GOVERNMENT OF ASSAM FOREST DEPARTMENT...
Transcript of GOVERNMENT OF ASSAM FOREST DEPARTMENT...
GOVERNMENT OF ASSAM FOREST DEPARTMENT
OFFICE OF THE CHIEF CONSERVATOR OF FORESTS, REWP, ASSAM Assam Forest School Campus, Jalukbari, Guwahati-781014
No. JICA/JLK-MKM-01 Date: 02/08/2012
EXPRESSION OF INTEREST (EOI)
Notice Inviting Expression of Interest (EOI) for hiring the services of consultants for Third Party Quality Assurance to assist the State Project Management Unit for the implementation of project
"Capacity Development for Forest Management and Training of Personnel”
The Forest Department, Government of Assam is implementing a JICA assisted project in the state with the aim of capacity development of the frontline Forest staff. The Project is of approximately 60 Months duration and targets improvement in the infrastructure, curse curriculum and teaching methodologies in the State Forest Training Institutes meant for training of Forest Guards and Foresters. Forest Department, Assam intends to hire a reputed consulting firm/ organization/institute/team of professionally competent and experienced experts for Third Party Quality Assurance to assist the Project Monitoring Unit to Provide Quality Facility (Quality testing laboratory or/and mobile testing laboratory as appropriate to different sites) for testing of construction material as required during various stages of construction; Conduct Technical Audits at different construction sites in different stages to ascertain and certify the standard of implementation and adhere to guidelines and disaster resistant features; Provide audit reports and assist the project in achieving its objectives etc.
Department of Environment & Forests, Government of Assam invites Expression of
Interest (EOI) from consulting firms /organization/ institutes/ team of professionally competent and experienced experts which have required expertise and experience in the relevant fields.
The EOI & detailed TOR is posted on the website of Forest Department, Assam -
www.assamforest.in and hard copy of the same is available in the office at the address given here under. Notice to consultants of Guwahati of this field is also being circulated by hard copy.
Mere submission of EOI will not confer applicants on any right for receiving or
carrying out the tendered job. Forest Department, Assam reserves the right to accept/reject one or all EOIs or stop the process of approval at any stage, at its sole discretion without assigning any reasons and shall bear no liability whatsoever consequent upon such a decision.
The EOI shall be submitted in a sealed envelope through Speed Post/Registered Post
or delivered by hand super scribing “Capacity Development for Forest Management and Training of Personnel - Third Party Quality Assurance” on top of the envelope to the following address. The submission shall be within 15 days of the issue of this Notice i.e. 17/08/2012. Address: Chief Conservator of Forests RE & WP, Assam Assam Forest School Campus, Jalukbari, Guwahati-781014 Ph. No. – 0361-2700292 E-mail [email protected]
ToR of Third Party Quality Assurance for Civil Works under
“Capacity Development for Forest Management & Training of Personnel”
Contents
Sl. No. Particulars
1 Background
2 Objectives
3 An Outline of the tasks to be carried out
4 Schedule for completion of tasks
5 Data, Services and Facilities to be provided by the client
6 Review and Monitoring of Consultant Work
7 List of Key Professional Positions whose CV and Experience would be evaluated
8 Submission, Receipt, and Opening of Proposals, Earnest Money Draft (EMD), its Evaluation and Award of Contract
9 Appendix A – Other Requirements
10 Appendix B - Reporting requirements and Field Studies/ Tests
1.0. Background
The Government of India has launched a project titled “Capacity Development for
Forest Management & Training of Personnel”. The objectives of the project are improvement
of infrastructure, course curriculum and teaching methodologies in the State Forest Training
Institutes meant for training of Forest Guards and Foresters. The project is an externally aided
project funded by Japan International Co-operation Agency (JICA). Under the Project, Govt.
of Assam (Forest Department) has received Grant for Construction and Renovation of
buildings at Assam Forest School, Jalukbari and Assam Forest Guards’ School, Makum as
detailed in the table below. In order to ensure that the Civil Works executed by the
Contractors/ Departmental Officers adhere to the stipulated quality standards, the SPMU
intends to engage Third Party of experts to meet the objectives given in subsequent para.
Sl.
No.
