 9.20 x 1.00 = 0.575
0.40 x 0.40 x 9.20 x 2.00 = 2.944
0.40 x 0.40 x 9.20 x 1.00 = 1.472
0.25 x 0.40 x 9.20 x 1.00 = 0.92
0.40 x 0.40 x 9.20 x 2.00 = 2.944
0.25 x 0.40 x 9.20 x 1.00 = 0.92
0.40 x 0.40 x 1.00 x 4.00 = 0.64
0.20 x 0.20 x 6.00 x 2.00 = 0.48
` Total 33.37
SHORT SIDE
Length Width Height Qty Volume
1.22 x 2.429 x 0.152 x 2 = 0.90
Total 0.901
Grand Total 34.27
900(1)c5 Structural Concrete (Suspended Slab), A 28 Days 31.61 cu.m.

FLOOR SLAB
AREA THICKNESS QTY VOLUME
Suspended Slab 232.90 x 0.125 x 1.00 = 29.1125
Canopy 7.58 x 0.100 x 1.00 = 0.758
Counter top 3.74 x 0.100 x 1.00 = 0.374
Stair Landing 3.4425 x 0.125 x 2.00 = 0.8606
Total 31.11
PLATFORM
LENGTH WIDTH THICKNESS QTY VOLUME
2.743 1.22 0.152 0.98 0.5
Total 0.5
Total Volume 31.61
900(1)c6 Structural Concrete (Beam/Girders), A, 28 Days 23.49 cu.m.

GIRDER
Length Width Height Qty Volume
4.00 x 0.25 x 0.40 x 4.00 = 1.60000
4.00 x 0.25 x 0.40 x 3.00 = 1.20000
2.05 x 0.25 x 0.40 x 1.00 = 0.20500
1.95 x 0.25 x 0.30 x 1.00 = 0.14625
2.55 x 0.25 x 0.40 x 3.00 = 0.76500
2.55 x 0.25 x 0.30 x 1.00 = 0.19125
4.20 x 0.25 x 0.40 x 2.00 = 0.84000
4.20 x 0.25 x 0.30 x 1.00 = 0.31500
1.95 x 0.25 x 0.40 x 2.00 = 0.39000
3.15 x 0.25 x 0.40 x 2.00 = 0.63000
1.65 x 0.25 x 0.40 x 2.00 = 0.33000
4.00 x 0.25 x 0.40 x 2.00 = 0.80000
1.27 x 0.25 x 0.40 x 1.00 = 0.12650
2.74 x 0.25 x 0.40 x 2.00 = 0.54700
4.00 x 0.25 x 0.40 x 5.00 = 2.00000
2.64 x 0.25 x 0.40 x 1.00 = 0.26350
1.00 x 0.25 x 0.40 x 2.00 = 0.20000
4.00 x 0.25 x 0.40 x 4.00 = 1.60000
4.00 x 0.25 x 0.40 x 3.00 = 1.20000
2.05 x 0.25 x 0.40 x 1.00 = 0.20500
1.95 x 0.25 x 0.30 x 1.00 = 0.14625
2.55 x 0.25 x 0.40 x 3.00 = 0.76500
4.20 x 0.25 x 0.40 x 2.00 = 0.84000
1.95 x 0.25 x 0.40 x 2.00 = 0.39000
3.15 x 0.25 x 0.40 x 2.00 = 0.63000
1.65 x 0.25 x 0.40 x 2.00 = 0.33000
4.00 x 0.25 x 0.40 x 2.00 = 0.80000
1.27 x 0.25 x 0.40 x 1.00 = 0.12650
2.74 x 0.25 x 0.40 x 2.00 = 0.54700
4.00 x 0.25 x 0.40 x 4.00 = 1.60000
1.37 x 0.25 x 0.40 x 1.00 = 0.13650
2.64 x 0.25 x 0.40 x 2.00 = 0.52700
2.55 x 0.25 x 0.30 x 2.00 = 0.38250
2.74 x 0.25 x 0.30 x 2.00 = 0.41025
Total 21.1855
BEAM
Area Thickness Qty Volume
0.05 x 0.90 x 32 x 1.440
0.84 x 0.90 x 1 x 0.756
Total 2.20
W D L No. Volume
0.20 x 0.20 x 2.743 x 1 = 0.1097
Total 0.1097
Total Volume 23.49

902(1)a Reinforcing Steel (Deformed), Grade 40 21,625.19 cu.m.

F1
LENGTH WIDTH PCS
6.00 x 1.58 x 63 = 597.24
6.00 x 1.58 x 17 = 161.16
6.00 x 1.58 x 20 = 189.6
6.00 x 1.58 x 16 = 151.68
6.00 x 1.58 x 10 = 94.8
6.00 x 1.58 x 11 = 104.28
6.00 x 1.58 x 17 = 161.16
6.00 x 0.89 x 3 = 16.02
Total 1475.94
FTB
LENGTH WIDTH PCS
6.00 x 0.62 x 40.00 = 148.8
6.00 x 0.62 x 30.00 = 111.6
6.00 x 0.62 x 7.00 = 26.04
6.00 x 0.62 x 24.00 = 89.28
6.00 x 0.62 x 22.00 = 81.84
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 18.00 = 66.96
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 16.00 = 59.52
6.00 x 0.62 x 20.00 = 74.4
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 16.00 = 59.52
6.00 x 0.62 x 40.00 = 148.8
Total 985.8

