You are on page 1of 23

Republic of the Philippines

Department of Public Works and Highways


Mindoro Oriental District Engineer Office
PROPOSED VARIATION ORDER NO.: 1
Contract ID : 21ED0106
Contract Name & Location : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Name of Contractor: DELROL ENTERPRISES

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: NEW ITEMS:
103(6)a Pipe Culvert and Drain Excavation, Common Soil - 189.00 cu.m. 103(1)a Structure Excavation, Common Soil - 204.96 cu.m.
404(1)a Reinforcing Steel, Grade 40 - 11,048.62 kgs. 405(1)a2 Structural Concrete, 20.68 Mpa, A, 14 days - 204.96 cu.m.
500(1)b1 Pipe Culverts, RCPC, 610mm dia., Class IV - 90.00 L.M.

DEDUCTIVE:
102(2) Surplus Common Excavation - 105.10 cu.m.
104(1)a Embankment from Roadway/Structure Excavation, - 71.00 cu.m.
Common Soil
200(1) Aggregate Subbase Course - 227.72 cu.m.
506(1) Stone Masonry 221.55 cu.m.

REASON FOR CHANGE : Due to Extra Work


Changes in quantities in most items of work and introduction of new items
caused by the introduction of structural concrete and pipe culvert to avoid flooding at the area.

CHANGE REQUESTED BY : Allan A. Roldan,Owner/ General manager, DELROL ENTERPRISES

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

We the undersigned Contractor/s have given careful consideration to the change proposed and hereby agree, if this proposal Original Contract Cost: 22,534,917.19
is approved that we will provide all equipment, furnish all materials except as maybe otherwise be noted and perform all services Difference in Cost due to this Change: 1,187,417.16
necessary for work above specified and will accept as full payment thereto the prices shown on the second page of the attached Net Cost of Previous Change: -
sheet. Total Cost of Change: 1,187,417.16
Estimated Revised Contract Amount: 23,722,334.35
Percentage Change in Original Contract Value (+) or (-): 5.27%

Concured by: Original Contract Duration: 181


Total Approved Contract Time Extension Prior to this VO: -
Time Extension due to this V.O. -
ALLAN A. ROLDAN Revised Contract Duration -
Authorized Managing Officer Effectivity of Contract March 07, 2022
ACCEPTED DATE : Original Contract Expiry Date September 03, 2022
Revised Contract Date

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

MARK LESTER B. CABRAL ROMAN


Chief, A. ANTE Section
Construction ALBIEN M. MAHIA ERWIN DG. UMALI
Project Engineer OIC- Asst. District Engineer OIC-District Engineer
Date : __________________________
Note: This Variation Order is not effective until approved.

PIF-12-VO-01A Rev 00
Contract ID : 21ED0106
Contract Name : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location : Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

ITEMIZED COST OF REVISION


Proposed Variation Order No. 1

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. 1


PROPOSED REVISED
CHANGE ORDER CONTRACT COST DUE TO
Pay Item
Pay Item Description EXTRA WORK ORDER VARIATION ORDER No.1 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT
Provision of Field Office for the Engineer
A.1.1(8) mo. 6.03 7,605.00 45,858.15 - - - 6.03 45,858.15
(Rental Basis)
Provision of Furnitures/Fixtures, Equipment
A.1.1(11) and Appliances for the Field office for the l.s. 1.00 14,976.00 14,976.00 - - - 1.00 14,976.00
Engineer
Operation & Maintenance of Field Office for
A.1.1(16) mo. 1.00 10,759.33 10,759.33 - - - 1.00 10,759.33
the Engineer
Provision of 4x2 Pick-Up Type Service Vehicle vehicle-
A.1.2(4) 6.03 21,633.55 130,450.31 - - - 6.03 130,450.31
for the Engineer On Bare Rental Basis months
Operation and Maintenance of 4x2 Pick-Up
A.1.2(6) mo. 6.03 25,049.25 151,046.98 - - - 6.03 151,046.98
Type Service Vehicle for the Engineer

A.1.4(1) Provision of Progress Photographs mo. 6.03 280.80 1,693.22 - - - 6.03 1,693.22