Name of Work Estimated Cost Execution of Work
Part – I At Assam Forest School, Jalukbari
1 New Academic & Administrative Building at Assam Forest School
19890600.00 By Contract
2 Hostel Building
17918325.00 By Contract
3 Grade III & IV Quarters
4260720.00 By Contract
4 Site level intervention 63.60
Departmental Works
Part – II At Assam Forest Guard School, Makum
1 New Academic & Administrative Building
19195000.00 By Contract
2 Hostel Building
15901953.00 By Contract
3 Construction of Superintendent Quarter
1989500.00 By Contract
4 Site level intervention 3178604.00
Departmental Works
2.0. Objectives
Independent assessment of technical quality through an agency not involved in any
stage of DPR preparation, its technical approval or implementation at various stages of
rehabilitation – renovation/ construction is the main objective behind Third Party Quality
Assurance to ensure desired work standards and specifications of the approved DPR by the
CPMU. In order to carry out the quality audit tasks the consultants will, but not limit to:
A) Provide quality facility (Quality testing laboratory or/ and mobile testing
laboratory as appropriate to different sites) for testing of construction material
as required during various stages of construction.
B) Conduct technical audits at different construction sites in different stages to
ascertain and certify the standard of implementation and adhere to guidelines
and disaster resistant features.
C) Co-ordinate with various agencies/ team such as PMU, Project Implementation
Unit, Line Departments.
D) Conduct regular field visits and contact various stake holders and provide
reports on the aspects of beneficiary inclusion, satisfaction and grievances
redress and provide regular reporting.
E) Provide audit reports and assist the project in achieving its objectives.
3.0. Eligibility Criteria for Consultants: The Consultant(s) should fulfill the following criteria
1. Should have valid registration certificate / approval letter from Govt bodies for quality
testing related work.
2. Should have PAN card, Trade license, Service tax registration certificate
3. Should have the experience of doing civil engineering quality testing work for any
Govt Project.
4. Should have own laboratory with valid calibration of equipments.
5. Average of annual turnover of last three years should not be less than 40.0 lacs.
Should have tax audited under Income tax act, Govt of India for the year 2011-12.
6. They should have a solvency of the amount more than 10.00 lac from a commercial
scheduled bank
7. Having experience of similar work in the state of Assam, shall be given preference.
8. Having office setup with adequate man power in the state of Assam, shall be given
preference.
Note:
JOINT VENTURE will not be permitted in this tender for this task.
In case the Consultant is a Partnership Firm, the work experience, solvency and turn over shall be in
the name of partnership firm only.
4.0. Outline of the tasks to be carried out
4.1 Development of operating procedures, protocols for audit and monitoring, formats,
etc. and preparation of site visit report formats
(a) The consultants, immediately upon mobilization and as part of their inception
Report will develop operating procedures, protocols and formats that would be
used for fulfilling their objectives. These will include formats for monitoring
and reporting; formats for carrying out quality audit and remarks, frequency of
quality audit, scheduling of audit and social monitoring, counterpart staff
requirement during the field work, reporting and follow up procedures etc.
(b) The site visit reports should be prepared after each visit and shared with the
SPMU. For these, the Project Monitoring Updates (monthly and quarterly)
prepared by the SFTI and their appointed Technical Consultants should be
referred to.
4.2 FUNCTIONS a) The Consultant shall do their job by field visits, arranging the necessary quality
assurance tests for materials and the construction works, analysing the test
results and furnishing the comments/observations thereon and providing
general observations on construction materials and work. The Consultant shall
submit their report to the State Project Director, SPMU at various stages/as and
when needed.
b) The Consultant shall check and report whether work has been executed
according to the drawings, designs and specifications and in line, level as per
approved drawings.
c) The Consultant shall be responsible for bringing-out in writing, to the notice of
SPMU any instances of deviations from accepted quality of construction
materials, workmanship and general quality of works at appropriate stages of
construction/ renovation.
d) The Consultant shall inspect the construction/renovation site during the works
under progress frequently, to achieve the stipulated standards of quality in the
project. If there is any discrepancy/error/omission, the team shall point out the
same with suggestions and remedial measures with code provisions.
e) The Consultant shall highlight the problem area if any, and also suggest steps/
solutions to rectify the same so as to achieve the overall target of Quality
Assurance.
f) The Consultant shall arrange testing of materials used in construction work and
concrete casted during the course of work through reputed
laboratories/institutions preferably Government testing Centres. All standard
tests as per Government norms shall be arranged. Cube test for concrete is to be
carried out for each storey slab as well as column and footing concrete. The
testing shall be independent and objective and random samples shall be
collected by the Consultant in the presence of the Director of the SFTI or his
authorised representative. The Consultant shall report the results of testing to
the State Project Director, SPMU with their suggestions and remedial
measures.
g) The Consultant shall visit the site at least once in a month. The visits at various
stages like plinth level, at the time of casting the columns, beams and slab and
at completion stage is compulsory.
h) The Consultant shall record their independent observations/ suggestions/
remedial measures in the visit book kept at work site. These views should also
reflect in the report submitted as mentioned in this TOR.
