0% found this document useful (0 votes)
123 views

QAP Reference

The document outlines the scope of services for a third party quality audit and project monitoring consultancy for water supply projects in 5 municipalities in Telangana, India. Key points include: 1) The consultancy will conduct quality audits from project inception to completion to ensure works meet design standards and good engineering practices. 2) An inception report will detail the audit methodology, compliance checks, audit plans and schedules, and reporting protocols. 3) Audits will be conducted at pre-construction, construction, and commissioning stages and include material inspections, tests, and quality checks. 4) The consultancy will also assist with effective project monitoring and provide support to improve municipal engineering, technical,

Uploaded by

greenicez10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
123 views

QAP Reference

The document outlines the scope of services for a third party quality audit and project monitoring consultancy for water supply projects in 5 municipalities in Telangana, India. Key points include: 1) The consultancy will conduct quality audits from project inception to completion to ensure works meet design standards and good engineering practices. 2) An inception report will detail the audit methodology, compliance checks, audit plans and schedules, and reporting protocols. 3) Audits will be conducted at pre-construction, construction, and commissioning stages and include material inspections, tests, and quality checks. 4) The consultancy will also assist with effective project monitoring and provide support to improve municipal engineering, technical,

Uploaded by

greenicez10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 60

Terms of Reference

Third Party Quality Audit & Project Monitoring Consultancy Works in 5


ULBs of Telangana under Telangana Municipal Development Project
(TMDP).

1.0 BACK GROUND

1.1 The Telangana Municipal Development Project (TMDP) is a US $147 Million


million project being implemented by the Government of Telangana (GoT) with
support from World Bank (Bank loan of US $ 147 million).

1.2 The project development objective is to help improve i) high-priority urban


services in selected ULBs of Telangana, and ii) the capacity of ULBs to develop and
manage urban services. Urban Services to improve will be chosen and implemented by
eligible ULBs who self select themselves in a demand driven manner based on access
criteria established under the project which would be approved by the Steering
Committee in the Government of Telangana. The project will support improvements
in the financial, technical, and management capacities of all ULBs of Telangana
through TA and as a condition for infrastructure financing. The project will also
pursue improvement of the state-level framework that defines ULBs‟ autonomy,
accountability, and incentives for performance, as well as GoT‟s capacity to monitor,
and provide policy and technical support for, ULBs performance and development.
The project will also lay the groundwork for capacity building of the urban poor
through studies and community training centers.

1.3 One of the key component is Urban Infrastructure Investment, Component C,


(US $ 121 million of which US $ 85.05 million from Bank): This component provides
investment support (loans, project support grants and guarantees) accessible to ULBs
on the principles of self-selection for upgrading urban services, such as water supply
(improvements), solid waste management, urban roads, street lighting slum up
gradation, and other select obligatory and discretionary municipal services and
approved by the Steering Committee in Government of Telangana. To be eligible,
ULBs need adequate financial capacity to sustainably finance and operate the facilities
and an adequate and feasible plan to improve their financial and management
capacity. This component will be funded through the Telangana Urban Infrastructure
Fund (TUIF), which is a Trust registered under the Indian Trust Act. The TUIF is an
intermediate entity which will receive funds from the CDMA, and will fund the sub-
projects at the ULB level by providing sub-loans and capital grants to them. The
component will also include establishment of Multipurpose Community Resource
Centers targeted for the urban poor.

1.4 Nature of Sub-projects

All urban sector sub-projects will be eligible under the project including city roads,
sewerage, water supply, sanitation, solid waste management, street lighting, energy

1
efficiency improvement, and community centers mainly to host self-help groups and job
training for the poor.

In the second batch Water Supply sub-projects are being taken up in 5 ULBs in
Telangana (Kothagudem Municipality, Kollapur Nagar Panchayat, Medak Municiplaity,
Jammikunta Nagar Panchayat and Huzurabad Nagar Panchayat)

1.5 Project Management and Sub Project Implementation

Each ULB is setting up an internal „Project Management Unit (PMU) comprising


ULB engineers and will be supplemented by additional engineers from PHED (Public
Health Engineering Department) and MSU/TMDP as needed. The Third Party Quality
Audit consultant, whose services are being procured under this ToR, would undertake
Quality Audit of the works being implemented.

2.0 OBJECTIVES

2.1 The primary objective of this consultancy is to assist the ULBs and Employer in
maintaining the Quality standards of the works by independent assessment/audit of
quality of works at various stages of construction such as i) Pre-construction stage, ii)
Construction stage, iii) Commissioning, Trial run and Testing Stage; and through training
to the ULB staff in improving their Engineering/ Technical/ Managerial skills. Assess
and report on the compliance by the ULBs and the contractors with the requirements of
environment and social frame work (ESMF), including the management measures
provided in the environmental management plans and the resettlement action plans.

2.2 The Secondary objective is to assist the MSU for effective project monitoring by
providing project management and monitoring support.

3.0 SCOPE OF SERVICE

The scope of services shall include and not limited to the following

3.1 The role of supervision consultant will be to conduct quality audit of the Water
Supply sub-projects being implemented in the 5 ULBs, from the stage of inception to the
stage of completion and commissioning. This would include inspection of different parts
of work, including material/equipment, collection of samples and quality testing. All the
tests and quality assurance inspections would be conducted as per the standard
specifications and standard Engineering practice.

3.2 Inception

At this stage the consultant shall conduct a preliminary review of standard


contract documents, drawings, specifications, materials reports and status of the work for
the current contracts etc., to obtain understanding of the scope and complexities of the
assignment. This exercise will also include familiarization with the Environment and
Social Frame work (ESMF) and Environment Management Plans (EMP).

2
i. The Consultant will also have discussions with the key stakeholders at MSU-
TMDP, PHED, TUFIDC and the ULBs, to understand implementation status, basis for site
selection, the various manuals and guidelines prepared for the projects, specific concerns
of these agencies (if any) and the nature and frequency of various field tests to be
performed on civil works and reporting arrangements.

ii. After the initial study and discussion, the consultant will prepare and submit a
project inception report. The inception report would include items like;

a. Detailed methodology for execution of the audit, including the various tests that
will be conducted and outlining quality audit procedures.

b. Detailed methodology for checking compliance to environment and social


management framework (ESMF), including the EMPs and applicable laws
pertaining to environment protection and labour welfare.

c. Audit plan for the first year clearly identifying the audit stage for each type of
work.

d. Overall team deployment schedule.

e. Reporting formats including schedule of reporting, and verification of compliance


to observations.

f. Reporting and escalation protocols including methodology for integrating the


audit results in payment certification system, and

g. Evaluation of the project MIS and suggesting updating requirements for capturing
the audit reports, compliance and linking with payment certification system.

Audit Planning

During the inception for first year and subsequently at the beginning of each year
an audit plan will be prepared in consultation with MSU/PHED. Each site shall be
audited at least once during each stage of work and for certification of compliance of
reported non compliances. The audit plan would be updated quarterly and may be
revised on the basis of findings of the audits conducted in the preceding quarter.

3.3 Execution of audits

The execution of audits will be in accordance with approach and methodology


agreed in the inception report and in accordance with the audit plan. In general the
purpose of quality audit exercise is to ensure that the works are;

 Executed according to the designs, drawings and specification as specified in the


bidding documents/applicable standards, and that good engineering practices are
followed in construction
 True to desired lines, levels and finishing.
 Executed following the EMP provisions included in the bidding documents and in
general follow the agreed provisions in the ESMF.

3
 Executed following the relevant laws/statutes and practices/guidelines related to
workers welfare, safety at work site, insurances, etc.

3.4 Pre-construction Stage:

Review of the project at this stage is to primarily review and monitor the
preparatory activities that go into a project prior to beginning of audit and prior to actual
construction. Such review should cover:
a. Undertake site visit to examine availability of land/right of way for the
projects, to examine that the project site is free of encumbrances: access to site
is available; etc. Report on handing over of site to the contractor for
construction.
b. Report on progress with respect to shifting of utilities, if applicable.
c. Review the probability of escalation in project cost and time delay in
implementation on account of delays in site preparation and statutory
clearances.

Quality Assurance Plan

Annexure containing a list of indicative quality checks on materials, equipment and


appurtenances for guidance. In consultation with MSU/PHED based on the specifications in
the bid documents and relevant standards, review of PHEDs practices, Standard Quality
Assurance plan (tests, stage frequency, standards to be complied, guidance on judging from
test results, critical workmanship requirements, critical stages of work that require Engineer‟s
presence “as a must” etc) shall be prepared for various types of works to be audited (i.e.,
water supply and sewerage works and road restoration works etc); and formats for
documenting the quality test results and reporting of such tests. The QAP will be followed by
the ULBs under the project, compliance to which shall be checked by the consultants.

3.5 Construction Stage:

Review of the project through the course of its construction is to primarily review,
sub-projects compliance with quality, standards, compliance to statutes and other
requirements including environmental and social issues compliance. Report on quality
assurance systems and project quality. Such review to be conducted on a continuous basis
over the construction period should cover:

Works quality issues

a. Through the agreed Audit strategy and a series of test procedures:


i) Conduct random inspection of the civil works and installation of all electro
mechanical equipments from inception stage to stage of final completion and
commissioning including trial run and mandatory O&M period.
ii) Review that the materials have been procured, stored and used in
accordance with the quality standard requirements set forth in the
contract agreement.
iii) Confirm that the materials used for construction are as per the standard
specifications of contract agreements

iv) Review that the workmanship of the work confirms to specified


standards.

4
v) Review that the test reports of the materials/workmanship that were
tested by the contractor as required in the individual contract document
are satisfactory.

b. Assess independently the quality of construction vis-a-vis the standards specified


in the bidding documents and good engineering practices.
c. Review the degree of quality control exercised during the construction by the
contractor (maintaining adequate arrangements/practices (tests, numbers, frequency,
approach and timing etc)/documentation (QC registers, test reports, observations of
supervisory staff, compliance etc) and the degree of monitoring done by the ULBs.
Identify non compliances and suggests necessary improvements and compliance
methodologies.
d. Carry out additional testing of the materials and works where necessary at site or
in the approved laboratories. Care should be taken to minimize the additional testing and
shall preferably be carried out where a prima facie doubt arises related to quality of works
and/or compliance of standards.
e. The consultants shall check the materials in the stockyard constantly (especially
pipes) and has to verify the same with the MB entries from time to time.
f. Review the action taken on the earlier reported non compliances and rectify
including following up with the ULBs for action on earlier reported on compliances.
g. Assist the ULBs in resolving the issues related to non compliances. The
consultant‟s responsibility does not end by merely pointing the defects rather they should
facilitate the follow up action required to rectify the defects.
h. Create photo documentation of quality related issues including its compliances
with date and geo tags, with linkage to MIS system of the project, as needed.
i. Subject to quality of works covered under every bill submitted, counter-sign the
quality certificate along with the Engineer.