B.5 Project Billboard/Sign Board ea. 2.00 2,744.82 5,489.64 - - - 2.00 5,489.64

B.7(1) Occupational Safety and Health Program mo. 6.03 16,388.81 98,824.52 - - - 6.03 98,824.52

B.8(1) Traffic Management mo. 6.03 23,045.31 138,963.22 - - - 6.03 138,963.22

B.9 Mobilization/Demobilization l.s. 1.00 128,700.00 128,700.00 - - - 1.00 128,700.00


Individual Removal of Trees, 150-300mm dia.,
100(3)a1 ea. 2.00 709.29 1,418.58 - - - 2.00 1,418.58
small
Individual Removal of Trees Small, 301-
100(3)a2 l.m. 3.00 859.93 2,579.79 - - - 3.00 2,579.79
500mm dia.
Removal of Actual Structures/Obstruction,
101(3)b1 m² 132.00 88.43 11,672.76 - - - 132.00 11,672.76
0.15m thick,PCCP (Unreinforced)
SUBTOTAL 742,432.50 - - - 742,432.50

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

MARK LESTER B. CABRAL ROMAN


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

Conformed:

ALLAN A. ROLDAN
Contractor

PIF-12-VO-02A Rev 00
Contract ID : 21ED0106
Contract Name : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location : Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

ITEMIZED COST OF REVISION


Proposed Variation Order No. 1

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. 1


PROPOSED REVISED
CHANGE ORDER CONTRACT COST DUE TO
Pay Item
Pay Item Description EXTRA WORK ORDER VARIATION ORDER No.1 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT
Removal of Actual Structures/Obstruction,
101(4)a1 L.M. 12.00 392.53 4,710.36 - - - 12.00 4,710.36
610mm dia., RCPC
Decrease in
102(2) Surplus Common Excavation m³ 11,838.28 156.08 1,847,718.74 - 105.10 16,404.01 - 11,733.18 1,831,314.73
quantity
Embankment from Roadway/Structure Decrease in
104(1)a m³ 80.41 249.26 20,043.00 - 9.41 2,345.54 - 71.00 17,697.46
Excavation, Common Soil quantity
Pipe Culvert and Drain Excavation, Common Increase in
103(6)a m³ 96.48 231.24 22,310.04 189.00 43,704.36 - - 285.48 66,014.40
Soil quantity
105(1)a Subgrade Preparation, Common Material m² 9,636.48 18.98 182,900.39 - - - 9,636.48 182,900.39
Decrease in
200(1) Aggregate Subbase Course m³ 2,620.20 927.40 2,429,973.48 - 227.72 211,187.53 - 2,392.48 2,218,785.95
quantity
Portland Cement Concrete Pavement
311(1)c1 m² 8,604.00 1,331.89 11,459,581.56 - - - 8,604.00 11,459,581.56
(Unreinforced) 0.23m thick, 14 days
Increase in
404(1)a Reinforcing Steel, Grade 40 kgs. 1,831.06 70.94 129,895.40 11,048.62 783,789.10 - - 12,879.68 913,684.50
quantity
405(2)c Structural Concrete, B, 18 Mpa m³ 35.54 6,241.26 221,814.38 - - - 35.54 221,814.38

500(1)b3 Pipe Culverts, RCPC,910 mm dia., Class IV l.m. 24.00 6,861.35 164,672.40 - - - 24.00 164,672.40

500(1)b5 Pipe Culverts, RCPC, 1220mm dia., Class Iv l.m. 16.00 6,861.35 109,781.60 - - - 16.00 109,781.60
Decrease in
506(1) Stone Masonry m³ 1,278.23 4,065.12 5,196,158.34 - 221.55 900,627.34 - 1,056.68 4,295,531.00
quantity
611(1) Trees Furnishing and Transplating ea. 500.00 5.85 2,925.00 - - - 500.00 2,925.00

SUBTOTAL 21,792,484.69 827,493.46 - 1,130,564.42 - 21,489,413.73

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

MARK LESTER B. CABRAL ROMAN


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

Conformed:

ALLAN A. ROLDAN
Contractor

PIF-12-VO-02A Rev 00
Contract ID : 21ED0106
Contract Name : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location : Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

ITEMIZED COST OF REVISION


Proposed Variation Order No. 1

ORIGINAL CONTRACT PROPOSED VARIATION ORDER No. 1


PROPOSED REVISED
CHANGE ORDER CONTRACT COST DUE TO
Pay Item
Pay Item Description EXTRA WORK ORDER VARIATION ORDER No.1 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT
Introduction
103(1)a Structure Excavation, Common Soil m³ - 466.56 - - - 204.96 95,626.14 204.96 95,626.14
of New Item
Introduction
405(1)a2 Structural Concrete, 20.68 Mpa, A, 14 days m³ - 6,615.60 - - - 204.96 1,355,933.38 204.96 1,355,933.38
of New Item
Introduction
500(1)b1 Pipe Culverts, RCPC, 610mm dia., Class IV L.M. - 432.54 - - - 90.00 38,928.60 90.00 38,928.60
of New Item
SUBTOTAL - - - - 1,490,488.12 1,490,488.12

GRAND TOTAL 22,534,917.19 827,493.46 - 1,130,564.42 1,490,488.12 23,722,334.35

-1,187,417.16
Prepared by: Verified as to Unit Cost: Verified as to Quantities 1,965,082.81
777,665.65

MARK LESTER B. CABRAL ROMAN


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

Conformed:

ALLAN A. ROLDAN
Contractor

PIF-12-VO-02A Rev 00
Republic of the Philippines
Department of Public Works and Highways
Mindoro Oriental District Engineer Office

Contract ID: 21ED0106


Contract Name: Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location: Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

DETAILED TECHNICAL JUSTIFICATION FOR


THE PROPOSED VARIATION ORDER No.1/FINAL VARIATION ORDER

ADDITIVE QUANTITIES
Items Reason

404(1)a Reinforcing Steel, Grade 40 Due to Extra Work

DEDUCTIVE QUANTITIES
Items Reason

102(2) Surplus Common Excavation

Embankment from Roadway/Structure


104(1)a
Excavation, Common Soil
Due to Extra Work
200(1) Aggregate Subbase Course

506(1) Stone Masonry

NEW ITEMS
Items Reason

Err:509 Err:509
Due to Extra Work
Err:509 Err:509

Prepared by: Checked by:

MARK LESTER B. CABRAL ROMAN A. ANTE


Project Engineer
DPWH DPWH

PIF-12-VO-04 Rev 00
Contract ID: 21ED0106
Contract Name: Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location: Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

DETAILED UNIT PRICE ANALYSIS (DUPA)

ITEM NO./DESCRIPTION : Err:509 Err:509


QUANTITY (per hour) : 4.00 Err:509

MATERIALS: UNIT QUANTITY UNIT COST TOTAL COST


No. of Units No. of Days

SUB-TOTAL

LABOR: QUANTITY
Rate/Hour TOTAL COST
No. of Persons No. of Hours

FOREMAN 1 1.00 81.25 81.25


LABORERS 3 1.00 47.50 142.50
SUB-TOTAL 223.75

EQUIPMENT: QUANTITY
Rate/Day TOTAL COST
No. of Units No. of Days
Dump Truck (12 cu. Yd) 2.0 2 1,350.00 2,700.00
Backhoe (0.80 cu. m.) 1.0 1.00 1,350.00 1,350.00
Backhoe w/ Breaker (0.80 cu.m.) 1.0 1.00 1,350.00 1,350.00
Minor Tools (10% of Labor) 22.38
SUB-TOTAL 5,422.38