5.0 Schedule of completion of tasks
Consultants will prepare and submit: an inception report within 15 days of
mobilization, periodic reports (mentioning the stages at which these will be shared) and post
project completion report.
6.0 Data and services to be provided by the client
Client will provide all information related to works such as contract documents, ToR
of implementing agencies and project documents agreed between the client and the CPMU.
Client will provide access to all work sites and beneficiaries under the project. The
Consultant’s task shall continue beyond the six month period of completion of works
indicated in Para 1.
7.0 Review and monitoring of consultants work
Consultants will be monitored at various levels by SPMU through periodic reviews.
Their works shall also be monitored from time to time by the CPMU.
The project implementation period is envisaged as 18 months and the contract period
for the consultants will be 15 months. In case the project implementation pursues further, no
extra costs can be made available for the Consultants. Therefore, through the periodic
performance reports, the Consultants should point out delays observed, if any and suggest
boost up of activities to adhere to time. However, at the end of first 6 month consultant’s
performance will be assessed by a review committee and subject to satisfactory evaluation
the consultants would be allowed to proceed with their services for the next 12 months. In
case performance of the consultants is assessed as unsatisfactory, the contract would be
deemed closed at the end of first 6 months. In such case the consultants would get a chance to
explain and defend themselves in front of the review committee again and the subsequent
decision taken by the review committee shall be binding on both parties. The review
committee would consist of SPMU and CPMU representatives.
9.0 List of Key professional Positions whose CV and experience
would be evaluated. CV for all the experts/personnel proposed to be associated by the firm/ organisation/
institute/ team of experts in the task will be evaluated.
10.0 Preparation of Proposal, Submission, Receipt & Opening of
Proposal, its evaluation and award of contract. 10.1 Preparation of Proposal
The intending Consultants are expected to prepare Proposals covering the following
aspects:-
(i) Technical Proposal- The Technical Proposal should cover:
a) Consultant’s background and general experience in the field of Quality Assurance
of Civil Works (Form – I).
b) List of relevant Completed Projects executed by the Consultant in (Form – II).
c) Staff and facility available with the Consultant in (Form – III).
d) List of members of the expert team along with CVs of experts.
e) Comments on Terms of Reference (not more than 2 pages).
(ii) Financial Proposal:- In the Financial Proposal the Consultant are expected to indicate
the amount to be charged by them for Quality Assurance Work as percentage to be estimated
cost of Civil Work which will include everything like Consultant’s fee, laboratory charges for
testing of different building materials, travel cost, monitoring, reporting etc. The limits for
this being a maximum of one per cent of the total project cost. For submission of Financial
Bid Format IV may be used.
10.2 Submission
The Technical and Financial Proposals should be submitted in separate sealed
envelopes, super scribing Technical/Financial Bid and both of them should be put in another
big envelop which should be sealed and marked as “Proposal for Consultancy on Quality
Assurance.”
The authorised representative of the Consultant should sign all the pages of Technical
and Financial Proposals.
10.3 Receipt & Opening of Proposal
The Proposal must be sent to the following address – “Chief Conservator of Forests
REWP, Assam, Assam Forest School Campus, Jalukbari, Guwahati-781014” and received by
the Client no later than the time and the date indicated in the EOI Notice. Any Proposal
received by the Client after the deadline for submission shall be returned unopened.
The Client shall open the Technical Proposal immediately after the deadline for their
submission.
10.4 Earnest Money Draft (EMD)
An Earnest Money Deposit (EMD) of Rs. 10,000/- (Ten thousand only), in the form
of Demand Draft in favour of Chief Conservator of Forest RE & WP, Assam & Head, State
Project Monitoring Unit, must be submitted along with the Proposal.
The EMD of the unsuccessful proposals will be returned to the submitters within one
month of signing of the Contract.