2. Environmental and social issues; Statutory requirements

Check and report on compliance to:

a. Environment Management Plans (EMP) defined in the contract document and


the Resettlement Action Plans (RAP) mentioned in the DPR.
b. Report on compliance to directives by State and Central environment agencies
stated during the environmental clearance of the project, environment
laws/regulations of GoI and rules formulated by the concerned State
Government.
c. Labor laws/regulations applicable to construction sites Report on provision,
installation and usage of health and safety equipments. Report on standards of
health and sanitation arrangements maintained at campsite by visual observation
and discussion with the concerned stakeholders.
d. Safety management at the construction sites as per the relevant IS codes such as
(but not limited to) IS3764: Code of safety for excavation work (first revision), IS
5916: safety code for construction involving use of hot bituminous materials etc.
e. Regulation of agencies like Indian road congress, ministry of shipping and road
transport, central public health Engineering Organisation, bureau of Indian
standards etc., as applicable.
f. Report on court cases, which likely to effect physical progress of the project.

5
Overall Progress Monitoring and Control

The MSU along with ULBs/PHED/TUFIDC are mainly responsible for overall
project management. But as a Third Party, the consultant will support these agencies in
project monitoring through the following tasks:

a. Physical progress of the project and Contractor‟s capacity:

i. Review the physical performance accomplished in the project with respect to the
milestones projected in the agreement or the project implementation plan
finalized at pre-construction stage. Provide regular updated including need for
increasing resources and /or change in work plan for timely execution.
ii. Review of rescheduling of milestones on the basis of performance.
iii. Report on abnormal delays in project activities and advice on remedial measures.
iv. Inspect, review and report the adequacy and competence of contractor‟s staff,
labor and machinery.
v. Review contractor work program and advise on the need for corrective measures
in cases where such matter is referred by the Engineers.
vi. Document progress of each work taken up with work wise photographs
(electronic version as well as printed copies) before commencing, during and
after execution, with final sets of report submitted to ULB engineer/SE(PH)
concerned /E-in-C (PH)/MSU-TMDP.

b. Commercial performance

i. Review and report on commercial performance of contractors under the project


with respect to commercial terms and conditions, i.e. performance with respect
to clauses such as –guarantee/warranty, defects-liability, licenses, bank
guarantee, insurance, payment schedule, taxes, dispute resolution mechanisms,
etc.
ii. Highlight and report on enforcement of critical commercial terms and conditions
by either party that has an impact on time and cost of the project.
iii. Suggest remedial measures to improve commercial performance

c. Financial progress of the project

i. Report on adequacy of systems for project related financial management.


ii. Report the quantum and timelines of contribution of funds from all the counter
parties of the project by verifying receipts statements.
iii. Review documents related to claim for payments and payments made. Such
documents will include –invoices, measurement book, bank statements etc.
iv. Report on utilization of funds in verification with bank reconciliation statements.
v. Remedial measures to improve financial progress
vi. Report any major variation in overall project cost, due to changes in the bill of
quantities as pert eh contract.

3.6 Commissioning, Trial run and Testing Stage

a. Review O&M readiness of the ULBs, training undergone by the ULB teams on O&M
and taking over the completed project.

6
b. Review testing to be done at this stage and level of participation by the O&M team.

c. Reports on handing over of all documentation, “As Built” drawings operational


instructions and equipment manuals to the O&M team.

d. Report on trial runs and completion of project

3.7 Other Terms:


a. All the apparatus and equipment for the field testing shall be procured by the
consultant at its own cost. The consultant shall be free to take back these apparatus
and equipment on completion of the contract. The tests shall include all common tests
as specified by technical specification and as prescribed by BIS. Where use of back
office laboratory is necessary, consultants will take the samples and get it tested in
accredited/approved laboratories. The minor testing equipment includes but is not
limited to: sieves and weights, moisture meter, soil density meter, temperature
recorder, surface finish recording instruments such as straight edges, measuring tapes,
calipers, etc. for „on spot field testing‟ of material and workmanship.

b. In case any specific quality testing is required/requested by the MSU or other agencies
for any work within the site, it shall be carried out and report shall be furnished with a
reasonable time.

c. To the extent possible field testing and sampling shall be done in the presence of
Engineer/Contractor‟s representative and the process should be photo documented
with Geo tagging..

d. The Consultant will use approved laboratory in the region which will be first
inspected and recommended for accrediting by Consultant under the project. The
identification and certification of the testing agency will be specific to the tests that can
be carried out in a particular laboratory.

e. The Consultant may propose alternative independent testing laboratories also. Full
details and information on the testing laboratories are to be provided. On approval the
alternative laboratories may be used.

f. It is proposed that some field visit shall also be carried out without advance
information, to be decided randomly.

g. Upon field inspections and tests the Consultants, where required and in Critical cases,
through the Engineer in Charge shall arrange to issue „stop work‟ notice to the
contractors and assist in remedying the defects. This shall be done only in exceptional
cases where continuance of works may jeopardize the ultimate quality and safety of
structure, safety of workers and of third parties etc.

h. The Contract Documents are the basis of all works to be undertaken under the Project.
These are standard documents which will be made available to the Consultant.

3.8. Arrangements and Procedure for Inspection

Arrangements

a) The Consultant would be required to:

7
i. Establish a central reporting station at Hyderabad for all kinds of
communication and weekly reporting;

ii. Mobilize Town wise teams with highly qualified personnel with proven
relevant experience in Quality Assurance and Auditing of the projects of
similar nature and size of the proposed project as acceptable to the client for
conducting Quality Audit tests and field Staff with mobile testing equipment
for on site inspections including random checks of the works.

Key Staff organization

b. The consultant‟s team shall be organized as follows:

Level Support Staff Remarks

Project Management Team  Project Manager

 Deputy Project Manager

 Senior Public Health / Water Supply


and Sanitation Engineer

 Senior Electrical and Mechanical


Engineer

 Environmental Management Expert

 Social Management Expert

Site Teams for one/two ULBs  Water Supply and Sanitation The team of engineers will
Engineer (Senior Manager) be deployed for one ULB.
 Field Engineers The number of engineers
in each team may vary
depending on the
construction activity in
progress in the ULB.

c. The Consultants shall undertake desk review of documents ensuring all project
documents, including outcomes, outputs, specifications, estimates of quantities, work
packages, project implementation plan - including milestones, periodic progress
indicators, oversights etc., on-site management systems, such as rerouting of transient
services, temporary connections, worker accommodation, labour insurance, procurement
& storage of materials, inventory management; delivery, hand-over plans are in place; to
understand the site situation better.

d. The Project Management team of the consultants shall provide periodic guidance
to field teams, supplemented by site visits on a regular basis. The Field Quality Assurance
staff at the site, which will be headed by one Senior Manager/Engineer, would inspect the
construction and other activities; Field Quality Assurance team would consist of a suitable

8
number of Field Managers/Engineers from the discipline of civil engineering and
Quantity Surveyors. The Consultant will be provided by the ULB‟s, the contractor‟s work
program and schedule of works likely to be executed, so that the Consultant can plan the
field work programme. Besides this, there would be Junior Engineers/Supervisors having
similar specialization as mentioned above, Lab Technicians and Field Assistants.
However, the exact composition of the team will be depending upon the scope of work
and the workload based shall be submitted in the Consultant‟s proposals, and finalized in
the Inception Report. Changes/substitutions in place of team leader and
Manager/Engineer are not acceptable to the employer.

e. After obtaining the construction programme and the work schedule from ULB
Engineer, a joint visit of ULB Engineer and the Senior Manager/Engineer of the
Consultant to the sites for inspection and overall appraisal shall be undertaken. All Third
Party Tests, checks etc are to be carried out as per the Audit Plan, (to ensure conformation
of works implementation as per relevant TSDSS/MORT&H/IRC Codes and IS
Specifications, IE rules as applicable and Agreements and drawings for qualitative and
quantitative analysis).

f. The Consultant shall make their own arrangements for transport including local
travel and for his office accommodations. The Consultant will be supplied with the latest
construction drawings and Contractor‟s agreements along with technical specification and
would interact directly with ULB Engineer.

Schedule of Inspection

g. Site visits will be organized at different stages as indicated by the implementing


Agencies as „milestones‟ in their work plan, which may consist of intermediate stages of
development of work or contracting packages. Indicative milestones, such as foundations,
superstructure, fenestration, services, finishes and commissioning may be taken as
comparatives from the assessment side to help translate progress reports to non-technical
personnel at reporting sites.

The Schedule of Inspection shall be developed based on the work programs


developed by the contractors, which will be reviewed on a regular basis. This program
shall be adhered by the Consultant‟s team; along with frequent surprise checks depending
upon the job. The Manager/ Engineer will identify the items and the location on site,
which will be inspected by consultants‟ team. The Contractor would be advised not to
carry out important activities of construction without prior information to the Consultant.

h. The inspections of all work/ sub-projects shall be properly planned/ spaced with
reference to the quantum and amount of the items of work. Special care shall be taken to
maintain proper frequency of inspections for items of work costing more than Rs.10.00
Lakhs. The inspections reports shall cover different work stages of construction and surely
for critical stages, and shall truly represent (True Representative of the entire
work/project) the random quality check in the larger interest of the work.

Consultants’ Review

9
S. Nature of review Timing Method of review Frequency

A Pre-Construction Stage
1. Review of site Prior to start of Inter departmental Once
preparation and Construction Correspondences
clearances to begin Official records
construction

2. Review of Project After deployment of As per official records Monthly /


Management Project Management Observations Quarterly*
Systems Systems
Discussions with ULB
B Construction Stage & Commissioning, Trial-Runs and Testing Stage
3. Report on Physical After handing over the Reports and documents Number of
progress of project site to contractor/ submitted by Inspections/
Firm , and regularly over the Contractor/ firm and Visits shall be
Entire Construction period ULBs planned based
upon the
Review of milestones as progress of
per Contract agreement work

Discussions with
Contractor/ firm and
ULBs

4. Report on quality Request for inspection


assurance system (RFI) reports received
from the manufacturers
of materials/
equipments/suppliers
etc

Contract agreement and


physical observation

Discussions with
Contractor/ firm and
ULBs
5. Commercial Over the construction Contract and Monthly/
Performance period Relevant documents Quarterly*

6. Financial Invoices, Measurement


Performance Book, Bank statements
BOQ as per contracts
7. Compliance to the Pre-Construction, during As per the MoEF Monthly /
statutory Construction and Post- guidelines Quarterly*
requirements Construction
EMP document for the
Project.