LENGTH WIDTH PCS


6.00 x 2.47 x 20.00 = 296.4
6.00 x 2.47 x 15.00 = 222.3
6.00 x 2.47 x 3.00 = 44.46
6.00 x 2.47 x 9.00 = 133.38
6.00 x 2.47 x 10.00 = 148.2
6.00 x 2.47 x 6.00 = 88.92
6.00 x 2.47 x 2.00 = 29.64
6.00 x 2.47 x 8.00 = 118.56
6.00 x 2.47 x 2.00 = 29.64
6.00 x 2.47 x 6.00 = 88.92
6.00 x 2.47 x 10.00 = 148.2
6.00 x 2.47 x 2.00 = 29.64
6.00 x 2.47 x 6.00 = 88.92
6.00 x 2.47 x 20.00 = 296.4
Total 1763.58

WF
LENGTH WIDTH PCS
6.00 x 0.62 x 2 = 7.44
6.00 x 0.62 x 1 = 3.72
Total 11.16

C3
LENGTH WIDTH PCS
6.00 x 2.47 x 181.00 = 2682.42
6.00 x 2.47 x 27.00 = 400.14
6.00 x 2.47 x 40.00 = 592.8
6.00 x 2.47 x 13.00 = 192.66
6.00 x 2.47 x 40.00 = 592.8
6.00 x 1.58 x 10.00 = 94.8
6.00 x 1.58 x 10.00 = 94.8
6.00 x 2.47 x 40.00 = 592.8
6.00 x 2.47 x 20.00 = 296.4
6.00 x 2.47 x 20.00 = 296.4
6.00 x 2.47 x 40.00 = 592.8
6.00 x 2.47 x 13.00 = 192.66
6.00 x 2.47 x 9.00 = 133.38
6.00 x 0.62 x 180.00 = 669.6
6.00 x 0.62 x 34.00 = 126.48
6.00 x 0.62 x 40.00 = 148.8
6.00 x 0.62 x 17.00 = 63.24
6.00 x 0.62 x 40.00 = 148.8
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 40.00 = 148.8
6.00 x 0.62 x 20.00 = 74.4
6.00 x 0.62 x 17.00 = 63.24
6.00 x 0.62 x 40.00 = 148.8
6.00 x 0.62 x 17.00 = 63.24
6.00 x 0.62 x 20.00 = 74.4
6.00 x 0.62 x 144.00 = 535.68
6.00 x 0.62 x 28.00 = 104.16
6.00 x 0.62 x 32.00 = 119.04
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 32.00 = 119.04
6.00 x 0.62 x 9.00 = 33.48
6.00 x 0.62 x 9.00 = 33.48
6.00 x 0.62 x 32.00 = 119.04
6.00 x 0.62 x 16.00 = 59.52
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 32.00 = 119.04
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 16.00 = 59.52
Total 10047.06
B3
LENGTH WIDTH PCS
6.00 x 1.58 x 20.00 = 189.6
6.00 x 1.58 x 15.00 = 142.2
6.00 x 1.58 x 3.00 = 28.44
6.00 x 1.58 x 2.00 = 18.96
6.00 x 1.58 x 9.00 = 85.32
6.00 x 1.58 x 3.00 = 28.44
6.00 x 1.58 x 10.00 = 94.8
6.00 x 1.58 x 4.00 = 37.92
6.00 x 1.58 x 6.00 = 56.88
6.00 x 1.58 x 8.00 = 75.84
6.00 x 1.58 x 4.00 = 37.92
6.00 x 1.58 x 10.00 = 94.8
6.00 x 1.58 x 2.00 = 18.96
6.00 x 1.58 x 6.00 = 56.88
6.00 x 1.58 x 25.00 = 237
6.00 x 1.58 x 3.00 = 28.44
6.00 x 1.58 x 4.00 = 37.92
6.00 x 1.58 x 16.00 = 151.68
6.00 x 1.58 x 12.00 = 113.76
6.00 x 1.58 x 2.00 = 18.96
6.00 x 1.58 x 2.00 = 18.96
6.00 x 1.58 x 9.00 = 85.32
6.00 x 1.58 x 8.00 = 75.84
6.00 x 1.58 x 4.00 = 37.92
6.00 x 1.58 x 6.00 = 56.88
6.00 x 1.58 x 4.00 = 37.92
6.00 x 1.58 x 8.00 = 75.84
6.00 x 1.58 x 2.00 = 18.96
6.00 x 1.58 x 6.00 = 56.88
6.00 x 1.58 x 16.00 = 151.68
6.00 x 1.58 x 2.00 = 18.96
6.00 x 1.58 x 6.00 = 56.88
6.00 x 1.58 x 6.00 = 56.88
6.00 x 1.58 x 6.00 = 56.88
6.00 x 0.62 x 36.00 = 133.92
6.00 x 0.62 x 27.00 = 100.44
6.00 x 0.62 x 7.00 = 26.04
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 21.00 = 78.12
6.00 x 0.62 x 7.00 = 26.04
6.00 x 0.62 x 20.00 = 74.4
6.00 x 0.62 x 9.00 = 33.48
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 16.00 = 59.52
6.00 x 0.62 x 12.00 = 44.64
6.00 x 0.62 x 18.00 = 66.96
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 16.00 = 59.52
6.00 x 0.62 x 45.00 = 167.4
6.00 x 0.62 x 7.00 = 26.04
6.00 x 0.62 x 10.00 = 37.2
6.00 x 0.62 x 36.00 = 133.92
6.00 x 0.62 x 27.00 = 100.44
6.00 x 0.62 x 7.00 = 26.04
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 21.00 = 78.12
6.00 x 0.62 x 20.00 = 74.4
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 16.00 = 59.52
6.00 x 0.62 x 12.00 = 44.64
6.00 x 0.62 x 18.00 = 66.96
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 16.00 = 59.52
6.00 x 0.62 x 36.00 = 133.92
6.00 x 0.62 x 6.00 = 22.32
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 14.00 = 52.08
6.00 x 0.62 x 14.00 = 52.08
Total 4443.72
FS
LENGTH WIDTH PCS
6.00 x 0.62 x 143 = 531.96
6.00 x 0.89 x 284 = 1516.56
6.00 x 0.62 x 14 = 52.08
6.00 x 0.62 x 12 = 44.64
6.00 x 0.62 x 4 = 14.88
6.00 x 0.62 x 22 = 81.84
6.00 x 0.62 x 18 = 66.96
6.00 x 0.62 x 7 = 26.04
6.00 x 0.62 x 47 = 174.84
Total 2509.8
CS
LENGTH WIDTH PCS
6.00 x 0.62 x 5.00 = 18.6
6.00 x 0.62 x 6.00 = 22.32
Total 40.92
L-H L-V
F2 20.00 + 24.4 = 44.40