10.5 Evaluation & Award of Contract
3-5 numbers of Consultant will be selected by the Evaluation Committee after
evaluating the Technical Proposals on the basis of assessment of their experience and
expertise. The Financial Proposal of only selected Consultants will be opened and the one
offering the lowest cost will be awarded with work.
Form-I: Consultant’s Background and Experience
A - Consultant’s Background
[Provide here a brief (not more than two pages) description of the background and
organization of the Consultant and, if applicable, each joint venture partner for this
assignment.]
B - Consultant’s Experience [Using the format below, provide information on each assignment engaged in the past five years or
on-going for which your firm and each joint venture partner for this assignment, was legally
contracted either individually as a corporate entity or as a lead firm or one of partners within a joint
venture, for carrying out consulting services on Quality Assurance of Civil Works under
“Capacity Development for Forest Management & Training of Personnel”]
[Use not more than 5 pages.]
Assignment name:
Approx. value of the contract (in current Indian
Rupee):
Country:
Location within country:
Duration of assignment (months):
Name of Client:
Address of Client:
Start date (month/year):
Completion date (month/year):
No of professional provided by the joint venture
partners or Sub-Consultants or team members:
Name of joint venture partner or sub-Consultants, if
any:
Name of senior regular full-time employees1 of your
firm involved and functions performed (indicate most
significant profiles such as Project
Director/Coordinator, Team Leader):
Narrative description of Project
1 (a) is currently employed under a contract or agreement of employment with the Consultant or the Sub-Consultant;
(b) has been employed by the Consultant or the Sub-Consultant for the last 12 consecutive months preceding the date of
submission of the Proposal;
(c) is entitled to receive regular remuneration and benefits (e.g. social security, pension or medical contributions) from the
Consultant or the Sub-Consultant; and
(d) is engaged to work for the Consultant or the Sub-Consultant for the number of hours per day and days per year
considered the norm for full-time employees in the country of employment or in the country in which the person is
assigned.
(e) details furnished may be scrutinized from the records, if required.
Form - II:
List of relevant Completed Projects executed by the Consultant
No. Name of Project Deptt/Agency
of the Project Project Cost
Cost of Q.A.
provided by
Remarks of Agency
on completion of
1
2
3
4
5
1 Indicate all main activities of the assignment, including delivery of reports (e.g.:
inception, interim, and final reports), and other benchmarks such as Client approvals. For
phased assignments indicate activities, delivery of reports, and benchmarks separately for
each phase.
2 Duration of activities shall be indicated in the form of a bar chart.
Form - III: Staff and Facilities available with the Consultant
A – List of Staff other than experts with consultant
Professional Expert input (in form of a bar chart) No Name of Staff
Address Qualification Experience in relevant field
1
2
3
4
5
6
7
8
9
B – List the Facility available for testing of materials/works
1.
2.
3.
4.
Form: IV
Consultant’s Financial Bid
Description of the Works: Third Party Quality Assurance for Civil Works under “Capacity Development for Forest Management & Training of Personnel”
To : Chief Conservator of Forests, RE & WP, Assam & Head, SPMU, JICA
Address : Assam Forest School, Jalukbari, Guwahati
Dear Sir,
Having examined the TOR documents, we offer to take up Consultancy described above in accordance with the Conditions specified in TOR for the Contract Price of _________ [in figures] (________________________________________________) [in letters].2
This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive.
We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery.
We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.
We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding documents.
Yours faithfully,
Authorized Signature:
Name & Title of Signatory: ______________________________________________________________
Name of Bidder : _____________________________
Address : _______________
APPENDIX – A – OTHER REQUIREMENTS
1. In addition Consultants at site locations shall have all the minor testing equipment
such as but not limited to: sieves and weight, moisture meter, soil density meter,
temperature recorder, surface finish recording instruments such as straight edges,
measuring tapes, callipers, etc. for ‘on spot flied testing’ of material and
workmanship.
2. The site team will report directly to the Engineer of the work from the concerned
Implementation Agency for the purpose of quality auditing. However, for
administrative purpose they will report to the team leader.
3. Consultant will cover their respective area of work within the sites by contracting the
various implementing agencies and according to their and contractors work schedule.
4. In addition in case of a specific quality testing required by Head, SPMU/Director,
Assam Forest School/Superintendent, Assam Forest Guards’ School, Makum for any
work within the site, it shall be carried out and report shall be furnished with a
reasonable time.