10
S. Nature of review Timing Method of review Frequency

Comparison with
relevant
legislation / rules

8. Safety and Health Construction and Post- As per relevant Monthly /


Construction stage standards/ Quarterly*
good practices /
Contracts

9. Progress of During Pre-Construction As per R&R Action Plan Monthly /


Resettlement and and Construction stage if submitted along with Quarterly*
Rehabilitation the Land acquisition DPR/ Land acquisition
process is not completed. proposal submitted,

Records of Competent
Authority

No. of court cases


against land acquisition
for the
project

10. Commissioning, Trial Commissioning, Trial As per Records and Once


runs and Testing Runs and Testing Stage discussion with
Concerned
officials
C Post-Construction Stage
11. Report on overall Post Construction Stage, Records and discussion Once
performance of the about one year after with ULB & Public
asset created (project) project completion Health officials

4.0 Schedule for completion of tasks

4.1 TIME FRAME

The services of the Supervision Consultant are required initially for 3 years period,
which is the general sub-project implementation period. Extension of the assignment work
of the Supervision Consultant beyond this period shall be subject to the decision of the
World Bank and Government of Andhra Pradesh, represented by MSU/TUFIDC.

5.0 DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT

5.1 Free but limited access essentially required for fulfilling the obligations under the
contract will be provided to peruse all the records of the project work like estimates,

11
tenders, agreements and all related correspondence from the ULB files and
documents.

5.2 Free access will be provided to the project work site for carrying out inspections,
testing and all related activities and to the entire documents relevant to the project for
carrying out all the obligations as per the scope of the Supervision contract.

5.3 Free access will be provided to all the quality control labs of the ULBs for carrying out
tests and perusal of all records pertaining to the project.

6.0 FINAL OUTPUTS THAT WILL BE REQUIRED OF THE CONSULTANT

6.1 Reporting

a) MSU will be the nodal agency for the execution of this assignment. On a day-to-
day basis, the Consultant would be required to report to the ULB Engineer / S.E
(PH) and also to the concerned Quality Control Executive Engineer through
weekly reports.

b) The consultants will submit all the reports to MSU as per the specified timelines,
with one copy to TUFIDC, one to the ULB Engineer/S.E(PH) and E-in-C (PH)
clearly showing the location with reference to some permanent existing structure,
details of sample collected with visual observations on all the items of work under
execution at that location and remedial action proposed towards defective quality
of material or work, if any.

c) Documentation of the reports on each item of work taken up with work-wise


photographs (electronic version as well as printed copies) before commencing,
during and after execution with final sets of report would be submitted to ULB
Engineer / S.E(PH) and E-in-C (PH) concerned, MSU and TUFIDC.

d) The reports shall also capture, wherever possible, moderated, and structured
perceptions of the beneficiaries, including qualitative feedback on various aspects
of project implementation including stakeholders‟ understanding of project
rationale, strategy, outcomes, results, rights and responsibilities of all stakeholders;

The field visits – which shall be an ongoing activity -- shall be undertaken as per the
audit strategy finalized. Audit reports would be prepared once a week, covering the
sites visited, and submitted within 3 days of completion of the week. The reports shall
highlight for each contract package: status and progress of work, audit opinion, status
of compliance to earlier observations, critical issues, follow-up actions. Any critical
issues/ adverse reports.

7.0 COMPOSITION OF REVIEW COMMITTEE

The review committee shall comprise of

 Managing Director, TUFIDC

12
 Project Director, TMDP

 Supt., Engineer TUFIDC

 Superintending Engineer TMDP

 Deputy Chief Engineer O/o E- in- C (PH)

PROCEDURE FOR REVIEW

a) The Supt., Engineer TUFIDC along with SE TMDP & DCE O/o ENC (PH) shall
conduct the review meeting on a monthly basis on 20th of every month (Monthly).

b) The Managing Director, TUFIDC and Project Director, APMDP shall conduct monthly
review meetings on 5th of every month.

c) The consultants shall submit their weekly reports to all the concerned. The consultants
shall submit their Action Taken Reports (ATRs) to all the concerned. The consultants
shall submit their special reports if called for immediately. Additional information
called for specific projects shall be submitted. Decisions taken by the review
committee shall be binding on all.
d) The suggested methodology of review is tabulated below. The timing of review and
the method of review is indicative. The required frequency of such reviews is
mentioned below, and shall vary based on the requirements of specific project.

9.0 LIST OF KEY PROFESSIONAL POSITIONS WHOSE CV AND EXPERIENCE


WOULD BE EVALUATED

9.1 PERSONNEL REQUIREMENTS

(1) PROJECT MANAGER

Project manager should be a Post Graduate / Graduate in Civil Engineering


branch with not less than 20/25 years experience in design/construction of Water Supply
Projects/ Sewerage Projects, and experienced in conducting all necessary Quality
assurance and Quality Control Tests and procedures and shall possess sound knowledge
of Testing of strength of materials, their gradation and usage in quality concrete
construction. Should have experience in Capacity Building of engineers in QA and QC
procedures and testing. He should have handled independently a QA & QC consultancy
assignment for a major project whose aggregated cost shall not be less than Rs.50.00
Crores. He would lead the multidisciplinary team of professionals engaged to carryout the
job of third party inspection and monitoring and, therefore, should have a clear perception
of the manner in which a quality service can be delivered within the available time. Upper
age limit shall be 55 years.

(2) SENIOR PUBLIC HEALTH ENGINEER

13
Senior Public Health Engineer should either be a Post Graduate in Public health
Engineering with a minimum of 12 years experience or Graduate in Civil Engineering
with a minimum of 15 years experience in design/construction of Water Supply Projects/
Sewerage Projects, Building Construction Projects, Storm Water Drainage Projects,
WBM/Granular Sub Base/BT/ CC Roads and in conducting all necessary Quality
assurance and Quality Control Tests and procedures and shall possess sound knowledge
of Testing of strength of materials, their gradation and usage in quality concrete
construction.. He should have handled QA & QC projects of similar nature and capacity at
least one project of similar nature. He shall be responsible for all the aspects related to the
quality of the work and shall guide, supervise and monitor the work of the other experts
in his team.

The candidate should have a thorough knowledge of latest specifications


pertaining to Water Supply, Sewerage, Storm water Drainage, building works and road
works and other related publications according to which the works are required to be
carried out and the tests to be conducted to ensure a good quality work. Higher
qualification and experience will be an added advantage. Upper age limit shall be 55
years.

(3) BUILDING ENGINEER

(i) Civil

He should either be a Graduate in Civil Engineering with a minimum of 10 years


of professional engineering experience and at least 5 years experience in similar capacity
for building or a diploma in Civil Engineering with a minimum of 15 years of professional
engineering experience and at least 10 years experience in similar capacity for building.
He should also have exposure to quality assurance programmes in new construction,
maintenance/rehabilitation projects using modern technology. He shall be required at site
as directed by the Department and shall inspect and find out deficiencies in the building
and find out remedial suitable measures. He must be familiar with modern methods of
construction of building, design standards, technical specification and standard quality
control /assurance procedure for construction of different components of building. Higher
qualification and experience shall be an added advantage. Upper age limit shall be 45
years.

(ii) Mechanical & Electrical Engineers

He should either be a Post Graduate/ Graduate in Electrical/ Mechanical


Engineering with a Minimum of 7/10 years of professional experience and at least 5 years
experience in similar capacity in designing and installation of high capacity pumps &
motors for Water supply, Sewerage & Storm water drainage schemes. He must be familiar
with modern methods of Electro-mechanical works in the building, design standards,
technical specification and standard quality control/assurance procedure for electro
mechanical works in different components of building. Higher qualification and
experience shall be an added advantage. Upper age limit shall be 45 years.

(4) MATERIAL ASSETS/ EQUIPMENTS

14
The Consultants shall have the following material assets or equipments at its
disposal. The assets may be self owned or a may be outsourced as and when required.
The list is only indicative.

Indicative List of Equipments

a) Survey Instruments including Total Station.


b) Equipment for condition survey on road and bridges.
c) Sieves of all sizes i/c Sieve Shaker and Balances of required capacity.
d) Cube strength testing machine.
e) Core Cutting Machine.
f) Equipment for Cement Testing.
g) USPV (Ultra Sonic Pulse Velocity) Meter.
h) Compaction testing Equipments
i) Moisture Meter.
j) Hammer of all sizes required to be used in building work.
k) Rebound Hammer.
l) Leak Detection Equipments.
m) Other miscellaneous equipments such as Screw Driver, Plumb-bob, Ovens, Slump
Cone, Graduated Measuring Cylinders of required capacity, Gauge Tape, Vernier
Calipers, Magnifying Glass, Sprit Level, Vibration Table, Dial Gauge etc.
n) Project Specific instrument, where ever required.

15
Annexure
3.3.1 The specified tests relating to the following items of work shall be conducted by the
Consultant at the frequency specified by MORTH / IRC / TSDSS / ISI / Water supply and
sewerage manual or as agreed by both parties based on the requirement for each package:
1 GSB Tests
2 WBM Tests
3 Tests for aggregates
4 Sand, Cement, Concrete cube Testing and Bitumen content
5 Non Destructive tests for CC works (rebound hammer/ultrasonic pulse velocity
meter
Only concrete core tests, if required as per site inspection and as requested by the
Managing director, TUFIDC / Superintending Engineer (PH) shall be conducted
and the actual charges for conducting that test will be paid in addition to the agreed
consultancy charges
3.3.2 The following mandatory tests shall be conducted:

A. For Bituminous Road works

a. B.T. Extraction Test for B.T content in B.T Sample.


b. Gradation Test for B.T Mix
c. Thickness of the B.T overlays at different locations.
d. Quality of the finished road surface.

B. For Cement Concrete (C.C) Road Works

a. Sieve Analysis of coarse & fine aggregate


b. Testing of crushing strength of standard cubes.

16
c. Quality of the finished road surface.
d. Non Destructive testing and thickness.

C. For Buildings Works

a. Testing of concrete (for critical elements) being used.


b. Brick / Stone Masonry works & Plastering.
c. Doors, Windows & Ventilators
d. Precast concrete works
e. Flooring etc

D. Water Bound Macadam (WBM) Roads.


Thickness of layer, testing of materials, comments on surface & camber.
E. Earth filling & Compaction works.-CBR value test, Soil tests.

F. Water supply- All Factory tests & Field Tests for all materials of pipes

G. Sewerage works - Factory Test, Field Test for all materials of pipes

H. Mechanical works

I. Electrical works – Pumps & Motors.


In addition to the above, the supervision consultant shall perform their duties in
accordance with MORTH / ISI / IRC and normal practice followed in Government
Departments. The method of sampling and test frequency are indicative and not exhaustive.
The concerned Officer Incharge shall order for as many tests as required for quality
assurance to his satisfaction within the ambit of codes provision and agreement.