W H No.
C1 4.00 x 5.982 x 2 = 47.86
C2 18.00 + 24 x 1.2 = 50.4
Total 98.26

L H No.
B1 2.74 x 4 x 1 = 10.972
B2 8.93 + 0.07 x 1.2 = 10.80
Total 21.772
L-H L-V
W1 28.57 + 26.14704 = 54.71
W2 14.61 + 16.12884 = 30.73468
Total 85.45
GRAND TOTAL ((F2+C1+B1+W1+W2)*1.58) + ((C2+B2)*0.62) + F1+FTB+WF+C3+B3+FS+CS
GRAND TOTAL 21625.19
902(2) Formworks And Falseworks
492.69
FTB (WIDTH+DEPTH) xTOTAL SPAN x QUANTITY
Width Depth Total Span Qty. Surface Area
0.25 + 1.00 x 4.00 x 4.00 = 20.00
0.25 + 1.00 x 4.00 x 3.00 = 15.00
0.25 + 1.00 x 2.25 x 1.00 = 2.8125
0.25 + 1.00 x 2.55 x 3.00 = 9.5625
0.25 + 1.00 x 4.20 x 2.00 = 10.50
0.25 + 1.00 x 1.95 x 2.00 = 4.875
0.25 + 1.00 x 1.65 x 1.00 = 2.0625
0.25 + 1.00 x 3.15 x 2.00 = 7.875
0.25 + 1.00 x 1.27 x 1.00 = 1.58125
0.25 + 1.00 x 2.74 x 2.00 = 6.8375
0.25 + 1.00 x 4.00 x 2.00 = 10.00
0.25 + 1.00 x 1.37 x 1.00 = 1.70625
0.25 + 1.00 x 2.64 x 2.00 = 6.5875
0.25 + 1.00 x 4.00 x 4.00 = 20.00
Total 119.4
COLUMN (WIDTH+DEPTH) xTOTAL SPAN x QUANTITY
Width Depth Total Span Qty. Surface Area
0.40 + 0.80 x 9.20 x 9.00 = 99.36
0.25 + 0.80 x 9.20 x 2.00 = 19.32
0.40 + 0.80 x 9.20 x 2.00 = 22.08
0.25 + 0.80 x 9.20 x 1.00 = 9.66
0.40 + 0.80 x 9.20 x 2.00 = 22.08
0.25 + 0.50 x 9.20 x 1.00 = 6.90
0.25 + 0.50 x 9.20 x 1.00 = 6.90
0.40 + 0.80 x 9.20 x 2.00 = 22.08
0.40 + 0.80 x 9.20 x 1.00 = 11.04
0.25 + 0.80 x 9.20 x 1.00 = 9.66
0.40 + 0.80 x 9.20 x 2.00 = 22.08
0.25 + 0.80 x 9.20 x 1.00 = 9.66
0.40 + 0.80 x 1.00 x 4.00 = 4.80
Total 265.62
Total / 2 132.81
SUSPENDED SLAB
Area 1 Area 2
117.90 + 115 = 232.90
Total 232.90
CANOPY AREA 1
3.79 x 2 = 7.58
Total 7.58
Grand Total 492.69
1046(2)a1 Chb Non-Load Bearing (Including Reinforcing Steel),100Mm 97.92
Wall Total
Height
Length Wall Area
1st Floor 12.80 x 3.4 = 43.52
2nd Floor 17.00 x 3.2 = 54.4
Total 97.92
1046(2)a2 Chb Non-Load Bearing (Including Reinforcing Steel),150Mm 464.86
Wall Total
Span
Length Wall Area
1st floor 55.70 3.40 189.38
2nd floor 55.70 3.20 178.24
Roof Deck 55.70 1.00 55.7
Roof Deck 2 13.40 3.10 41.54
Total 464.86
1021(1)c Cement Floor Finish, With Floor Hardener 112.45