Total = Php 5,646.13


OCM, Profit & VAT = Php 1,696.09
Grand Total = Php 7,342.22
Unit Cost 1,835.55

ITEM NO./DESCRIPTION : Err:509 Err:509


QUANTITY (PER HOUR) : 1.40 Err:509

MATERIALS: UNIT QUANTITY UNIT COST TOTAL COST


Lumber, Good - 4 uses bd-ft 17.50 45.00 787.50
Marine Plywood (1/2" x 4' x 8') - 4
pc 0.40 690.00 276.00
uses
Assorted CWN (1kg/100 bd-ft of
kg 0.70 75.00 52.50
Lumber)
Cement bag 9.50 260.00 2,470.00
Sand cu.m. 0.50 830.44 415.22
Gravel cu.m. 1.00 958.44 958.44
SUB-TOTAL 4,959.66

LABOR: QUANTITY
Rate/Hour TOTAL COST
No. of Persons No. of Hours
Construction Foreman 1 1.00 81.25 81.25
Skilled Labor 4 1.00 71.88 287.50
Laborer 8 1.00 47.50 380.00
Installation/Removal of Formwarks
Skilled Labor 4 1.00 71.88 287.50
Laborer 8 1.00 47.50 380.00
SUB-TOTAL 1,416.25

EQUIPMENT: QUANTITY
Rate/Hour TOTAL COST
No. of Units No. of Hours
One Bagger Mixer 1.0 1.00 160.00 160.00
Concrete Vibrator 1.0 1.00 90.00 90.00
Water Truck/Pump (16000 L) 1.0 1.00 2,200.00 2,200.00
Minor Tools (5% of Labor Cost) 70.81
SUB-TOTAL 2,520.81

Total = Php 8,896.72


OCM, Profit & VAT = Php 2,672.57
Grand Total = Php 11,569.29
Unit Cost 8,263.78
405(1)a2 Structural Concrete , 20.68 Mpa, A, 14 days qty: 1.88 cu.m.

A. EQUIPMENT COST
qtty days rate
a. One Bagger Mixer 1 0.25 1,400.00 350.00
b. Concrete Vibrator 1 0.25 750.00 187.50
c. Water Truck 1 0.03 1,960.00 58.80
Minor Tools ( 5% of Labor Cost) 143.75

Sub Total --- ₱740.05

B. LABOR COST: qtty days rate


a. Foreman 1 0.25 700.00 175.00
b. Skilled 8 0.25 550.00 1,100.00
c. Laborers 16 0.25 400.00 1,600.00

Sub Total --- ₱2,875.00

C. MATERIALS COST
unit unit cost qtty

a. Portland Cement bags 260.00 17.86 4,643.60


b. Sand cu.m. 780.00 0.94 733.20
c. Gravel 3/4 cu.m. 910.00 1.88 1,710.80
d. Good Lumber bd-ft. 46.00 32.90 1,513.40
e. Plywood Marine pcs. 400.00 0.75 300.00
f. Common nails kgs. 75.00 1.32 99.00

Sub Total --- ₱9,000.00

Total Cost ---- 12,615.05


OCM/Vat ------ 3,586.46
Grand Total --- 16,201.51
Unit Cost--- 8,617.82
103(1)a Structural Excavation, Common Soil qty: 204.96 cu.m.

A. EQUIPMENT COST
qtty hours hourly rate
a. Dump Truck 1 8 1,350.00 10,800.00
b. Backhoe 1 8 1,800.00 14,400.00
Minor Tools ( 5% of Labor Cost) 2692.00

Sub Total --- ₱27,892.00

B. LABOR COST: qtty days rate


a. Foreman 1 8 650.00 5,200.00
b. Laborers 16 8 380.00 48,640.00

Sub Total --- ₱53,840.00

C. MATERIALS COST

Sub Total --- ₱0.00

Total Cost ---- 81,732.00


OCM/Vat ------ 13,894.44
Grand Total --- 95,626.44
Unit Cost--- 466.56
405(1)a2 Structural Concrete , 20.68 Mpa, A, 14 days qty: 204.96 cu.m.