A. BITUMINOUS (B.T). ROADS

1. The sample collection for BM/DBM/SDBC/BC should be carried out by


making a trial pit of 150 mm x 150 mm with the full depth of the layer. The
sample thus taken shall be thoroughly mixed and divided into four parts and one
part (around 500 gms) shall be used for Bitumen Extraction. It is preferable to
soak the sample in Benzene for 24 hours to get proper results. Necessary care
shall be taken to see that the sample is true representative of the actual work
executed as few higher size aggregates will adversely affect the presence of BT
percentage.

2. The location and chainage of the point where sample is collected shall be
mentioned for verification in case of disputes raised by Contractors/ Firms.

3. The depth of layers of BT road laid shall be taken only in cross-sections at


random clearly mentioning the chainage / permanent land mark, for each cross-
section. There is no need to average the thickness at different cross sections as
Third Party Check is a random check and cannot be generalized for arriving at
average.

4. The number of pits for each cross section depends on the width of the road. For
a road width up to 7.5 meters, three pits with two at 0.75 meters each from the

17
edges and the third at the center of the road. Similarly for a road width between
7.5 meters to 11.0 meters, 5 pits at the cross-section as follows should be taken.

L/S
R/S
0.75m 2.0m C/L 2.00m 0.75m

X X X X X

-----------------------------------------------X-----------------------------------------------------

1 2 3 4 5
X ---------------------------------------width of road -----------------------------------------X

The same analogy should be maintained for widths more than 11.0 m by having
trial pits in each paver width treating the same as a minimum of 2.75 meters.

5. The possible water stagnation on the BT road surface should be viewed


seriously and a mention shall be made in report regarding the same if any.
Further the quality of Riding Surface, Disturbed Surface, Settlements in Road
Cuttings, should also be mentioned.

6. The Aggregate gradation analysis should be carried out strictly in accordance


with relevant tables of MORTH. There should not be any other irrelevant graphs
/ comments, not justified by MORTH, present in the report.

B. CEMENT CONCRETE (CC) ROADS/ CEMENT CONCRETE (CC) WORKS

1. The inspecting officer during progress shall be a graduate Engineer who should
have sufficient command in the subject. Surprise Checks should be carried out
and the following observations shall be recorded.

1. Whether departmental A.E.E.,/A.E present.

2. Whether Technical Person of Agency present.

3. Whether Measuring Boxes being used. (This should be verified before


entering the site from distance)

4. Whether Mastic Pads being used are as per (This can be verified by
Standards specification removing a Mastic Pad from the recently laid
concrete Portion)

5. Whether water cement ratio maintained.

18
6. Whether lean Concrete is laid separately at least for a slab panel before
starting the nominal Cement Concrete work. The compaction of the lean
Concrete shall to be verified.

7. Verification shall be carried out to assess the depths of nominal Cement


Concrete mix & lean Concrete mix at 3 points in a cross-section for the slab
panel being Casted/ laid.

8. Verification of date of manufacturing of Cement bags, silt content and


bulkage of sand etc.

9. Verification of grading of 20 mm metal stacks by sewing and recording the


results.

10. Collections of samples of cement concrete cubes for assessing the 7 / 28


days compressive strength.

11. Comments on curing to the extent of work completed by that time.

12. After completion of work of CC road and cleaning of surface, the site shall
be inspected again and observations on the surface should be made. The
Expansion joints/ other joint fillings should also be verified.

13. In case samples are not collected and compressive strength is arrived at
using NDT then the QC charges will be reduced by 50% and the Agency is
advised not to repeat such practice otherwise necessary action will be taken
against them for not fulfilling the agreement conditions.
B.1 READY MIX CONCRETE (R.M.C) ROADS / WORKS
During the inspection of Casting / laying of CC roads with RMC the following shall to
be verified and reported.
1. The slump of the RMC before Casting / laying.

2. The computer printout about the details of mix and the time of departure. Any
RMC can be allowed to be laid within a maximum time of 4 hours.

3. Whether Screed Vibrators are used or not.

4. The slab panel width should be verified which should be less than the width of
Screed Vibrator or 4.5 meters, whichever is less.

5. The cubes of RMC to be cast by taking the mix directly from the transit mixer.

6. The re-handling of RMC is not allowed by using shovel and the same is to be
noted and the agency/ ULB shall be sufficiently warned or the work shall be
rejected.

7. The surface of CC road to be verified for joint filling and other defects if any
B.2 DESIGNED CEMENT CONCRETE (CC) MIX / WORKS.

19
1) Check the design mix details with reference to the raw materials available at
site vis-à-vis the designed materials. Conduct the sieve analysis for coarse and
fine aggregate.
2) Check the calibration of the weigh batcher.
3) Verify the slump before use of concrete.
4) Cast CC Cubes as per the frequency mentioned in the IS Codes.
C. Additional Quality Tests for Structures (Buildings, ELSR, STP etc)

i. Tensile strength test, Elongation test etc. for steel bars


(Steel reinforcement) at regular intervals.
ii. Water Quality test for water to be used in cement concrete.
iii. Additional CC samples for nominal/ design mix.
iv. Tests on cement to be used.
v. Check on the mix design and procedure adopted for production of
concrete.
D. WATER BOUND MACADAM (W.B.M.) ROADS

The metal used for WBM roads should conform to the relevant grade as per
MORTH. Sieve Analysis shall be carried out by taking proper samples
(Representative Sample, not less than 20 kg). The thickness of WBM road shall be
checked layer wise by adopting cross-section only. The density of metal in the trial
pits need to be checked along with oversize percentage. There can be minimum
three density trial pits in each work. The density of metal in each layer of WBM in
a trial pit of size 0.5 m x 0.5 m shall be 35 Kgs., as per orders of the Government.
The camber of WBM roads should be 1 in 48 and in case of widening portion the
existing camber needs to be extended leaving provision for wearing course.
E. Water supply works :
Factory Tests
Random factory inspection during manufacturing process for different type of pipes
as per IS/ ISO/ any International Standard specifications
All mandatory factory test for all the pipe materials shall be carried out
and not limited to the following
 Raw materials check for its suitability as per specifications.
 Check of design parameters during manufacturing process.

20
 Dimensions of Pipes
 Physical and chemical characteristics
 Mechanical properties/ Hydrostatics characteristics/ impact strength
 Marking and other respective test as per relevant IS
 Sampling shall be done as per relevant IS method.
Field Tests:
 To check all Water supply pipelines for their quality of material used,
sizes, alignment, trench sizes, gradient, laying and jointing, proper
cushion, backfilling, and testing for required pressure for the duration.
 To check the construction quality of intake works including pumping
plants, Filtration beds, Water softening plants, miscellaneous water
treatment plants.
 Physical and functional inspection, visual inspection for functionality
of Valves, Fittings and Specials as per the estimate.
 Physical inspection, visual inspection and proper function of Orifices,
Gauges, Chlorination plants any other Mechanical / Electrical
equipments used in the project.
 To check the construction quality of Service reservoirs like Ground
Level Service Reservoir (GLSR), Elevated Level Service Reservoir
(ELSR) and any other Water retaining structures.
F. Sewerage Works:

Factory Tests
Random factory inspection during manufacturing process for different
type of pipes as per IS/ ISO/ any International Standard specifications.
All mandatory factory test for all the pipe materials shall be carried out
and not limited to the following
 Dimensions of Pipes.
 Physical and chemical characteristics.
 Crushing strength, visual inspection for Glassiness and hammer touch
for cracks. Marking and conducting other respective tests as per
relevant IS specifications and frequency.
Field tests:
 Random checking of laying as per gradient and jointing, dimensions
of trench, backfill, Sewerage Line test for leakages, witnessing the

21
water /air tests for identifying leaks in sewer lines etc., and manhole
construction.
 Detail checking of Manhole construction activity.
 To check the construction quality of sewerage treatment plants such as
Screening & Skimming tanks, Sedimentation tanks, flocculators,
clarifiers, Sewerage filters, Contact beds, Trickling filters, Sludge
tanks, Digestion tanks, Oxidation ponds and miscellaneous treatment
plants with respect to the standard specifications as per relevant
standards and as per the agreement conditions.
G. Mechanical works
Physical inspection, visual inspection for Mechanical equipments like
Pumpsets with accessories, Motors, Bearings, Spare parts, filtration
plant equipments etc and their functioning with respect to agreement
conditions. Checking of design heads and delivery heads of pumps and
motors during the trial run and commissioning.

H. Electrical works
 Transformers, main cables their routing, panel boards, Circuit
breakers, Earthing, Distribution cables, Encasing of cables, motors,
yard lighting, booster pumps and other related items.

3.3.3 In addition, the Consultant need to check the manufacturer‟s test certificates for the
materials like pipes and fittings, electrical items, steel, cement, bitumen etc. The
contractor will provide these certificates to the Consultant at the time of inspection.

3.3.4 The Consultant shall faithfully conduct tests/checks and sampling required to be
executed by them as per Andhra Pradesh Detailed Standard Specifications
(TSDSS)/MORT&H/IRC Specifications/IE rules/PH&MED Specifications to the
contractors. The Consultant will be fully responsible for the authenticity of the test
results and submit test results in original to the concerned ULB Engineer &
Superintending Engineer (PH) without any hindrance to work. The Consultant is
expected to carry a copy of the above-mentioned specifications.

3.3.5 Report on the Commercial performance and Financial progress of the project:

a) Commercial performance

i. Review and report on commercial performance of contractors under the


project with respect to commercial terms and conditions, i.e. performance
with respect to clauses such as – guarantee/warranty, defects–liability,
licenses, bank guarantee, insurance, payment schedule, taxes, dispute
resolution mechanisms, etc.

22
ii. Highlight and report on enforcement of critical commercial terms and
conditions by either party that has an impact on time and cost of the project.

iii. Suggest remedial measures to improve commercial performance

b) Financial progress of the project

i. Report on adequacy of systems for project related financial management.


ii. Report the quantum and timelines of contribution of funds from all the
counter parties of the project by verifying receipts statements.
iii. Review documents related to claim for payments and payments made. Such
documents will include – Invoices, Measurement Book, Bank statements,
etc.
iv. Report on utilization of funds in verification with bank reconciliation
statements.
v. Remedial measures to improve financial progress

vi.. Report any major variation in overall project cost, due to changes in the
Bill of Quantities as per the contract.

3.4 All the works shall conform to the following Standards:


The quality of materials and works executed in this project by the consultants
shall conform to the following IS codes and TSS.
Sl. .No. Description B.I.S. Code No.
A) LIST OF INDIAN STANDARDS
I. CEMENT

1. Ordinary and Low Heat Portland cement. 269-1989

2. Pozzolana Portland cement. 1489-1991

II AGGREGATES
1. Aggregates, Coarse &Fine from Natural resources for
383-1970
concrete.