5. The teams inspection report shall be furnished to concerned Engineer/ site engineer
and a copy of the correspondence should also be passed to the Head of the State
Project Management Unit.
6. The periodical report shall be furnished to the State Project Management Unit as
detailed in Appendix – B.
7. It is proposed that the field visits shall be carried out ‘totally randomly’ without
advance information to contractors and wherever considered necessary. A programme
of inspections will be developed with the respective engineers in charge to ensure that
defective workmanship is targeted. Consultants will be empowered to issue site
instructions jointly with the Engineer and in ‘emergent and urgent’ circumstance they
can also issue ‘stop work’ notice to the contractor followed by ‘immediate’
communication to the ‘Engineer’.
8. The Contract Documents are the basis of all works to be undertaken. These are
standard documents which will be made available to the Consultant. All documents
refer to the standard specifications as prevalent in India and as specified by relevant
agency such as Indian Road Congress, Ministry of Shipping and Road Transport,
State Electricity Board, Central Public Health Engineering Organization, Bureau of
Indian Standards etc. In cases, where specific specifications are not available or
provided in the contract documents, general good engineering practices shall be
followed.
9. In addition, the Contract Documents also refer to Special Specifications which are
specific to individual Contracts. This information will be made available to the
Consultant.
10. The consultant shall use their professional judgement and only materials that appear
‘suspect’ are to be sent for testing by the Consultant as the Contractors are obliged to
provide materials complying with Indian Standards and Contract Documents. The test
report copies shall be furnished to the Engineer for review and compliances.
Engineers may also identify what they consider are defective materials in consultation
with the Consultant who will also use his own judgement during inspections.
11. The Consultant will use approved laboratory in the region which will be first
inspected and recommended for accrediting by Consultant under the project by PMU.
The identification and certification of the testing agency will be specific to the tests
that can be carried out in a particular laboratory.
12. The consultant may propose alternative independent testing laboratories for
undertaking the works of the contactor. Full details and information on the testing
laboratories are to be provided. On approval the alternative laboratories may be used.
13. Workmanship shall cover all aspects of the work including but not limited to
foundations, concrete structures including renovation/ construction of buildings, water
supply pipelines, sewerage, surface water drainage channels, etc. and other specialist
activities.
14. Annexure 1: Contains a list of quality checks on materials, equipment and appurten-
ances that should not be considered as limiting. The required standards of
workmanship are described in various contract documents and are generally the
established Indian Standards. The contactor will also produce his own quality
monitoring systems and details of how he proposes to proceed with the works. This
information will also be made available to the Consultants for use during work quality
checks. The Consultant shall review the lists contained in the appendix and comment
upon the contents.
15. The Consultant shall make unscheduled visits to ensure random surprise checks from
time to time to the various works under construction subject to a minimum of [insert
number of visits]. During these visits he will spend time observing the Contractor’s
working practices also. He will prepare a report on his visits directly on completion
and on the same day as the visit take place. This report will be submitted
electronically without delay and in no case later than the following day to the
Engineer with a copy to the PIU and PMU engineer. These points shall be checked for
compliance in subsequent visits and reported.
16. The Consultant shall make further visits as necessary to follow up particular areas of
concern.
17. One of the main objectives is to point out to the respective Contractor’s how
improvements can be made to the working practices and to resolve difficulties in an
amicable manner. It should be remembered that time is of the essence and that
considerable judgement is required regarding quality aspects of the work. If
Contractor’s fail to heed advise or undertake work that is suspect which requires
rectification or replacement the matter is to be immediately reported to the Engineer
so that appropriate action can be taken under the terms of the Contract.
OTHER ACTIVITIES OF THE CONSULTANT
18. Apart from the specific activities as described above the Consultants shall also inspect
and advise the Head, SPMU/Director, Assam Forest School/Superintendent, Assam
Forest Guards’ School, Makum on the implementation and compliance of the:
• Following of accepted environmentally sound practices of control of dust, noise,
water, air and soil pollution due to construction activities, and
• General safety and security on the construction sites etc.
19. The consultant shall also,
• Inspect and recommend testing laboratories available in the region.
• Inspect, review and report the adequacy and competence of contractor’s staff, labour
and machinery.
• Review contractors work program and advice o need on corrective measures in cases
where such matters are referred by the Engineers/ Employers.