Length Width
56.23 2 112.45

1027(1) Cement Plaster Finish 1,125.56

Chb Non-Load Bearing (Including Reinforcing Steel),100Mm 97.92


Chb Non-Load Bearing (Including Reinforcing Steel),150Mm 464.86
Total 562.78
Total x 2 1125.56

1003(1)a1 Ceiling, Fiber Cement Board, 4.5Mm, Metal Frame 295.64

Length Width Area


58.66 4 234.64
14.295 4 57.18
0.955 4 3.82
Total 295.64
217.66
1018(5) Glazed Tiles and trims
Length Width
27.2075 8 217.66

1018(2) Unglazed Tiles 102.64


Length Width
7.245 2 14.49
6.3675 4 25.47
16 0.48 7.68
13.75 4 55
Total 102.64

1032(1)a Painting Works, Masonry/Concrete 562.78

Chb Non-Load Bearing (Including Reinforcing Steel),100Mm 97.92


Chb Non-Load Bearing (Including Reinforcing Steel),150Mm 464.86
Total 562.78

1014(1)b2 Prepainted Metal Sheets Long Span, Corrugated Type, above 0.427 mm, Long Span 6.21

Length Width
2.3 2.7 6.21
1013(2)b1 Fabricated Metal Roofing Accessory, Gauge 24, Gutter 2.50

Length 1
2.5 2.5

1013(2)a2 Fabricated Metal Roofing Accessory, Gauge 26, Flashing 8.10

Length 1 Length 2 Length 3


2.8 2.8 2.5 8.10

1047(2)b Structural Steel Purlins 32.20

Length Pcs #Purlin


1 32.2 1 32.2

1001(5)b Catch Basin 5.00 ea

Prepared by:

FRANKLIN S. MAURICIO
General Manager ROBERT M. GONDA
Project Engineer

Noted By:

ROMAN A. ANTE
Engineer III
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Mindoro Oriental District Engineering Office
Masipit, Calapan City, Oriental Mindoro

Contract ID: 21ED0125

Contract NamConstruction of Pola ABC Building, Pola, Oriental Mindoro


Location: Pola, Oriental Mindoro
Contractor : Greenfield Construction

DETAILED TECHNICAL JUSTIFICATION FOR


THE PROPOSED VARIATION ORDER No. 1
ADDITIVE QUANTITIES
Items Reason
902(2) Formworks And Falseworks
1027(1) Cement Plaster Finish
1051(6) Railing Due To revision of Plans
1018(5) Glazed Tiles and trims
1103(1) Lighting Fixtures

DEDUCTIVE QUANTITIES
Items Reason
800 (1) Clearing And Grubbing
803(1)a Structure Excavation, Common Soil
803(1)a Embankment From Roadway/Strucutre Excavation
804(4) Gravel Fill
900(1)c2 Structural Concrete (Footings And Slab On Fill),A 28 Days
900(1)c3 Structural Concrete (Footing Tie Beams ) 28 Days, A
900(1)c4 Structural Concrete (Column), A 28 Days
900(1)c5 Structural Concrete (Suspended Slab), A 28 Days
900(1)c6 Structural Concrete (Beam/Girders), A, 28 Days
902(1)a Reinforcing Steel (Deformed), Grade 40
1046(2)a1 Chb Non-Load Bearing (Including Reinforcing Steel),100Mm
1046(2)a2 Chb Non-Load Bearing (Including Reinforcing Steel),150Mm
1010(4) Wooden Doors And Windows
1021(1)c Cement Floor Finish, Plain
1003(1)a1 Ceiling, Fiber Cement Board, 4.5Mm, Metal Frame Due To revision of Plans
1018(2) Unglazed Tiles
1032(1)a Painting Works, Masonry/Concrete
1014(1)b2
Prepainted Metal Sheets Long Span, Rib Type, Above 0.427Mm, Long Span
1013(2)b1 Fabricated Metal Roofing Accessory, Gauge 24, Gutter
1013(2)a2 Fabricated Metal Roofing Accessory, Gauge 26, Flashing
1047(2)b Structural Steel Purlins
1001(9) Storm Drainage And Downspout
1001(11) Septic Vault (Concrete/Chb)
1001(5)b Catch Basin
1100(10) Conduit, Boxes, And Fittings (Conduit Works/Conduit Rough-In)
1101(33) Wires And Wiring Devices
1102(1) Panelboard With Main And Branch Breakers

PIF-12-VO-04 Rev 00
NEW ITEMS
804(1)b Embankment From Borrow
1,007.00 Aluminum Framed Glass Door
1,008.00 Aluminum Glass Window (Sliding/Casement/Awning/Fixed Type)
1039(1) Aluminum Cladding
1016(1)a Waterproofing, Cement-Base
1001(8) Sewer Line Works Due To revision of Plans