A. EQUIPMENT COST
qtty days rate
a. One Bagger Mixer 1 17 1,280.00 21,760.00
b. Concrete Vibrator 1 17 720.00 12,240.00
c. Water Truck 1 1.7 1,960.00 3,332.00
Minor Tools ( 5% of Labor Cost) 9630.50

Sub Total --- ₱46,962.50

B. LABOR COST: qtty days rate


a. Foreman 1 17 650.00 11,050.00
b. Skilled 8 17 575.00 78,200.00
c. Laborers 16 17 380.00 103,360.00

Sub Total --- ₱192,610.00

C. MATERIALS COST
unit unit cost qtty

a. Portland Cement bags 245.00 1947.12 477,044.40


b. Sand cu.m. 700.00 102.48 71,736.00
c. Gravel 3/4 cu.m. 550.00 204.96 112,728.00
d. Good Lumber bd-ft. 50.00 3586.80 179,340.00
e. Plywood Marine pcs. 800.00 81.98 65,584.00
f. Common nails kgs. 90.00 143.47 12,912.30

Sub Total --- ₱919,344.70

Total Cost ---- 1,158,917.20


OCM/Vat ------ 197,015.92
Grand Total --- 1,355,933.12
Unit Cost--- 6,615.60
500(1)b1Pipe Culverts,RCPC, 610mm dia., Class IV qty: 90.00 l.m.

A. EQUIPMENT COST
qtty days rate
Backhoe (0.80 cu.m.) 1 1 12,296.00 12,296.00
Plate Compactor 1 1 984.00 984.00
Minor Tools (10% of Labor) 660.00 0.00

Sub Total --- ₱13,280.00

` qtty days rate


a. Foreman 1 2 630.00 1,260.00
b. Skilled 2 2 575.00 2,300.00
c. Laborer 4 2 380.00 3,040.00

Sub Total --- ₱6,600.00

C. MATERIALS COST
unit unit cost qtty
Portland Cement bags 245.00 4.64 1137.78
Sand cu.m. 700.00 0.26 184.80
RC Pipes (610mm da.), Class IV pc 1,950.00 6.00 11700.00
Sand Bedding cu.m. 700.00 0.53 369.60

Sub Total --- ₱13,392.18

Total Cost ---- 33,272.18


OCM/Vat ------ 5,656.27
Grand Total --- 38,928.45
Unit Cost--- 432.54
Republic of the Philippines
Department of Public Works and Highways
Mindoro Oriental District Engineer Office
PROPOSED VARIATION ORDER NO.: 2
Contract ID : 21ED0106
Contract Name & Location : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Name of Contractor: DELROL ENTERPRISES

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: DEDUCTIVE:
102(2) Surplus Common Excavation 72.17 m³ 404(1)a Reinforcing Steel, Grade 40 1,914.59 kgs.
103(6)a Pipe Culvert and Drain Excavation, Common Soil 16.80 m³ 405(2)c Structural Concrete, B, 18 Mpa 15.70 m³
200(1) Aggregate Subbase Course 30.47 m³ 103(1)a Structure Excavation, Common Soil 20.50 m³
500(1)b3 Pipe Culverts, RCPC,910 mm dia., Class IV 24.00 l.m. 405(1)a2 Structural Concrete, 20.68 Mpa, A, 14 days 20.50 m³
506(1) Stone Masonry 51.62 m³
DELETED ITEM:
500(1)b1 Pipe Culverts, RCPC, 610mm dia., Class IV 90.00 L.M.

REASON FOR CHANGE : Due to Final Variation, Approved As-built plan.


Changes in quantities in most items of work found necessary to suit actual field condition.

CHANGE REQUESTED BY : Renz Seraphim D. Roldan, Attorney-in-fact, DELROL ENTERPRISES

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

Original Contract Cost: 22,534,917.19


We the undersigned Contractor/s have given careful consideration to the change proposed and hereby agree, if this 23,722,334.35
First Revised Contract Amount:
proposal is approved that we will provide all equipment, furnish all materials except as maybe otherwise be noted and
Difference in Cost due to this Change: - 0.78
perform all services necessary for work above specified and will accept as full payment thereto the prices shown on the
Net Cost of Previous Change: -
second page of the attached sheet.
Total Cost of Change: - 0.78
Estimated Revised Contract Amount: 23,722,333.57
Percentage Change in Original Contract Value (+) or (-): 5.27%