• Develop and prepare all the reporting formats including transmittal methodology and
follow the same for the entire period of services.
Annexure 1
INDICATIVE TEST REQUIREMENTS
An indicative list of tests on material and workmanship is listed here, which is to provide
guidance to the Consultant. This list is not exhaustive all the necessary and required tests on
materials in accordance with contract documents, relevant specifications and good
engineering practices will need to be carried out to ensure the objective of quality inspection
which is to ensure that the works are carried out in conformity with required standards and
specifications.
A. Civil Works The main materials to be inspected are as follows:
• Reinforced concrete
• Building works
• Road materials
• Building service appurtenances and associated works
1. Valves, pipe appurtenances and associated water supply, sewerage and drainage
works components
Test requirements shall include but not be limited to the following:
Test for valves and other pipe appurtenances
Valves 1. Visual and dimensional checks
2. Review of material test certificate for valve
body and internals
3. Operational smoothness
4. Witnessing Hydraulic test/ leakage test as per
applicable codes
Manhole covers and other covers 1. Witnessing Load test as per relevant IS codes
2. Reinforced concrete
The relevant tests are included in the standard specifications; they shall include but
not be limited to the following:
Test for cement and aggregates
Cement 1. Consistency test
2. Initial and final setting time test
3. Compressive strength test
4. Soundness test
5. Fineness test
Coarse aggregate 1. Sieve analysis test
2. Bulk density test
3. Flakiness index test
4. Elongation index test
5. Water absorption test
6. Aggregate impact value test
7. Abrasion resistance test
8. Crushing value test
9. Specific gravity
10. Aggregate crushing value
Fine Aggregate 1. Sieve analysis test
2. Silt content test
3. Specific gravity
4. Uniformity co-efficient
5. Effective size percentage of impurities
6. Loss on ignition
7. Acid solubility
Test of water 1. Suitability for use in concrete e.g. pH etc.
Concrete 1. Cube Test
2. Slump test
Test for reinforcement
Reinforcement Steel 1. Tensile test – 0.2% proof stress
2. Bend test ultimate strength and % of elongation.
3. Rebend test
Tests for Reinforced Concrete Members
1. Ultrasonic pulse velocity test
2. Rebound hammer test
3. Photometer studies
In certain cases extraction of cores shall be carried out
3. Road materials
The relevant tests are included in the standard specifications; they shall include but
not be limited to the following:
Test for bitumen and aggregates
Bitumen 1. Penetration test
2. Softening point test
3. Ductility test
4. Water content test
Soils 1. Dry density/ protector compaction
2. CBR value
WBM 1. Camber
2. Thickness of layer and grading
3. Width of metal layer
BT surface 1. Camber
2. Thickness
3. Width of BT layer
4. BT content (Bitumen extraction test)
5. Stripping value
4. Building works
Structural steel 1. Tensile test
2. Bend test
3. Thickness of galvanising
Bricks 1. Compressive strength test
2. Water absorption test
3. Efflorescence test
4. Dimensional tolerance
Blocks 1. Compressive strength test
2. Water absorption test
3. Density test
Tiles 1. Water absorption test
2. Wet transverse strength test
3. Abrasion/ wear resistance test
Ceramic tiles 1. Water absorption test
2. Wet transverse strength test
3. Abrasion / wear resistance test
4. Crazing test
Galvanised sheeting 1. Thickness of sheets
2. Thickness of galvanising
Water proofing compounds 1. Tests for permeability and compatibility
Paints 1. Performance tests
2. Thickness
Plumbing and sanitary
fixtures
1. Dimensional verification, physical examination
and relevant tests.
B. Mechanical and electrical works: List of mechanical and electrical items required to be inspected by third parties
1. Mechanical
• Pumps by type
2. Electrical
• Motors by type
• Electrical starters
• Electrical panels
• Switchboards
• Motor control panels
• DC distribution panels
• Induction-cum-enunciation panels
• Bus ducts
• Battery chargers
• Transformers
• HV/ MV/ LV
• Power voltage
• Current
• Capacitors
• Level switches
• Electrical cables
3. Miscellaneous
• Earthing equipment
• Lightening arrestors and essential fittings
• Cable trays
• Any other items as specified in the contract documents
4. Inspections
The main headings for these works are as follows:
• Pumps
• Motors
• Electrical panels
• Transformers
• Capacitors
• Cables
5. Pumps
Items for third party inspection and stages of inspection:
1 Pumps 1. Review of material test certificate for pump casing, bowls,
shaft, impeller bearings, column pip etc.