1002(4) Plumbing Fixtures


1002(24) Cold Water Lines
1102(10) Pole Mounted Distribution Transformer With Complete Accessories
1201(8) Water Tank
1200(13)a Airconditioning (Package/Split Type)

DELETED ITEMS
Items Reason

1008 (1)a Aluminum Glass Window (Sliding Type)


1008(1)b Aluminum Glass Windows (Casement Type)
1047(2)a Structural Steel, Trusses
Due To revision of Plans
1003(11)a1 Fascia Board
1047(6) Metal Structure Accesorries (Steel Plates)
1047(7)a Metal Structure Accessories, Bolts
1002(27) Plumbing Works

Prepared by: Checked by:

ROBERT M. GONDA ROMAN A. ANTE


Project Engineer

PIF-12-VO-04 Rev 00
Republic of the Philippines
DEPARTMENT OF PUBLIC WORK AND HIGHWAYS
MINDORO ORIENTAL
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE IV-B
Masipit, Calapan City, Oriental Mindoro
Calapan City, Oriental Mindoro

March 8, 2022

MEMORANDUM

FOR : ERWIN DG. UMALI


: OIC - District Engineer
THRU : ALBIEN M. MAHIA
: Caretaker - Office of the Assistant District Engineer
SUBJECT Pre-clearance to issue Variation Order No. 1. for Contract ID No. 21ED0125
- CONSTRUCTION OF POLA ABC BUILDING, POLA, ORIENTAL MINDORO

In connection with the implementation of the aboved-mentioned project under


contract with GREENFIELD CONSTRUCTION, with an original contract cost of Php
9,486,378.61, submitted herewith are the proposed changes for your information and
review.Basically, this proposal shall consist of : (1) Increase in the quantity of a work item, (2)
Decrease in quantity of an item of work, (3) Introduction of a New Item, and (4) Deletion of
an item of work as enumerated hereunder, to wit:
For Increase:
a) Item
902(2) Formworks And Falseworks
1027(1) Cement Plaster Finish
1051(6) Railing
1018(5) Glazed Tiles and trims
1103(1) Lighting Fixtures
For Decrease:
a) Item
800 (1) Clearing And Grubbing
803(1)a Structure Excavation, Common Soil
803(1)a Embankment From Roadway/Strucutre Excavation
804(4) Gravel Fill
900(1)c2 Structural Concrete (Footings And Slab On Fill),A 28 Days
900(1)c3 Structural Concrete (Footing Tie Beams ) 28 Days, A
900(1)c4 Structural Concrete (Column), A 28 Days
900(1)c5 Structural Concrete (Suspended Slab), A 28 Days
900(1)c6 Structural Concrete (Beam/Girders), A, 28 Days
902(1)a Reinforcing Steel (Deformed), Grade 40
1046(2)a1 Chb Non-Load Bearing (Including Reinforcing Steel),100Mm
1046(2)a2 Chb Non-Load Bearing (Including Reinforcing Steel),150Mm
1010(4) Wooden Doors And Windows
1021(1)c Cement Floor Finish, Plain
1003(1)a1 Ceiling, Fiber Cement Board, 4.5Mm, Metal Frame
1018(2) Unglazed Tiles
1032(1)a Painting Works, Masonry/Concrete
1014(1)b2 Prepainted Metal Sheets Long Span, Rib Type, Above 0.427Mm, Long Span
1013(2)b1 Fabricated Metal Roofing Accessory, Gauge 24, Gutter
1013(2)a2 Fabricated Metal Roofing Accessory, Gauge 26, Flashing
1047(2)b Structural Steel Purlins
1001(9) Storm Drainage And Downspout
1001(11) Septic Vault (Concrete/Chb)
1001(5)b Catch Basin
1100(10) Conduit, Boxes, And Fittings (Conduit Works/Conduit Rough-In)
1101(33) Wires And Wiring Devices
1102(1) Panelboard With Main And Branch Breakers

Introduction of New Item:

a) Item
804(1)b Embankment From Borrow
1007 Aluminum Framed Glass Door
1008 Aluminum Glass Window (Sliding/Casement/Awning/Fixed Type)
1039(1) Aluminum Cladding
1016(1)a Waterproofing, Cement-Base
1001(8) Sewer Line Works
1002(4) Plumbing Fixtures
1002(24) Cold Water Lines
1102(10) Pole Mounted Distribution Transformer With Complete Accessories
1201(8) Water Tank
1200(13)a Airconditioning (Package/Split Type)

For Deletion:

a) Item
1008 (1)a Aluminum Glass Window (Sliding Type)
1008(1)b Aluminum Glass Windows (Casement Type)
1003(11)a1Fascia Board
1047(2)a Structural Steel, Trusses
1047(6) Metal Structure Accesorries (Steel Plates)
1047(7)a Metal Structure Accessories, Bolts
1002(27) Plumbing Works

If given consideration, the corresponding Variation Order No. 1 will be finalized.

For your further instructions.

ROBERT M. GONDA
Project Engineer

R4B11.2CCM/RAA/EDU
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Mindoro Oriental District Engineering Office
Calapan City, Oriental Mindoro

March 4, 2022

EXECUTIVE SUMMARY
( Variation Order No. 01 )

FOR : ERWIN DG. UMALI


OIC - District Engineer

1 Subject CONSTRUCTION OF POLA ABC BUILDING, POLA, ORIENTAL MINDORO

2 Action Recommended : For Approval

3 Implementing Office : Mindoro Oriental District Engineering Office

4 Reviewing Office : Planning & Design Section and Construction Section

5 Reason for Request : Design revision to align actual site condition. Structural design requirement
partake on major addition.