Concured by: Original Contract Duration: 181


Total Approved Contract Time Extension Prior to this VO: -
Time Extension due to this V.O. -
RENZ SERAPHIM D. ROLDAN Revised Contract Duration -
Attorney-in-fact Effectivity of Contract March 07, 2022
ACCEPTED DATE : Original Contract Expiry Date September 03, 2022
Revised Contract Date

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

MARK LESTER B. CABRAL ROMAN


Chief, A. ANTE Section
Construction ALBIEN M. MAHIA ERWIN DG. UMALI
Project Engineer OIC- Asst. District Engineer OIC-District Engineer
Date : __________________________
Note: This Variation Order is not effective until approved.

PIF-12-VO-01A Rev 00
Contract ID : 21ED0106
Contract Name : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location : Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

ITEMIZED COST OF REVISION


Proposed Variation Order No. 2

ORIGINAL CONTRACT VARIATION ORDER No.1 PROPOSED VARIATION ORDER No. 2


PROPOSED REVISED
CHANGE ORDER CONTRACT COST DUE TO
Pay Item
Pay Item Description EXTRA WORK ORDER VARIATION ORDER No.2 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT
Provision of Field Office for the Engineer
A.1.1(8) mo. 6.03 7,605.00 45,858.15 6.03 7,605.00 45,858.15 - - - 6.03 45,858.15
(Rental Basis)
Provision of Furnitures/Fixtures, Equipment
A.1.1(11) and Appliances for the Field office for the l.s. 1.00 14,976.00 14,976.00 1.00 14,976.00 14,976.00 - - - 1.00 14,976.00
Engineer
Operation & Maintenance of Field Office for
A.1.1(16) mo. 1.00 10,759.33 10,759.33 1.00 10,759.33 10,759.33 - - - 1.00 10,759.33
the Engineer

Provision of 4x2 Pick-Up Type Service Vehicle vehicle-


A.1.2(4) 6.03 21,633.55 130,450.31 6.03 21,633.55 130,450.31 - - - 6.03 130,450.31
for the Engineer On Bare Rental Basis months

Operation and Maintenance of 4x2 Pick-Up


A.1.2(6) mo. 6.03 25,049.25 151,046.98 6.03 25,049.25 151,046.98 - - - 6.03 151,046.98
Type Service Vehicle for the Engineer

A.1.4(1) Provision of Progress Photographs mo. 6.03 280.80 1,693.22 6.03 280.80 1,693.22 - - - 6.03 1,693.22

B.5 Project Billboard/Sign Board ea. 2.00 2,744.82 5,489.64 2.00 2,744.82 5,489.64 - - - 2.00 5,489.64

B.7(1) Occupational Safety and Health Program mo. 6.03 16,388.81 98,824.52 6.03 16,388.81 98,824.52 - - - 6.03 98,824.52

B.8(1) Traffic Management mo. 6.03 23,045.31 138,963.22 6.03 23,045.31 138,963.22 - - - 6.03 138,963.22

B.9 Mobilization/Demobilization l.s. 1.00 128,700.00 128,700.00 1.00 128,700.00 128,700.00 - - - 1.00 128,700.00
Individual Removal of Trees, 150-300mm dia.,
100(3)a1 ea. 2.00 709.29 1,418.58 2.00 709.29 1,418.58 - - - 2.00 1,418.58
small
Individual Removal of Trees Small, 301-
100(3)a2 l.m. 3.00 859.93 2,579.79 3.00 859.93 2,579.79 - - - 3.00 2,579.79
500mm dia.
Removal of Actual Structures/Obstruction,
101(3)b1 m² 132.00 88.43 11,672.76 132.00 88.43 11,672.76 - - - 132.00 11,672.76
0.15m thick,PCCP (Unreinforced)
SUBTOTAL 742,432.50 742,432.50 - - - 742,432.50

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

MARK LESTER B. CABRAL ROMAN


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

Conformed:

ALLAN A. ROLDAN
Contractor

PIF-12-VO-02A Rev 00
Contract ID : 21ED0106
Contract Name : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location : Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