2. Review of heat treatment certificate if any
3. Review of dynamic balancing or rotating parts/ impeller
4. Examination of the shaft
5. Witnessing Hydro test of casing
6. Witnessing performance test at 49 Hz and 50 Hz
frequency including vibration measurement covering
following tests:
2 Motors 1. Dynamic balancing of rotor and visual examination of
rotor assembly
2. Visual inspection and testing of stator assembly
3. Review of test certificate for conductor, starter coil, shaft
bearing etc.
4. Witnessing routine test no load and load test vibration
measurement as per IS
5. Verification of type test report
6. Visual and dimensional check
Review/ witnessing test on gear boxes worm/ helical Tests
as specified in relevant IS or special specifications
3 Transformer 1. Visual inspection, dimensional check and verification of
bill of materials
2. Review of iron losses and copper losses test at 90% of the
rated voltage, 100% rated voltage and 110% of the rated
voltage
3. Witnessing resistance voltage test at HV side and LV side
4. Routine tests as per IS:2026
5. Verification of type results, temperature rise test, impulse
test, insulating oil test etc.
Witnessing all routine and type test as per IS:2834 such as
sealing test, test for output/ capacitance, insulation
resistance test between terminals. Containers and loss
angle measurement, test for efficiency of discharge device,
test for dielectric loss angle, thermal stability test, self-
healing test, voltage test between terminals
1. Visual and dimensional check
2. Witnessing routine test as per IS:1554
3. Witnessing insulating test, resistance test, current rating
test, star reactance test, star capacitance test, short circuit
current test, voltage drop test
4 Pipe and specials 1. Visual and dimensional check
2. Review of chemical and physical test certificates as per
the relevant Indian Standard specifications.
3. Witnessing hydrostatic pressure test as per the relevant
Indian Standard specifications
4. Checking the integrity of epoxy lining for MS pipes at
joints after lying and jointing pipes
5 Valves 1. Visual and dimensional check
2. Review of material test certificates for valve body and
internals
3. Operational smoothness
4. Witnessing hydrostatic test/ leakage test as per applicable
code
6 Diesel generating
sets
1. Review of tests as specified in relevant IS or Special
Specifications
6. Quality Checks On Materials, Equipment and Appurtenances
These lists are not to be considered as prescriptive. The Consultant is to develop a
more detailed approach before commencing work in the field.
C. Overhead Water Tanks
The quality monitoring/ auditing of various works shall be included but not be limited
to the following:
1. Quality of materials
2. Quality of construction of various construction works at various stages
3. Witnessing the performance tests
4. Performance of the various mechanical equipment in treatment plants
1. Quality of materials
• Physical examination of materials brought to the site
• Perusal of test reports on materials furnished by the construction agency from
time-to-time and also ensuring the frequency of such tests to be as per relevant
standards
• Randomly selecting the samples at site and conducting necessary test for
confirmation
2. Quality monitoring during the construction stage
Foundation stage
• Examining the soil encountered at site with respect to soil test reports furnished
and also checking the adequacy of type of foundation system proposed to be
adopted with respect to site condition
• Randomly checking grid markings
• Checking the fabrication of reinforcement and dimensions
• Witnessing concreting of foundation systems and reviewing the reports of cube
testing
Superstructure
• Checking the fabrication of reinforcement, formwork, cover, etc.
• Checking the facilities available for the concreting, curing, etc.
• Dimensional verification and alignment of reinforced concrete members
• Checking the various levels to ascertain whether they are in accordance with the
drawings and from hydraulic considerations
• Witnessing the con the concrete works of major structures and witnessing the
tests on fresh concrete
Miscellaneous items
• Checking the quality of pipes and pipe appurtenance
• Quality of water proof plaster on the interior surface
• Galvanised items
Tests on finished structure
• Conducting non-destructive tests at random to ascertain the quality/ strength
• Witnessing the hydraulic tests on water retaining structures
3. Mechanical and Electrical Works Clauses
• Effectiveness of earthling systems clause
• Effectiveness of lightening arrestor system
• Evaluating the performance of various mechanical equipment installed in various
units in relation to the specification requirements.