6 Contractor : Greenfield Construction

7 Contractual Data :

ORIGINAL REVISED
7.1 Original Contract Amount Php 9,486,378.61
7.2 Original Contract Duration 238 Calendar Days
7.3 Effectivity of Contract March 08, 2022
7.4 Original Expiry Date
7.5 Revised Contract Amount if CO is approved Php 9,486,360.23
7.6 Additional Contract Time due To CO N/A
Revised Contract Duration if CO is
7.7 N/A
approved
7.8 Revised Expiry Date if CO Is Approved N/A

8 Scheduled Accomplishment : 21.51%


Actual Accomplishment : 22.53%
Slippage : 1.02%
As of : August 15, 2022
9 Certificate of Availability of Funds :

10 Remarks :

The Variation Order No.1 was introduced to suit actual field conditions due to site problem leading to
revision of plans.

The Variation Order No. 1 is in accordance with Section IV – General Conditions of Contract, Clause 42.1,
which states that: “ Variation Order may be issued by the Procuring Entity to cover any increase/decrease in
quantities, including the introduction of new work items that are not included in the original contract or
reclassification of work items that are either due to change of plans, design or alignment to suit actual field
conditions resulting in disparity between the preconstruction plans used for purposes of bidding and the “As-Staked
Plans” or construction drawings prepared after a joint survey by the Contractor and Procuring Entity after award of
the contract, provided that the cumulative amount of the Variation Order does not exceed ten percent ( 10.00% )
of the original project cost. The addition/deletion of Works should be within the general scope of the project as bid
and awarded.”

In view of the foregoing, the herein Variation Order No. 01 is respectfully forwarded for consideration and
approval.

ROMAN A. ANTE
Chief, Construction Section

Approved by:

ERWIN DG. UMALI


OIC - District Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Mindoro Oriental District Engineering Office
Calapan City, Oriental Mindoro

March 8, 2022

The District Engineer


This Office

Subject: Variation Order No. 01

Sir:

May I respectfully request the services of the District Inspectorate Team for Civil Works to conduct on-the-
spot inspection/assessment/evaluation to verify the need for the work to be prosecuted.

Under Variation Order No. 01 for the hereunder project under my supervision.

Contract ID : 21ED0125
CONSTRUCTION OF POLA ABC BUILDING, POLA,
Name of Project :
ORIENTAL MINDORO

Location : Pola, Oriental Mindoro

Original Contract Amount : Php 9,486,378.61


Contractor : Greenfield Construction

Attached for ready reference are the following:

1.    Variation Order


2.    Justification of the need of Variation Order

Very Truly Yours,

ROBERT M. GONDA
Project Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Mindoro Oriental District Engineering Office
Calapan City, Oriental Mindoro

March 4, 2022

MEMORANDUM

TO : The District Inspectorate Team for Civil Works


This Office

You are hereby directed to undertake within two (2) days from receipt hereof a validation/
assessment/evaluation of the proposed works for the above-subject project to be covered under the proposed
Variation Order.
You shall submit within two (2) days after the conduct of your inspection a report of your findings and
recommendations.

For Compliance.

ERWIN DG. UMALI


OIC - District Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Mindoro Oriental District Engineering Office
Calapan City, Oriental Mindoro

March 8, 2022

MEMORANDUM

FOR : The District Engineer


This Office

SUBJECT : On-the-Spot investigation Report

In compliance with your memorandum dated March 04, 2022, we the members of the District Inspectorate
Team for Civil Works, conducted a joint inspection/assessment/evaluation on March 07, 2022 to verify the need for
and reasonableness of the work to be prosecuted under Variation Order No. 01 of the following project/s:

Contract ID : 21ED0125
CONSTRUCTION OF POLA ABC BUILDING, POLA,
Name of Project :
ORIENTAL MINDORO
Location : Calapan City, Oriental Mindoro
Original Contract Amount : Php 9,486,378.61
Contractor : Greenfield Construction
Hereunder are our findings and recommendation.