ITEMIZED COST OF REVISION


Proposed Variation Order No. 2

ORIGINAL CONTRACT VARIATION ORDER No.1 PROPOSED VARIATION ORDER No. 2


PROPOSED REVISED
CHANGE ORDER CONTRACT COST DUE TO
Pay Item
Pay Item Description EXTRA WORK ORDER VARIATION ORDER No.2 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT
Removal of Actual Structures/Obstruction,
101(4)a1 L.M. 12.00 392.53 4,710.36 12.00 392.53 4,710.36 - - - 12.00 4,710.36
610mm dia., RCPC
Increase in
102(2) Surplus Common Excavation m³ 11,838.28 156.08 1,847,718.74 11,733.18 156.08 1,831,314.73 72.17 11,264.29 - - 11,805.35 1,842,579.03
quantity
Embankment from Roadway/Structure
104(1)a m³ 80.41 249.26 20,043.00 71.00 249.26 17,697.46 - - - 71.00 17,697.46
Excavation, Common Soil
Pipe Culvert and Drain Excavation, Common Increase in
103(6)a m³ 96.48 231.24 22,310.04 285.48 231.24 66,014.40 16.80 3,884.83 - - 302.28 69,899.23
Soil quantity
105(1)a Subgrade Preparation, Common Material m² 9,636.48 18.98 182,900.39 9,636.48 18.98 182,900.39 - - - 9,636.48 182,900.39
Increase in
200(1) Aggregate Subbase Course m³ 2,620.20 927.40 2,429,973.48 2,392.48 927.40 2,218,785.95 30.47 28,257.88 - - 2,422.95 2,247,043.83
quantity
Portland Cement Concrete Pavement
311(1)c1 m² 8,604.00 1,331.89 11,459,581.56 8,604.00 1,331.89 11,459,581.56 - - - 8,604.00 11,459,581.56
(Unreinforced) 0.23m thick, 14 days
Decrease in
404(1)a Reinforcing Steel, Grade 40 kgs. 1,831.06 70.94 129,895.40 12,879.68 70.94 913,684.50 - 1,914.59 135,821.01 - 10,965.09 777,863.48
quantity
Decrease in
405(2)c Structural Concrete, B, 18 Mpa m³ 35.54 6,241.26 221,814.38 35.54 6,241.26 221,814.38 - 15.70 97,987.78 - 19.84 123,826.60
quantity
Increase in
500(1)b3 Pipe Culverts, RCPC,910 mm dia., Class IV l.m. 24.00 6,861.35 164,672.40 24.00 6,861.35 164,672.40 24.00 164,672.40 - - 48.00 329,344.80
quantity
500(1)b5 Pipe Culverts, RCPC, 1220mm dia., Class Iv l.m. 16.00 6,861.35 109,781.60 16.00 6,861.35 109,781.60 - - - 16.00 109,781.60
Increase in
506(1) Stone Masonry m³ 1,278.23 4,065.12 5,196,158.34 1,056.68 4,065.12 4,295,531.00 51.62 209,841.49 - - 1,108.30 4,505,372.50
quantity
611(1) Trees Furnishing and Transplating ea. 500.00 5.85 2,925.00 500.00 5.85 2,925.00 - - - 500.00 2,925.00

SUBTOTAL 21,792,484.69 21,489,413.73 417,920.89 - 233,808.79 - 21,673,525.84

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

MARK LESTER B. CABRAL ROMAN


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

Conformed:

ALLAN A. ROLDAN
Contractor

PIF-12-VO-02A Rev 00
Contract ID : 21ED0106
Contract Name : Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location : Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