D. Quality monitoring during construction of pipelines • Checking pipe work excavation levels, randomly
• Checking effectiveness of pipe joints
• Inspection of manholes, chambers and other structures
− Base levels and concrete thickness
− Walls
− Roof slabs and covers
• Checking sewers for water tightness
E. Quality monitoring of buildings works The total quality monitoring of various works will be included but not be limited to
the following
1. Quality of materials
2. Quality of construction of various works during different stages of construction
3. Performance of mechanical and electrical equipment and systems
1. Quality of materials
The checking of quality of materials includes
• Physical examination
• Review of tests reports
• Collecting representatives samples wherever possible and conducting necessary
tests for confirmation
• Informing the concerned agencies regarding the acceptance of material or
otherwise
• Witnessing the performance tests on machinery carried out by the manufacture at
his factory, before dispatching to site.
2. Quality monitoring during construction
During the course of construction, independent unannounced visits shall be made to
check the quality of construction. The visits shall be made at the following stages:
Foundation stage
• Checking the foundation with respect to the soil reports and its suitability as
bearing strata
• Dimensional verification of selected footings
• Checking the layout marking and centre lines, at random
• Checking the reinforcement fabrication, at random
• Checking the concreting arrangements and witnessing concreting of a few
footings at random.
Plinth stage
• Checking the quality of stone masonry with emphasis to quality of stones, joints,
joint materials, etc.
• Checking the reinforcement fabrication of plinth beams at random
• Checking the quality of concrete in plinth beams, at random
• Checking at adequacy and compaction of floor filling, at random
Lintel stage
• Checking the quality of stone masonry with emphasis to joints, joint mortar,
curing, etc.
• Checking the quality of column concrete
• Checking the reinforcement fabrication of lintels, at random
• Checking the quality of concrete in lintels
Roof stage/ slab stage
• Checking the quality of shuttering and formwork, with emphasis on lines and
levels, joints and safety considerations
• Checking the reinforcement fabrication of selected panels
• Checking the arrangements for concreting, vibration and curing
• Checking the concrete while concreting, with respect to mix proportion, w/c
ration and compaction. Casting independent set of cubes for verification of
strength
• Checking steel sheet fabrication for roof, roofing sheets and fencing and fixings
Finishing stage
• Checking the quality of flooring with respect to levels and smoothness at random
• Checking the door and window opening locations
• Checking the quality of joinery with respect to workmanship and fixtures, at
random
• Checking the plaster in walls and ceiling with regard to proportions, line and level
and curing at random
• Checking the finishing works at random such as painting, doodling, fixing of
ceramic tiles, fixing of sanitary fixtures, steel grill works, etc.
3. Mechanical and electrical works
The standard and special specifications shall be referred, to determine the scope of the
work to be undertaken. Test of earthing and lightening protection systems shall be
included.
F. Quality monitoring during construction of landfills • Checking the level of excavation, plan dimensions and side slopes
• Checking the type of soil available and its uniformity in the site
• Verifying the soil with respect to its suitability for mixing with bentonite in
achieving required permeability
• Mixing of bentonite and compaction of layers through testing on compacted
layers
• Checking the thickness of mixed liner through physical measurement at
representative locations
• Checking the thickness of HDPE liner
• Checking the efficiency of jointing through appropriate tests
• Checking the laying of HDPE liner
Above all, the Consultant must ensure that energy-efficiency and environment-
friendliness of all constructions and interventions are maintained and also ensure
the same about the performance of the equipment procured.
Appendix - B
REPORTING REQUIREMENTS AND FIELD STUDIES/ TESTS
Name of
Report
Contents Frequency Transmitted to
Field
Quality
Audit
Report
Field/ laboratory test report,
observations, analysis and
recommendations for further
action etc.
Immediately upon
completion of field
visit/ lab test
Head, SPMU/Director
Assam Forest
School/Superintendent
Assam Forest Guards’
School as the case may
be.
Periodic
Reports (as
outlined in
stages)
Abstract of Field Test
Reports, General Contract
Summary, Issues for follow
up and compliance, special
recommendations on any
modification required
Within one week
of the completion
of the stage
Head, SPMU/Director
Assam Forest
School/Superintendent
Assam Forest Guards’
School as the case may
be.
End of
Project
Report
Contract summary, brief
description of services,
special events, lessons
learnt, recommendations for
future such projects etc.
One month before
contract
completion
Chairman, SPMU with
a copy to Project
Director of CPMU at
MoEF, New Delhi.
= = = = = = = =