FINDINGS:
1. The Variation Order entails the increase in the original quantity of Item 902(1)a - Formworks and
Falseworks, 1027(1) - Cement Plaster Finish, 1051(6) - Railings, 1018(5) - Glazed Tiles, 1103(1) -
Lighting Fixtures, decrease of Item 800(1) - Clearing and Grubbing, 803(1)a - Structure Excavation,
Common Soil, 804(1)a - Embankment from Roadway/Structure Excavation, 804(4) - Gravel Fill, 900(1)c2
- Structural Concrete (Footings and Slab on Fill),A 28 Days, 900(1)c3 - Structural Concrete (Footing Tie
Beams),A 28 Days, 900(1)c4 - Structural Concrete (Column),A 28 Days, 900(1)c5 - Structural Concrete
(Suspended Slab),A 28 Days, 900(1)c6 - Structural Concrete (Beam/Girders),A 28 Days, 902(1)a -
Reinforcing Steel (Deformed),Grade 40, 1046(2)a1 - CHB Non-Load Bearing (Including Reinforcing
Steel),100mm, 1046(2)a2 - CHB Non-Load Bearing (Including Reinforcing Steel),150mm, 1010(4) -
Wooden Doors and Windows, 1021(1)c - Cement Floor Finish, Plain, 1003(1)a1 - Ceiling, Fiber Cement
Board, 4.5mm, Metal Frame, 1018(2) - Unglazed Tiles, 1032(1)a - Painting Works, Masonry/Concrete,
1014(1)b2 - Prepainted Metal Sheets Long Span, Rib Type, Above 0.427mm, Long Span, 1013(2)b1 -
Fabricated Metal Roofing Accessory, Gauge 24, Gutter, 1013(2)a2 - Fabricated Metal Roofing Accessory,
Gauge 26, Flashing, 1047(2)b - Structural Steel Purlins, 1001(9) - Storm Drainage and Downspout,
1001(11) - Septic Vault (Concrete/CHB), 1001(5)b - Catch Basin, 1100(10) - Conduit, Boxes, and Fittings
(Conduit Works/Conduit Rough-In), 1101(33) - Wires and Wiring Devices, 1102(1) - Panelboard with
Main and Branch Breakers, introduction of new Item, 804(1)b - Embankment from Borrow, 1007 -
Aluminum Framed Glass Door, 1008 - Aluminum Glass Window (Sliding/Casement/Awning/Fixed Type),
1039(1) - Aluminum Cladding, 1016(1)a - Waterproofing, Cement Base, 1001(8) - Sewer Line Works,
1002(4) - Plumbing Fixtures, 1002(24) - Cold Water Lines, 1102(10) - Pole Mounted Distribution
Transformer with Complete Accessories, 1201(8) - Water Tank, 1200(13)a - Airconditioning
(Package/Split Type), deletion of Item 1008(1)a, Aluminum Glass Window (Sliding Type), 1008(1)b,
Aluminum Glass Windows (Casement Type), 1047(2)a, Structural Steel, Trusses, 1003(11)a1, Fascia
Board, 1047(6), Metal Structure Accessories (Steel Plates), 1047(7)a, Metal Structure Accessories, Bolts,
1002(27), Plumbing Works
2.    The Items of Work involved are the following:

ITEM NO. DESCRIPTION REMARKS


902(2) Formworks And Falseworks Increase in quantity

1027(1) Cement Plaster Finish Increase in quantity

1051(6) Railing Increase in quantity

1018(5) Glazed Tiles and trims Increase in quantity

1103(1) Lighting Fixtures Increase in quantity

800 (1) Clearing And Grubbing Decrease in quantity


803(1)a Structure Excavation, Common Soil Decrease in quantity

803(1)a Embankment From Roadway/Strucutre Excavation Decrease in quantity

804(4) Gravel Fill Decrease in quantity

900(1)c2 Structural Concrete (Footings And Slab On Fill),A 28 Days Decrease in quantity

900(1)c3 Structural Concrete (Footing Tie Beams ) 28 Days, A Decrease in quantity

900(1)c4 Structural Concrete (Column), A 28 Days Decrease in quantity

900(1)c5 Structural Concrete (Suspended Slab), A 28 Days Decrease in quantity

900(1)c6 Structural Concrete (Beam/Girders), A, 28 Days Decrease in quantity

902(1)a Reinforcing Steel (Deformed), Grade 40 Decrease in quantity

1046(2)a1 Chb Non-Load Bearing (Including Reinforcing Steel),100Mm Decrease in quantity

1046(2)a2 Chb Non-Load Bearing (Including Reinforcing Steel),150Mm Decrease in quantity

1010(4) Wooden Doors And Windows Decrease in quantity

1021(1)c Cement Floor Finish, Plain Decrease in quantity

1003(1)a1 Ceiling, Fiber Cement Board, 4.5Mm, Metal Frame Decrease in quantity

1018(2) Unglazed Tiles Decrease in quantity

1032(1)a Painting Works, Masonry/Concrete Decrease in quantity


Prepainted Metal Sheets Long Span, Rib Type, Above 0.427Mm, Long
1014(1)b2 Decrease in quantity
Span
1013(2)b1 Fabricated Metal Roofing Accessory, Gauge 24, Gutter Decrease in quantity

1013(2)a2 Fabricated Metal Roofing Accessory, Gauge 26, Flashing Decrease in quantity

1047(2)b Structural Steel Purlins Decrease in quantity


1001(9) Storm Drainage And Downspout Decrease in quantity
1001(11) Septic Vault (Concrete/Chb) Decrease in quantity
1001(5)b Catch Basin Decrease in quantity
1100(10) Conduit, Boxes, And Fittings (Conduit Works/Conduit Rough-In) Decrease in quantity