ITEMIZED COST OF REVISION


Proposed Variation Order No. 2

ORIGINAL CONTRACT VARIATION ORDER No.1 PROPOSED VARIATION ORDER No. 2


PROPOSED REVISED
CHANGE ORDER CONTRACT COST DUE TO
Pay Item
Pay Item Description EXTRA WORK ORDER VARIATION ORDER No.2 REMARKS
No. UNIT QTY UNIT PRICE TOTAL AMOUNT QTY UNIT PRICE TOTAL AMOUNT ADDITIVE DEDUCTIVE
QTY AMOUNT QTY AMOUNT QTY AMOUNT QTY AMOUNT
Decrease in
103(1)a Structure Excavation, Common Soil m³ - 466.56 - 204.96 466.56 95,626.14 - 20.50 9,564.48 - 184.46 86,061.65
quantity
Decrease in
405(1)a2 Structural Concrete, 20.68 Mpa, A, 14 days m³ - 6,615.60 - 204.96 6,615.60 1,355,933.38 - 20.50 135,619.80 - 184.46 1,220,313.58
quantity
500(1)b1 Pipe Culverts, RCPC, 610mm dia., Class IV L.M. - 432.54 - 90.00 432.54 38,928.60 - 90.00 38,928.60 - - - Deleted Item

SUBTOTAL - 1,490,488.12 - - 184,112.88 - 1,306,375.23

GRAND TOTAL 22,534,917.19 23,722,334.35 417,920.89 - 417,921.67 - 23,722,333.57

0.78
Prepared by: Verified as to Unit Cost: Verified as to Quantities 1,965,082.81
1,965,083.59

MARK LESTER B. CABRAL ROMAN


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

Conformed:

RENZ SERAPHIM D. ROLDAN


Contractor

PIF-12-VO-02A Rev 00
Republic of the Philippines
Department of Public Works and Highways
Mindoro Oriental District Engineer Office

Contract ID: 21ED0106


Contract Name: Concreting of Road, Brgy. Sta. Rosa II, Baco, Oriental Mindoro
Location: Baco, Oriental Mindoro
Contractor : DELROL ENTERPRISES

DETAILED TECHNICAL JUSTIFICATION FOR


THE PROPOSED VARIATION ORDER No.2/FINAL VARIATION ORDER

ADDITIVE QUANTITIES
Items Reason

102(2) Surplus Common Excavation

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

Changes in quantities in most items of work


200(1) Aggregate Subbase Course
found necessary to suit actual field condition.

500(1)b3 Pipe Culverts, RCPC,910 mm dia., Class IV

506(1) Stone Masonry

DEDUCTIVE QUANTITIES
Items Reason

404(1)a Reinforcing Steel, Grade 40


Changes in quantities in most items of work
found necessary to suit actual field condition.
405(2)c Structural Concrete, B, 18 Mpa

103(1)a Structure Excavation, Common Soil

405(1)a2 Structural Concrete, 20.68 Mpa, A, 14 days

DELETED ITEM
Items Reason

Changes in quantities in most items of work


500(1)b1 Pipe Culverts, RCPC, 610mm dia., Class IV
found necessary to suit actual field condition.

Prepared by: Checked by:

MARK LESTER B. CABRAL ROMAN A. ANTE


Project Engineer
DPWH DPWH

PIF-12-VO-04 Rev 00
Republic of the Philippines
Department of Public Works and Highways
Implementing Office
PROPOSED VARIATION ORDER NO.: __________
Contract ID :
Contract Name & Location :
Name of Contractor:

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 IN THE ATTACHED BILL OF QUANTITIES AND COST ESTIMATE

Original Contract Cost:


We the undersigned Contractor/s have given careful consideration to the change Difference in Cost due to this Change:
proposed and hereby agree, if this proposal is approved that we will provide all equipment,
Net Cost of Previous Change:
furnish all materials except as maybe otherwise be noted and perform all services necessary
Total Cost of Change:
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:
Percentage Change in Original Contract Value (+) or (-):

Concured by: Original Contract Duration:


Total Approved Contract Time Extension Prior to this VO:
Time Extension due to this V.O.
NAME & SIGNATURE Revised Contract Duration
Contractor Effectivity of Contract
ACCEPTED DATE : Original Contract Expiry Date
Revised Contract Date

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

NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE NAME & SIGNATURE
Project Engineer Project Manager Project/Bureau Director Undersecretary
DPWH & Consultant, if any DPWH & Consultant, if any Date : _________________________

Note: This Variation Order is not effective until approved.

PIF-12-VO-01B 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: 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

PIF-12-VO-03A Rev 00
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

You might also like