2. Sand for Masonry Mortar 2116-1980

3. Methods of tests for aggregates for concrete


Part-I Particle size and shape
Part-II Estimation of deleterious Materials & Organic 2386-1963
impurities
Part-III Soundness 460-978
Part-I
4. Specification for test sieves part-I wire cloth test sieves

23
Sl. .No. Description B.I.S. Code No.
III BRICKS

1. Common burnt clay building bricks 1077-1992

IV STEEL

1. Mild steel and medium tensile steel bars and hard


drawn steel wire, concrete reinforcement. 432-1982
Part-I: Mild Steel & Medium tensile Steel Bars.
2. High strength deformed steel bars and wires for 1786-2008
concrete reinforcement.
1784-1998
3. High Tensile Steel for PSC Pipes. (Part-I)

4. Hand Drawn Wire 432-1982


5. Bending and Flexing of Bars for Concrete 2502-1963
reinforcement.
5525-1969

6. Recommendations for detailing of reinforcement in


reinforced concrete works.

V
CONCRETE

1. Plain and reinforced concrete, code of practice for. 456-2000

2. Laying in Situ cement concrete flooring 2571-1970

3. Sampling and analysis of Concrete 1199-1959

VI MASONRY

1. Brick Masonry 2212-1991

2. Construction of Stone Masonry 1597-1992

PIPES AND FITTINGS


VII

24
Sl. .No. Description B.I.S. Code No.
1. Asbestos cement pressure pipes. 1592-2003

2. Concrete pipes with and without reinforcement 458-2003

3. P.S.C Pipes (including fittings) 1343-1980

4. Method of tests for concrete pipes 458-1988, 3597-1998

5. Materials for M.S. Specials 226-1976 & 2062-1999

6. Specifications for M.S. Specials for PSC .Pipes

7. Specifications for Steel cylinders reinforced Concrete Pipes 1916-1989

8. Methods of tests of concrete pipes 3597-1998

9. Centrifugally Cast (Spun) iron pressure pipes for water gas 1536-2001
and sewage including fittings. 784-2001

10. Specifications for Centrifugally Cast (Spun) D.I. Pipes for 8329-2000
Water, Gas and Sewage.

11. DI Fittings for pipes for water, gas and sewage. 9523-2000

12. Dimensional requirements of rubber gaskets for 12820-2004


Mechanical joints and push on joints for the use with
C.I.D.I. Pipes.
13. C.I Specials for Mechanical and push on flexible joints for 13382-2004
pressure pipe lines for water gas and sewage.

25
Sl. .No. Description B.I.S. Code No.
14. HDPE pipes IS 4984 – 1995

15. BWSC pipes IS 15155 – 2002

16. UPVC pipes IS 4985 – 2000

17. GRP pipes IS 12709 – 1994

18. Horizontally cast iron double flanged pipes for Water, gas
7181-1986
and sewage.

19. Cast iron fittings for pressure pipes for Water, gas and
1538-1993
sewage.

20. Cast iron detachable joints for use with Asbestos cement
8794-1988
pressure pipes.

21. a) Rubber rings for jointing C.I Pipes, RCC Pipes and A.C 5382-1969
Pipes.
b) Rubber rings for jointing PSC Pipes. 5382-1985

22. Rubber rings for jointing AC Pipes with AC couplings. 10292-1988

23. Pig Lead 782-1978

24. Hemp Yarn 6587-1987

25. Rubber insertion to be used in jointing C.I.D.F .Pipes. 638-1979

26. Bolts & Nuts to be used in jointing C.I.D.F .Pipes 1363-2002

26
Sl. .No. Description B.I.S. Code No.

VIII WATER SUPPLY FITTINGS

1. Sluice values for water works purposes


780-1984
(50 to 300 mm dia size)

2. Sluice values for water works purposes


2906-1984
(300 to 1200 mm dia size)

3. Surface boxes for sluice values 3950-1979

4. Manhole covers and frames, cast-iron. 1726-1991

IX LAYING OF PIPES

1. Laying of Asbestos Cement Pressures Pipes 6530-1972

2. Laying of Concrete Pipes.1 783-1985

3. Laying of Cast-Iron Pipes 3114-1994

4. Laying of PSC Pipes 126 of APSS & 783-1985

5. Laying of PSC Pipes 126 of APSS & 783-1985

MACHINERY
X

1. Batch type concrete mixer. 1791-1985

27
Sl. .No. Description B.I.S. Code No.
2. Sheep foot roller 4616-1968

SAFETY
XI

1. Safety code for excavation works. 3764-1992

2. Safety Code for scaffolds and ladders


Part-I: Scaffolds. 3696-1987
(Part-I)
Part-II: Ladders. 3696-1991
(Part-I)

Earthwork and formation of S.S. Tanks.


XII

1. Method of test of soils for suitability of soils for 2720-1975 to 1987


embankment of S.S Tanks Part II to XII,XV
XVII,XX,XXIX
XXXV,XXXVI
and 1228-1988
2. Code of Practice for Drainage System for Earth and rock 9429-1999
fill dams.

3. Filters Materials Requirements. 9429-1980


&10379-1982

4. Earth work and formation of embankment for S.S. Tanks. Sec.3 of APSS
Sub-Sec.301, 303

5. Morrum (Gravel) backing to rough stone dry packing and Sub-Sec 621 of
gaveling to top and side slope of bunds 150 mm thick. Sect.VI of APSS
To 307

28
Sl. .No. Description B.I.S. Code No.
6. Rough stone dry packing aprons and revetments Seub-Sec 621 of
Sec. 6 of APSS.

FILTRATION PLANTS WITH DUAL MEDIA AND TUBE


XIII SETTERLS.

1. Guide lines for flocculators devices 7208-1992

2. Guide lines for rapid mixing devices 7090-1985

3. Recommendations for handing and dousing devices for 9222-Part I 1990


chemicals for water treatment

4. Requirements of Chlorination equipments 10553-1983 (Part-I)

5. Requirements of settling tank (clarified equipment for Part-IV 10313-1983


water treatment plant
6. Requirements of Water Filtration equipment 8419-77 Part-I
Part-II – 1984

S. No Brief Description of Item TSS / MOST Nos.

1. Providing Gravel Base at OMC to Obtain 98% Proctors Density 138, 1503 to 1505 and
1516 of APSS
2. Providing, Laying, Spreading and Compacting Stone 108, 1506 of APSS
Aggregates (Graded Metal)

3. Cleaning of Existing WBM Surface 502 & 502.4 of MOST

4. Cleaning of Existing B.T Surface 502.4.2 of MOST

5. Providing and Applying Tack Coat over Prepared Surface 503 of MOST

6. Providing and Laying Bituminous Macadam 504 of MOST

7. Providing and Laying and Consolidation of Crushed Stone 1507 of APSS and 506
Aggregate as per Built Up Spray Grout of MOST

8. Providing and Laying Single Coat Surface Dressing 508 of MOST

9. Providing and Laying Open Graded Premix Carpet 509 of MOST

10. Providing and Laying Mix Seal Surfacing 510 of MOST

29
11. Providing, Laying, Consolidation Semi Dense Bituminous 511 of MOST
Concrete

12. Providing, Laying B.T Surface Dressing / B.T Wearing Coat 1510 of TSS

13. Providing and Laying Bituminous Seal Coat with 6mm Chips 1512 of TSS

14. V.C.C for Abutments, Piers and Wing Walls 402 of TSS

15. VRCC for Wearing Coat 402, 403 of TSS

16. Providing HYSD Fe 415 Grade Bars / Mild Steel Fe 250 Grade 126 of TSS
Bars

17. C.R.S Masonry for Abutments and Piers 601, 612 of TSS

18. Flush Pointing to CRS Masonry 906 of TSS

19. Collection of Metal Road Works 1506 of TSS

20. C. C Roads 1515 of TSS

The following schedule and norms of inspections shall be followed for different
kinds of works.

Standards / Norms for Testing of Materials and Works

Sl. Material Test to be IS Code No.of Samples to be taken by No.of Samples to


No. performed Agency / PMC (as per IS Code) be taken by
Agency / PMC (as
per IS Code)

(1) (2) (3) (4) (5) (6)

For Material Procured at Sites


1 Cement Physical and IS:269 Once for each source of supply As per IS
Chemical IS:455 and occasionally when called for ( as mentioned in
tests IS:1489 in case of long / improper storage. Column 5)
IS: 8112 Besides, the Contractor also will
IS: 12269 submit daily test data on cement
released by the Manufacturer.

2 Coarse and (i) Gradation IS: 2386 One test for every day‟s work of 25 % of Total
Fine (Pt. 1) each fraction of coarse aggregate sample as
aggregates and fine aggregate, initially; may specified in
be relaxed later at the discretion of Column 5
the Engineer.

30
Standards / Norms for Testing of Materials and Works

Sl. Material Test to be IS Code No.of Samples to be taken by No.of Samples to


No. performed Agency / PMC (as per IS Code) be taken by
Agency / PMC (as
per IS Code)

(1) (2) (3) (4) (5) (6)


(i) Flakiness‟ IS: 2386 Before approving the aggregates
and (Pt. 1) and every month subsequently
Elongation
Index
(ii) IS: 2386 One test for every day‟s work of
Deleterious (Pt.2) each fraction of coarse aggregate
constituents and fine aggregate, initially; may
be relaxed later at the discretion of
the Engineer.
3 Coarse (i) Los IS: 2386 Once for each source of supply As per IS
Aggregate Angeles (Pt. 4) and subsequently on monthly ( as mentioned in
Abrasion basis. Column 5)
value or
Aggregate
Impact test
(ii) Soundness IS: 2386 Before approving the aggregates As per IS
(Pt.5) and every month subsequently ( as mentioned in
Column 5)

(iii) Alkali IS: 2386 Before approving the aggregates As per IS


aggregate (Pt. 7) and every month subsequently ( as mentioned in
reactivity Column 5)

4 Water Chemical IS: 2386 Once for approval of source of As per IS


Tests (Pt.7) supply, subsequently only in case ( as mentioned in
IS: 456 of doubt. Column 5)

5 Concrete (i) Strength of IS:516 1 to 5 m3 of Concrete – 1 Sample 25 % of Total


concrete sample as
6 to 15 m3 of Concrete – 2 Sample specified in
Column 5
16 to 30 m3 of Concrete – 3 Sample

31 to 50 m3 of Concrete – 4 Sample

51 and above m3 of Concrete – 4


plus one additional sample for
each additional 50 m3 or part
thereof
(ii) Core IS: 516 As per the requirement of the
strength on Engineer; only in case of doubt.
hardened
concrete

31
Standards / Norms for Testing of Materials and Works

Sl. Material Test to be IS Code No.of Samples to be taken by No.of Samples to


No. performed Agency / PMC (as per IS Code) be taken by
Agency / PMC (as
per IS Code)

(1) (2) (3) (4) (5) (6)