1101(33) Wires And Wiring Devices Decrease in quantity


1102(1) Panelboard With Main And Branch Breakers Decrease in quantity
804(1)b Embankment From Borrow Introduction of new item
1007 Aluminum Framed Glass Door Introduction of new item
1008 Aluminum Glass Window (Sliding/Casement/Awning/Fixed Type) Introduction of new item
1039(1) Aluminum Cladding Introduction of new item
1016(1)a Waterproofing, Cement-Base Introduction of new item
1001(8) Sewer Line Works Introduction of new item
1002(4) Plumbing Fixtures Introduction of new item
1002(24) Cold Water Lines Introduction of new item
1102(10) Pole Mounted Distribution Transformer With Complete Accessories Introduction of new item
1201(8) Water Tank Introduction of new item
1200(13)a Airconditioning (Package/Split Type) Introduction of new item
1008 (1)a Aluminum Glass Window (Sliding Type) Deletion of Item
1008(1)b Aluminum Glass Windows (Casement Type) Deletion of Item
1047(2)a Structural Steel, Trusses Deletion of Item
1003(11)a1 Fascia Board Deletion of Item
1047(6) Metal Structure Accesorries (Steel Plates) Deletion of Item
1047(7)a Metal Structure Accessories, Bolts Deletion of Item
1002(27) Plumbing Works Deletion of Item

RECOMMENDATION:

Since the proposed works are necessary to suit actual field conditions and for the utilization of savings
due to increase in quantities of some items of work which were found reasonable, we hereby recommend favorable
consideration and/or approval of the Variation Order.

ROMAN A. ANTE EDWIN A. CABRAL


Chief, Construction Section Chief, Planning and Design Section

EDWIN G. DINGLASAN MERCEDES G. ASPI


Chief, Maintenance Section Chief, Quality Assurance Section
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Mindoro Oriental District Engineering Office
Calapan City, Oriental Mindoro

Date : March 04, 2022

FOR : ERWIN DG. UMALI


OIC - District Engineer

THRU : ROMAN A. ANTE


Chief, Construction Section

SUBJECT : CONSTRUCTION OF POLA ABC BUILDING, POLA, ORIENTAL MINDORO

PROJECT ENGINEER’S REPORT

This refers to the On-Going Project of GREENFIELD CONSTRUCTION,CONSTRUCTION OF POLA ABC


BUILDING, POLA, ORIENTAL MINDORO. Since there is enough fund (using the Project Variance/Savings) for the
implementation of the increase in quantity of most item of work to suit actual field condition, the appropriate
request for approval is respectfully recommended.

Robert M. GONDA
Project Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Mindoro Oriental District Engineering Office
Calapan City, Oriental Mindoro

VARIATION ORDER NO. 01

To: GREENFIELD CONSTRUCTION


11 Opal St. Beredo Village, Alangilan, Batangas City

Gentlemen;

In connection with the CONSTRUCTION OF POLA ABC BUILDING, POLA, ORIENTAL MINDORO, under your
contract and in accordance with the provisions and guidelines for the preparation, issuance and approval of and
commencement of the work under Variation Order, Extra Work Order and negotiated contract under MPW
Memorandum Circular No. 45 dated March 21, 1997 and pursuant to the implementing rules and regulations of R.A.
9184, You are hereby directed to perform the following additional works:

A.   CONSTRUCTION OF POLA ABC BUILDING, POLA, ORIENTAL MINDORO


UNIT COST AMOUNT
ITEM NO. DESCRIPTION UNIT QUANTITY
Php. Php.
902(1)a Formworks and Falseworks sq.m. 386.76 1,169.86 452,455.05
1027(1) Cement Plaster Finish sq.m. 8.70 168.32 1,464.38
1051(6) Railings L.S. 1.00 292,523.48 292,523.48
1018(5) Glazed Tiles sq.m. 76.06 1,340.13 101,930.29
1103(1) Lighting Fixtures L.S. 1.00 112,092.60 112,092.60
804(1)b Embankment from Borrow cu.m. 25.10 875.20 21,967.60
10 07 Aluminum Framed Glass Door sq.m. 37.96 8,598.85 326,412.20
Aluminum Glass Window sq.m.
10 08 41.94 7,727.50 324,091.35
(Sliding/Casement/Awning/Fixed Type)
1039(1) Aluminum Cladding sq.m. 456.09 3,106.07 1,416,648.12
1016(1)a Waterproofing, Cement-Base sq.m. 115.34 195.38 22,535.10
1001(8) Sewer Line Works L.S. 1.00 32,420.46 32,420.46
1002(4) Plumbing Fixtures L.S. 1.00 120,979.20 120,979.20
1002(24) Cold Water Lines L.S. 1.00 37,736.21 37,736.21
Pole Mounted Distribution Transformer with kg.
1102(10) 1.00 319,883.82 319,883.82
Complete Accessories
1201(8) Water Tank L.S. 1.00 367,716.11 367,716.11
1200(13)a Airconditioning (Package/Split Type) L.S. 1.00 947,246.43 947,246.43
This Variation Order covers items of work which are included in your contract but found necessary to
complete the project. This Variation Order decreases your contract cost from Php. 9,486,378.61 to Php.
9,486,360.23. Please acknowledge receipt of this order by signing, and returning the enclosed five (5) copies.

Accepted by: GREENFIELD CONSTRUCTION Prepared by:

ANNALIZA M. PLATA ROBERT M. GONDA


Contractor Project Engineer

Checked By: Recommending Approval:

ROMAN A. ANTE ALBIEN M. MAHIA


Chief, Construction Section OIC - Assistant District Engineer

Approved By:

ERWIN DG. UMALI


OIC - District Engineer

You might also like