(iii) IS: 1199 One test per each dumper load at
Workability both Batching plant site and
of fresh paving site initially when work
concrete- starts. Subsequently sampling
Slump Test may be done from alternate
dumper.
(iv) Thickness From the level data of concrete
determination pavement surface and sub-base at
grid points of 5/6.25 m x 3.5 m

(v) Thickness 3 cores per trial length


measurement
for trial
length
(vi) String line or steel forms shall be
Verification checked for level at an interval of
of level of 5.0 m or 6.25 m. The level
string line in tolerance allowed shall be + 2 mm.
the case of These shall be got approved 1-2
slip form hours before the commencement
paving and of the concreting activity.
steel forms in
the case of
fixed form
paving

32
Standards / Norms for Testing of Materials and Works
S.No Type of IS Code Sampling Criteria Remarks
Pipe/Material/Un
it Quantity Physica Hydraulic Crushing Material Other Other
(No of pipes) l Tests Tests Strength / Tests Tests Tests
Three Edge (1) (2)
Bearing
1 Stone Ware IS 651-2007 0-150 20 5% of pipes in 3 3 Material Tests include
Glazed Pipes the lot water absorption test
(SWG) 151-280 32 5% of pipes in 5 5 and resistance to
the lot action of alkali and
281-500 50 5% of pipes in 5 5 acids.
the lot
501-1200 80 5% of pipes in 5 5
the lot
1201-3200 125 5% of pipes in 8 8
the lot
3201-10000 200 5% of pipes in 8 8
the lot
2 Prestressed IS 784:2001 20-50 3 2 3 Permeability test has
Concrete Pipes been mentioned
(PSC) 51-100 5 3 5 under other tests
101-300 8 5 8 (1).The socket and
spigot dimensions
301-500 13 7 13 should be taken for
501-1000 26 10 26 all the pipes.

3 Bar/Wire IS 20-50 3 1 3 Permeability test has

33
Standards / Norms for Testing of Materials and Works
S.No Type of IS Code Sampling Criteria Remarks
Pipe/Material/Un
it Quantity Physica Hydraulic Crushing Material Other Other
(No of pipes) l Tests Tests Strength / Tests Tests Tests
Three Edge (1) (2)
Bearing
Wrapped Steel 15155:2002 51-100 5 1 5 been mentioned
Cylinder Pipes 101-300 8 2 8 under other tests (1).
with Mortar The joint rings
301-500 13 2 13
Lining and dimensions should be
Coating 501-1000 26 4 26 taken for all the
(BWSC) pipes.
4 Unplasticized IS 4985:2000 dn in Sulphated ash
PVC pipes mm content test is given
(UPVC) <= > under other tests (1)
110 110 whereas resistance to
m m external blows is
m m given under other
1-1000 13 2 5 3 2 3 tests (2). Material
tests include
1001-3000 20 2 8 3 2 3
Reversion and Vicat
3001-10000 32 3 13 5 2 5
Softening
10001 and 50 5 20 8 3 8 temperature tests.
above
5 Glass Fibre IS 12709- For every lot 1 1 1 1 One pipe should be
Reinforced 1994 consisting of checked for stiffness,
Plastic pipes 100 Pipes longitudinal strength,
(GRP) hoop tensile strength.

34
Standards / Norms for Testing of Materials and Works
S.No Type of IS Code Sampling Criteria Remarks
Pipe/Material/Un
it Quantity Physica Hydraulic Crushing Material Other Other
(No of pipes) l Tests Tests Strength / Tests Tests Tests
Three Edge (1) (2)
Bearing

6 Unplasticized IS 1-1000 13 5 3 3 Resistance to external


Non Pressure 15328:2003 blows is mentioned
PVC for UGD 1001-3000 20 8 3 3 under other tests (2) .
(PVC-U) 3001-10000 32 13 5 5 Material tests include
reversion and vicat
10001 and 50 20 8 8
softening
above
temperature tests.
7 Centrifugally IS 8329-2000 As per lot size 1 Material tests include
cast Ductile Iron Up to 50 8 8 tensile test, Brinell
pipes (DI) 51-100 13 13 hardness test, Retest.
101-150 20 20
151-300 32 32
Above 301 50 5

8 Precast Concrete IS 458:2003 1 – 50 8 Absorption ,


Pipes (with and 51-100 13 Permeability and

35
Standards / Norms for Testing of Materials and Works
S.No Type of IS Code Sampling Criteria Remarks
Pipe/Material/Un
it Quantity Physica Hydraulic Crushing Material Other Other
(No of pipes) l Tests Tests Strength / Tests Tests Tests
Three Edge (1) (2)
Bearing
Without 101-300 20 straightness test are
Reinforcement) shown under other
301-500 32
RCC pipes tests.
501 and 50
above
9 Asbestos Cement IS 1592:2003 1-100 3 3 3 Other Tests(1)
Pressure Pipes 101-200 4 4 4 include hydraulic
(AC) 201-400 5 5 5 pressure bursting,
401-800 7 7 7 transverse crushing
strength and
801-1500 10 10 10
longitudinal bending
1501-3000 15 15 15 test for pipes of dia
3001-8000 25 25 25 below 150mm.
8001-20000 35 35 35

High Density IS 4984 :1995 1-150 13 3 3 Material Tests


10 Polyethylene 151-280 20 5 5 include Reversion,
(HDPE) 281-500 32 5 5 Overall migration,
501-1200 50 5 5 Density, MFR,
Carbon black content
1201-3200 80 8 8
and Dispersion.
3201-10000 125 8 8
10001-35000 200 8 8
11 Cast iron IS 1726:1991 1-15 3 3 1 in 50 Other Tests (1)

36
Standards / Norms for Testing of Materials and Works
S.No Type of IS Code Sampling Criteria Remarks
Pipe/Material/Un
it Quantity Physica Hydraulic Crushing Material Other Other
(No of pipes) l Tests Tests Strength / Tests Tests Tests
Three Edge (1) (2)
Bearing
Manhole Covers 16-25 5 3 include coating
26-50 8 3 test samples
51-100 13 4 and other test
101-150 20 5 (2) is samples
for load test.
151-300 32 7

37
Standards / Norms for Testing of Materials and Works
Sl. Type IS Code Sampling Criteria Remarks
No. of
Quantity No of bricks to Visual Water Compressive Oth Dryin Bulk
Brick
(No of be selected for Characteristi Absorpti Strength er g Densit
bricks) dimensional cs and on Tes Shrin y/
characteristics dimensions ts kage Block
for group of 20 Densit
bricks y

1 Clay IS 2001-10000 40 20 5 5 5 5 Physical tests include


Bricks 1077:1992 breaking Load,
10001-35000 60 32 10 10 10 10
Transverse strength,
35001-50000 80 50 15 15 15 15 and Efflorescence.

2 Fly IS 12894 2001-10000 40 20 5 5 5 5 Physical tests include


Ash :2002 10001-35000 60 32 10 10 10 10 breaking Load,
Bricks Transverse strength,
35001-50000 80 50 15 15 15 15 and Efflorescence.

3 Ceme IS 2185 Every 1-5000 20 3 8 3 3 The three bricks would


nt :1979 be subjected to moisture
bricks content test after the
completion of drying
shrinkage. The
remaining 3 bricks
would be kept if any
need arises.

38
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

(1) (2) (3) (4) (5) (6) (7)

WATER SUPPLY PROJECTS


1 Construction of Reservoirs
a Site Clearance and One Visit Regular Constant The ULB and contractor/firm
Marking shall confirm the levels at site
as per approved design.
b Inspection of Material One Visit As per IS Adhere strictly to all the ULB shall make available all
instructions of the ULB approved drawings at site
engineer and Public before starting the work
Health Engineers.
c PCC bed Concreting One Visit As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
d Raft Concrete Reinforcement One Visit Regular Constant 3rd Party QA will have to
Fabrication conduct NDT Tests for each
and every unit after completing
Concreting One Visit As per IS Constant 28 days of curing period in
presence of the ULB and
contractor/firm and necessary
e Columns Reinforcement One Visit for each stage Regular Constant
suggestions will have to be
Fabrication
given in case of any deficiencies
found.
Concreting One Visit for each stage As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public

39
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

Health Engineers.

f Brace Beams Reinforcement One Visit for each stage Regular Constant
Fabrication
Concreting One Visit for each stage As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
g Bottom Dom / Side Reinforcement One Visit each for Bottom Regular Constant
Walls / Top Dom Fabrication Dome & Top Dome &
Two visits for side wall.
Concreting One Visit for each stage As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
h Post Construction Two Visits- One visit at As and when required Constant till successfully
finishing stage and one handing over unit to the
final visit to test for leaks. Department

2 Construction of Filter Beds

40
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

a Site Clearance and One Visit Regular Constant The ULB and contractor/firm
Marking shall conform the levels at site
as per approved design.

b Inspection of Material One Visit As per IS Adhere strictly to all the


instructions of the ULB
engineer and Public
Health Engineers.
c Collection Chamber Civil Work One Visit each at As per IS Adhere strictly to all the
foundation stage, instructions of the ULB
reinforcement stage and engineer and Public
concreting stage Health Engineers.
d Cascade Aerator Civil Work One Visit As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
e Alum Dosing Tank Civil Work One Visit As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
f Flash Mixer Civil Work One Visit As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
g Clariflocculator Civil Work Five Visits As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public

41
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

Health Engineers.

Mechanical as required Regular Adhere strictly to all the Inspection at the Manufacturing
instructions of the ULB unit shall be carried out by 3rd
engineer and Public Party QA
Health Engineers.
h Scum / Sludge Tank Civil Work One Visit As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
i Filter Beds Civil Work Two Visits for civil work As per IS Adhere strictly to all the
and one visit each for instructions of the ULB
Mechanical & Electrical engineer and Public
works. Health Engineers.
Filter Media Two visits Regular Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
j Clear Water Sump Civil Work One Visit each at As per IS Adhere strictly to all the
Foundation stage, instructions of the ULB
Reinforcement stage and engineer and Public
Concreting stage for slabs Health Engineers.
and sidewalls
k Disinfection Tank Civil Work One Visit As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public

42
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

Health Engineers.

l Pump House Civil Work One Visit each at As per IS Adhere strictly to all the
foundation stage, instructions of the ULB
basement stage, Lintel engineer and Public
level, roof level and roof Health Engineers.
casting stages.
Mechanical / as required As per IS Adhere strictly to all the Inspection at the Manufacturing
Pumps / Motors instructions of the ULB unit shall be carried out by 3rd
etc engineer and Public Party QA
Health Engineers.
Electrical Items as required As per IS Adhere strictly to all the Inspection at the Manufacturing
instructions of the ULB unit shall be carried out by 3rd
engineer and Public Party QA
Health Engineers.

3 Pipeline Laying
a Inspection at Factory As per IS Thorough checking at Thorough checking at Inspection at the Manufacturing
stockyard stockyard unit shall be carried out by 3rd
Party QA in the presence of
ULB engineer.

43
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

b Laying of Pipe Line Upto 200mm dia One visit per 1 k.m. Regular Constant
pipes

> 200 and upto One visit per 500 meters


500mm

> 500 mm One visit per 250 meters

Hydraulic Test Upto 200mm dia One Test per every 5 km Witnessing the Test Performing the Test After performing Hydraulic
c pipes Test for required length, then
only further work to be taken
> 200 and upto One Test per every 2 km up by the firm/ contractor
500mm

> 500 mm One Test per every 2 km

4 SS Tanks
a Foundation level Foundation soils Two Visits per week and Regular Constant
has to check the
foundation soils for their
physical parameters

44
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

b Bund formation & Borrow soils Two Visits per week and Regular Constant
revetment etc. has to check the borrow
soils for their physical
parameters

Bund Formation Test OMC & Field density Regular Constant


for every layer for every
250 M length

Revetments & Two visits per week and Regular Constant


Stone work has to check all physical
parameters for every 250
M length

UNDERGROUND SEWERAGE
PROJECTS
a Site Clearance and One Visit Regular Constant 1st and 2nd Parties will have to
Marking confirm the levels at site as per
approved design.

45
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

a Inspection at Factory As per IS Thorough checking at Thorough checking at 3rd Party along with 1st Party
stockyard stockyard to visit Manufacturing Unit

b Laying of Sewer Line Upto 200mm dia One visit per 500 metres Regular Constant
pipes

> 200 and upto One visit per 500 metres


500mm

> 500 mm One visit per 250 metres

c Water / Air Test / Upto 200mm dia One Test per every 2 km Witnessing the Test Performing the Test
Ball / Velocity Test pipes
etc.
> 200 and upto One Test per every 1 km
500mm

> 500 mm One Test per every 0.5 km

46
Standards / Norms for Testing of Materials and Works

Scope of Work to be
Scope of 3rd Party
performed by ULB Responsibilities of
Sl. No. Details of Work Item Quality Assurance Remarks
Engineer and (Public Firms/ Contractors
supervision consultants
Health Dept)

ROAD PROJECTS

a Site Clearance and One Visit Regular Constant 1st and 2nd Parties will have to
Marking confirm the levels at site as per
approved design.

b Inspection of Material Upto 3 metre One visit per 400 metres As per IS Adhere strictly to all the 1st Party to made available all
width instructions of the ULB approved drawings at site
engineer and Public before starting the work
Health Engineers.
> 3 metres width One visit per 200 metres As per IS Adhere strictly to all the
instructions of the ULB
engineer and Public
Health Engineers.
C Laying of Roads Upto 3 metre One visit per 400 metres Regular Constant
width

> 3 metres width One visit per 200 metres

47
Documentation of the reports on each item of work taken up with work-
wise photographs (electronic version as well as printed copies) before
commencing, during and after execution with final sets of report shall be
submitted to ULB Engineer / S.E(PH) concerned and E-in-C(PH).

3.5 Compliance to the statutory requirements

a) Report on compliance to directives by State and Central environmental


agencies stated during the environmental clearance of the project, compliance
with the Environmental Management Plan for the project, and good
environmental management practices of the industry.
b) Report on provision, installation, and usage of health and safety equipments,
procedures and practices at site by visual observation and examination of
records. The report should include health and safety issues concerning
workers at site.
c) Report on standards of health and sanitation arrangements maintained at
campsite by visual observation and discussion with the concerned
stakeholders.
d) Report about the progress of Resettlement and Rehabilitation of Project
affected Persons
e) Report on persons requiring resettlement and rehabilitation assistance as
reported by the land acquisition team and the project report.
f) Report on compensation awarded and / or to be paid as per the records.
g) Report on court cases, which likely to affect the physical progress of the
project.

3.6 Commissioning, Trial run and Testing Stage

i) Report on necessary training imparted to the operations and maintenance (O&M)


team for taking over the completed project. The agency will check with records
and hold discussions with the ULB staff.
ii) Report on stages of testing and level of participation by the O&M team.
iii) Reports on handing over of all documentation, “As Built” drawings operational
instructions and equipment manuals to the O&M team.
iv) Report on trial runs and completion of project.

3.7 Post Construction Stage

i) To report on overall performance of the asset created (project) with respect to


a) Capacity – delivering capacity requirements
b) Functionality – meeting all functional requirements
c) Usage – extent of usage, break downs and shut downs
d) Performance of the O & M team

Page 48 of 60
ii) To report on the total out come versus the planned outcome
a) Increase/ decrease with reasons
b) Necessary recommendations to attain the planned outcome
c) Necessary recommendations for improving the overall efficiency
d) Necessary recommendations for improving the O&M of the project

iii) To report on the innovations tried and implemented in the project

iv) Any other issue/issues of importance which can be replicated by the ULBs or any other
ULB to improve the quality of construction, implementation, monitoring including
O&M practices etc.

3.8. Procedure for Inspection

3.8.1 The Field Quality Assurance staff at the site, which will be headed by one Senior
Manager/Engineer, would inspect the construction and other activities; Field
Quality Assurance team would consist of a number of Managers/Engineers
from the discipline of civil engineering and one from the discipline of
Mechanical/ Electrical Engineering. The Consultant will be provided schedule
of works likely to be executed in the following week by the concerned ULB
Engineer so that the Consultant can plan the field work programme. Besides this,
there would be Junior Engineers/Supervisors having similar specialization as
mentioned above, Lab Technicians and Field Assistants. However, the exact
composition of the team will be depending upon the scope of work and the
workload based shall be submitted before the start of assignment. Changes/
substitutions in place of team leader and Senior QA Engineer are not acceptable
to the employer.
3.8.2 After obtaining the construction programme and the work schedule from ULB
Engineer, a joint visit of ULB Engineer and the Senior Manager/Engineer of the
Consultant to the sites for inspection and overall appraisal shall be undertaken.
All Tests, checks are to be carried out as per relevant TSDSS/MORT&H/IRC
Codes and IS Specifications, IE rules as applicable and Agreements and drawings
for qualitative and quantitative analysis.
3.8.3 The Consultant shall make their own arrangements for transport including local
travel and for his office accommodations. The Consultant will be supplied with
the latest construction drawings and Contractor‟s agreements along with technical
specification and would interact directly with ULB Engineer.

3.8 Schedule of Inspection

3.9.1 The following inspection schedule shall be adhered by the Consultant‟s Field
Quality Assurance team; frequent surprise checks depending upon the job
requirements. The Manager / Engineer will identify the items and the location on
site, which will be inspected by the Assistant Managers / Site Engineers for the
next working day. The Contractor would be advised not to carry out important
activities of construction without prior information to the Supervision Consultant.

Page 49 of 60
3.9.2 The inspections of all work/ projects shall be properly planned/ spaced with
reference to the quantum and amount of the items of work. Special care shall be
taken to maintain proper frequency of inspections for items of work costing more
than Rs. 10.00 Lakhs. The inspections reports shall cover all the items of work
uniformly at all the stages of construction and shall truly represent (True
Representative of the entire work/ project) the random quality check in the larger
interest of the work.
3.9.3 To inspect each project on alternative day, to collect samples, to test on site and to
conduct non destructive testing when the work is completed. And for all projects
costing more than Rs.50.00 Crores the consultant has to employ one qualified
personnel with proven relevant experience in QA & QC of the projects of similar
nature and size of the proposed project and has to conduct all required tests
regularly.

4.0 Schedule for completion of tasks

4.1 TIME FRAME

The services of the Supervision Consultant are required to be rendered over the entire
life cycle of the project development. The agency shall be in place during pre-construction,
construction, trial run and post construction stages of the project, after the filing of Project
Completion Report. Subsequent to filing of the Project Completion Report, the Supervision
Consultant shall make one visit after one year of such milestone to assess the overall
performance of the asset created, as per 2.4 of the Scope of service stated above.

The Supervision Consultant shall be appointed for a minimum period of 2 years.


Extension of work of the Supervision Consultant beyond this period shall be subject to the
decision of the World Bank and Government of Telangana represented by MSU/TUFIDC.
The suggested methodology for the Supervision Consultant work is tabulated below. The
timing of review and the method of review is indicative. The required frequency of such
reviews is mentioned below, and shall vary based on the requirements of specific project.
S. Nature of review Timing Method of review Frequency
o
A Pre-Construction Stage
1. Review of project On completion of design of Design documents and Once
design document project / project component Drawings

2 . Review of bid Review of documentation Proof of Advertisement, Once


documentation and prior to NIT letters, and correspondence
bid process Review of bid process
through its duration Bid Documents, Contract
Agreements

3 Review of site Prior to start of Inter departmental Once


preparation and Construction Correspondences

Page 50 of 60
S. Nature of review Timing Method of review Frequency
o
clearances to begin Official records
construction

4 Review of Project After deployment of As per official records Monthly /


Management Project Management Observations Quarterly*
Systems Systems
Discussions with ULB
B Construction Stage & Commissioning, Trial-Runs and Testing Stage
5 Report on Physical After handing over the Reports and documents Number of
progress of project site to contractor/ submitted by Contractor/ Inspections/
Firm , and regularly over the firm and ULBs Visits shall
Entire Construction period be planned
Review of milestones as based upon
per Contract agreement the progress
of work
Discussions with
Contractor/ firm and ULBs

6 Report on quality Request for inspection


assurance system (RFI) reports received from
the manufacturers of
materials/
equipments/suppliers etc

Contract agreement and


physical observation

Discussions with
Contractor/ firm and ULBs

7 Commercial Over the construction Contract and Monthly/


Performance period Relevant documents Quarterly*

8 Financial Invoices, Measurement


Performance Book, Bank statements
BOQ as per contracts
9 Compliance to the Pre-Construction, during As per the MoEF Monthly /
statutory Construction and Post- guidelines Quarterly*
requirements Construction
EMP document for the
Project.

Page 51 of 60
S. Nature of review Timing Method of review Frequency
o
Comparison with relevant
legislation / rules

10 Safety and Health Construction and Post- As per relevant standards/ Monthly /
Construction stage good practices / Contracts Quarterly*

11 Progress of During Pre-Construction As per R&R Action Plan Monthly /


Resettlement and and Construction stage if submitted along with DPR/ Quarterly*
Rehabilitation the Land acquisition Land acquisition proposal
process is not completed. submitted,

Records of Competent
Authority

No. of court cases against


land acquisition for the
project

12 Commissioning, Trial Commissioning, Trial As per Records and Once


runs and Testing Runs and Testing Stage discussion with Concerned
officials

C Post-Construction Stage
13 Report on overall Post Construction Stage, Records and discussion Once
performance of the about one year after with ULB & Public Health
asset created (project) project completion officials

5.0 DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT

5.4 Free but limited access essentially required for fulfilling the obligations under the
contract will be provided to peruse all the records of the project work like estimates,
tenders, agreements and all related correspondence from the ULB files and
documents.
5.5 Free access will be provided to the project work site for carrying out inspections,
testing and all related activities and to the entire documents relevant to the project for
carrying out all the obligations as per the scope of the Supervision contract.
5.6 Free access will be provided to all the quality control labs of the ULBs for carrying
out tests and perusal of all records pertaining to the project.

Page 52 of 60
6.0 FINAL OUTPUTS THAT WILL BE REQUIRED OF THE CONSULTANT

Reporting System

6.1 The consultant shall submit the inspection reports to the ULB Engineer / S.E(PH)
and E-in-C (PH) clearly showing the location with reference to some permanent
existing structure, details of sample collected with visual observations on all the
items of work under execution at that location and remedial action proposed
towards defective quality of material or work, if any.

6.2 Documentation of the reports on each item of work taken up with work-wise
photographs (electronic version as well as printed copies) before commencing,
during and after execution with final sets of report would be submitted to ULB
Engineer / S.E(PH) concerned and E-in-C (PH).

6.3 Copy of the adverse results must be sent to the Managing Director, APUFIDC,
Hyderabad and to Project Director, TMDP. How ever the test reports of kind that
“mistakes found and cannot be rectified” must be sent to the Managing Director,
TUFIDC and Project Director, TMDP only in sealed cover labeled
“CONFIDENTIAL” with out giving information to the implementing agency /
department.

6.4 The Consultants shall undertake:


6.4.1 Desk review of documents:
Ensuring all project documents, including outcomes, outputs, specifications,
estimates of quantities, work packages, project implementation plan - including
milestones, periodic progress indicators, oversights etc., on-site management
systems, such as rerouting of transient services, temporary connections, worker
accommodation, labour insurance, procurement & storage of materials, inventory
management; delivery, hand-over plans are in place
6.4.2 Periodical site visits:
i. Site visits will be organized at different stages as indicated by the
implementing Agencies as „milestones‟ in their work plan, which may
consist of intermediate stages of development of work or contracting
packages. Indicative milestones, such as foundations, superstructure,
fenestration, services, finishes and commissioning may be taken as
comparatives from the assessment side to help translate progress reports to
non-technical personnel at reporting sites.
ii. Capture, wherever possible, moderated, and structured perceptions of the
beneficiaries on various aspects of project implementation including

Page 53 of 60
communicating project rationale, strategy, outcomes, results, rights and
responsibilities of all stakeholders;
iii. To capture qualitative feedback in narrative and in separate documents;
iv. To report the progress with respect to implementation as per the
appropriate stage of the project under development
7.0 COMPOSITION OF REVIEW COMMITTEE

7.1 The review committee shall comprise of

 Managing Director of TUFIDC

 Project Director of TMDP

 Chief Engineer TUFIDC

 Superintending Engineer TMDP

 Deputy Chief Engineer O/o E- in- C (PH)

8.0 PROCEDURE FOR REVIEW

8.1 The Chief Engineer TUFIDC along with SE TMDP & DCE O/o ENC (PH) shall
conduct the review meeting on a monthly basis on 20th of every month (Monthly).

8.2 The Managing Director TUFIDC and Project Director, TMDP shall conduct
monthly review meetings on 5th of every month.

8.3 The consultants shall submit their weekly reports to all the concerned.

8.4 The consultants shall submit their Action Taken Reports (ATRs) to all the

concerned

8.5 The consultants shall submit their special reports if called for immediately.

8.6 Additional information called for specific projects shall be submitted

8.7 Decisions taken by the review committee shall be binding on all.

Page 54 of 60
9.0 LIST OF KEY PROFESSIONAL POSITIONS WHOSE CV AND
EXPERIENCE WOULD BE EVALUATED

9.1 PERSONNEL REQUIREMENTS

(1) PROJECT MANAGER

Project manager should be a Post Graduate / Graduate in Civil Engineering


branch with not less than 20/25 years experience in design/construction of Water Supply
Projects/ Sewerage Projects, Building Construction Projects, Storm Water Drainage
Projects, WBM/Granular Sub Base/BT/ CC Roads and in conducting all necessary
Quality assurance and Quality Control Tests and procedures and shall possess sound
knowledge of Testing of strength of materials, their gradation and usage in quality
concrete construction. Should have experience in Capacity Building of engineers in QA
and QC procedures and testing. He should have handled independently a QA & QC
consultancy assignment for a major project whose aggregated cost shall not be less than
Rs. 50.00 Crores. He would lead the multidisciplinary team of professionals engaged to
carryout the job of third party inspection and monitoring of housing and infrastructure
projects and, therefore, should have a clear perception of the manner in which a quality
service can be delivered within the available time. He should be a professional of stature
who could command the respect of the team. Higher qualification and experience will be
an added advantage. Upper age limit shall be 55 years

(2) SENIOR PUBLIC HEALTH ENGINEER

Senior Public Health Engineer should either be a Post Graduate in Public health
Engineering with a minimum of 12 years experience or Graduate in Civil Engineering
with a minimum of 15 years experience in design/construction of Water Supply Projects/
Sewerage Projects, Building Construction Projects, Storm Water Drainage Projects,
WBM/Granular Sub Base/BT/ CC Roads and in conducting all necessary Quality
assurance and Quality Control Tests and procedures and shall possess sound knowledge
of Testing of strength of materials, their gradation and usage in quality concrete
construction.. He should have handled QA & QC projects of similar nature and capacity
at least one project of similar nature. He shall be responsible for all the aspects related to
the quality of the work and shall guide, supervise and monitor the work of the other
experts in his team.

The candidate should have a thorough knowledge of latest specifications


pertaining to Water Supply, Sewerage, Storm water Drainage, building works and road

Page 55 of 60
works and other related publications according to which the works are required to be
carried out and the tests to be conducted to ensure a good quality work. Higher
qualification and experience will be an added advantage. Upper age limit shall be 55
years.

(4) BUILDING ENGINEER


(ii) Civil
He should either be a Graduate in Civil Engineering with a minimum of 10 years
of professional engineering experience and at least 5 years experience in similar capacity
for building or a diploma in Civil Engineering with a minimum of 15 years of
professional engineering experience and at least 10 years experience in similar capacity
for building. He should also have exposure to quality assurance programmes in new
construction, maintenance/rehabilitation projects using modern technology. He shall be
required at site as directed by the Department and shall inspect and find out deficiencies
in the building and find out remedial suitable measures. He must be familiar with modern
methods of construction of building, design standards, technical specification and
standard quality control /assurance procedure for construction of different components of
building. Higher qualification and experience shall be an added advantage. Upper age
limit shall be 45 years.

(iii) Mechanical & Electrical Engineers

He should either be a Post Graduate/ Graduate in Electrical/ Mechanical Engineering


with a Minimum of 7/10 years of professional experience and at least 5 years experience in
similar capacity in designing and installation of high capacity pumps & motors for Water supply,
Sewerage & Storm water drainage schemes. He must be familiar with modern methods of
Electro-mechanical works in the building, design standards, technical specification and standard
quality control/assurance procedure for electro mechanical works in different components of
building. Higher qualification and experience shall be an added advantage. Upper age limit shall
be 45 years.

(4) MATERIAL ASSETS/ EQUIPMENTS

The Consultants shall have the following material assets or equipments at its disposal.
The assets may be self owned or a may be outsourced as and when required. The list is only
indicative.

Indicative List of Equipments

o) Survey Instruments including Total Station.


p) Equipment for condition survey on road and bridges.
q) Sieves of all sizes i/c Sieve Shaker and Balances of required capacity.
r) Cube strength testing machine.

Page 56 of 60
s) Core Cutting Machine.
t) Equipment for Cement Testing.
u) USPV (Ultra Sonic Pulse Velocity) Meter.
v) Compaction testing Equipments
w) Moisture Meter.
x) Hammer of all sizes required to be used in building work.
y) Rebound Hammer.
z) Leak Detection Equipments.
aa) Other miscellaneous equipments such as Screw Driver, Plumb-bob, Ovens, Slump
Cone, Graduated Measuring Cylinders of required capacity, Gauge Tape,
Vernier Calipers, Magnifying Glass, Sprit Level, Vibration Table, Dial Gauge etc.
bb) Project Specific instrument, where ever required.

Page 57 of 60
Report accompanying the estimate for Consultancy fee for the work of
Third Party Quality Audit in 5 Projects under TMDP.

Amount of Estimate : Rs: 1.61 Cr

Sl.No. Name of the ULB District Name


1 Kothagudem Khammam
2 Jammikunta Karimnagar
3 Huzurabad Karimnagar
4 Medak Medak
5 Kollapur Mahaboobanagar

The Commissioner & Director of Municipal had Administration forwarded the mail from
World Bank with its enclosures and requested TUFIDC to revised ToR for 3rd Party
Quality Audit and Project Management consultancy for the project to be taken up under
TMDP.

Accordingly, consultancy fee estimate is prepared based on the total cost of the projects
at a rate of 0.5% of the project cost is adopted as consultancy fee keeping in view of the
bigger quantum of work spread over in (5) ULBs of Telangana State.

With the above, the total consultancy fee is working out to be Rs:161.22 Lakhs

Page 58 of 60
ABSTRACT
Estimate for man months for Third Party Quality Audit and Project Management
consultancy works in 5 ULBs of Telangana under TMDP

Sl.No. Description Nos. No.of Manmonths Remuneration Amount


Months per month in in Lakhs
Rs.
A Project Management Team
1 Project Manager 1 12 12 1,00,000 12.00
2 Deputy Project 1 12 12 75,000 9.00
Manager
3 Senior Public 1 12 12 60,000 7.20
Health/Water
Supply and
Sanitation
Engineer
4 Senior 1 5 5 60,000 3.00
Electrical and
Mechanical
Engineer
5 Social 1 10 10 60,000 6.00
Management
Expert
6 Work inspector 5 12 60 17500 10.50
in 5 ULBs
Sub total 47.7
B Site Teams for One/two ULBs
1 Water Supply 5 12 60 50,000 30.00
and Sanitation
Engineer
(Senior
Manager)
2 Field Engineers 10 12 120 30,000 36.00
Sub Total 66.00
C Lab Equipment
1 Towards Lab LS 10.00
equipment as
per ToR

Page 59 of 60
including ma
power for
operation
Sub Total 10.00
D Office establishment and Stationery & Mobile teams
1 Towards 1 12 12 1,00,000 12.00
establishment
office including
stationery and
other items.
Towards travel 1 12 12 20,000 2.40
expenses of
mobile teams
and other
personnel
Sub total 14.40
E Miscellaneous
1 Towards 1 12 12 22,500 2.70
Miscellaneous
expenditure
Sub total 2.70
Total 140.8
Service Tax at 14.5% 20.42
Grand Total 161.22

Page 60 of 60

You might also like