Cico Qap

Download as pdf or txt
Download as pdf or txt
You are on page 1of 126

SOCIETE AUTOROUTIERE DU GABON REPUBLIC OF GABON

Rehabilitation Upgradation of 2-lane National


Highway Road from PK 24+000 to PK 105+000 on
RN1 in the Republic of Gabon

QUALITY ASSURANCE PLAN

AFCONS-DDC-PAQ-REV-002 Dated Aug 9th, 2021

Contractor Contractor’s Independent Control Officer


Table of Contents
1 Introduction
1.1 Background.
1.2 Objectives of the Quality Assurance Plan.
1.3 Importance of Quality Assurance plan.
1.4 Project Quality Policy.
1.5 Some Terminology.
1.5.1 Quality.
1.5.2 Quality Control.
1.5.3 Quality Assurance.
1.5.4 Acceptance.
1.5.5 Confirmatory Test.
1.5.6 Process Control Test.
1.6 Effective Quality Control.
1.6.1 Pre-Requisites of Effective Quality Control.
1.6.2 Quality of Work.
1.7 Need for Quality Control/Assurance.

2 Quality Management
2.1 The Management Frame Works.
2.2 Quality Cycle.
2.3 Contractors Responsibilities.

3 Contractors Construction Activities


3.1 Quality Control Aids and Instruction
3.1.1 Setting out.
3.1.2 Pre-construction Checks.
3.1.4 Construction Stage Checks.
3.1.4 Post Construction Stage Checks.

4 CONTRACTOR’s INDEPENDENT CONTROL OFFICER’S (CICO) Responsibilities


4.1 Team Leader.
4.2 Design Proof Checking Engineer.
4.3 Highway Engineer – Supervision.
4.4 Bridge / Hydraulic Engineer – Supervision.
4.5 Quality/Material Engineer.

5 Method Statements
5.1 Method Statement- Topographical Survey & Clearing and Grubbing
5.1.1 Scope. (C&G).
5.1.2 Reference Documents.
5.1.3 Inspection and Test Plan.
5.1.4 Bench Marks.
5.1.5 Equipment Details.
5.1.6 Safety and Protection of Environment.
5.1.7 Personal Employed for Supervision.
5.1.8 Tolerances.
5.1.9 Scope (C & G)
5.1.10 Reference Documents.
5.1.11 Construction Methodology.
5.2 Method of Statement sub formation(Embankment) and Capping Layer
5.2.1 Scope.
5.2.2 Reference Document.
5.2.3 Materials.
5.2.4 Preparation of Bed.
5.3 Unbound Material Earth work
5.3.1 Scope
5.3.2 Reference Document.
5.3.3 Materials.
5.3.4 Frequency of Test and Sampling.
5.4 Sub Base –Unbound Material
5.4.1 Scope.
5.4.2 Reference Documents.
5.4.3 Materials.
5.4.4 Frequency of Testing and Sampling.
5.5 Prime Coat/ Tack Coat
5.5.1 Scope.
5.5.2 Frequency of Testing and Sampling.
5.6 Sub Base-Base Course Asphalt Concrete
5.6.1 Scope.
5.6.2 Reference Documents.
5.6.3 Materials.
5.6.4 Frequency of Testing and Sampling.
5.7 Wearing course
5.7.1 Scope.
5.7.2 Reference Documents.
5.7.3 Materials
5.7.4 Frequency of Testing and Sampling.
5.8 Method of Statement of all Structures
5.8.1 Scope.
5.9 Ancillary Works
5.9.1 Scope of Work.

6 Acceptance Criteria
6.1 Request for Review.
6.1.1 Material and Construction Works.
6.1.2 Testing.
6.1.3 Surveyor.
6.1.4 Inspection.
6.1.5 Measurement.
6.2 Non-Conforming Reports (NCR).
7 Tests on completion.
7.1 Tests on Completion: Appendix -D

8 Checklists
8.1 Performance for Site Instruction, NCR, QC Tests and Checklist.
8.1.1 Quality Control Checklist.
8.1.2 Site Instruction.
8.1.3 Non-Compliance.
8.1.4 Survey Strip Layer chart.
8.1.5 Documentation.

8.2 Appendix

 Appendix 01: Inspection Test Plan.


 Appendix e 02: Check List
 Appendix 03: Site Instruction
 Appendix 04: Non-Conformance Report.
 Appendix 05: Quality Test Formats.
 Appendix A: Certification of Milestones
 Appendix B: As Built Drawings
 Appendix C: Basis of Engineering & Execution studies (VISA Mission)
 Appendix D: Tests on Completion.

9. Conclusion
ABBREVATIONS

AASHTO : American Association of State Highway and Transportation Official.


ASTM : American Standard of Testing Material.
BS : British Standard.
EN : European Standards.
ERPS : Employer’s Requirements Part III-2 Performance Specifications.
CEG : Consulting Engineers Group Ltd.
MDD : Maximum Dry Density.
OMC : Optimum Moisture Content.
Pd OPN : Optimum Moisture Content Normal Proctor.
Pd OPM : Optimum Moisture Content Modified Proctor.
QAP : Quality Assurance Plan.
QMP : Quality Management Plan.
QC : Quality Control.
CICO : Contractor's Independent Control Officer.
QAM : Quality Assurance Manual.
1. INTRODUCTION
1.1 Background.
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise
National Road from Libreville to Francevelli located in the Republic of Gabon.

The Société Autoroutière du Gabon (SAG) awarded Contract of the Project Road to Afcons
Infrastructure Limited for Design, Improvement Works and Management and Maintenance Services
(EPC) from PK 24+000 to PK 105+000.

As per the Contract Agreement the Contractor is required to appoint an Independent entity as
Contractor’s Independent Control Officer (CICO) whose roles and responsibilities are, among others:
 Review and approval of Engineering studies and Execution studies (including VISA Mission).
 Analysing and approving Contractor’s Programme of Works, taking into account the
modifications that occur during its implementation.
 Reviewing and approving Contractor’s Plant, Equipment and Manpower, its adequacy for the
execution of Works.
 Certifying the completion of Milestones.
 Translating in terms of specifications the requirements up to a level of detail sufficient to
ensure the control of the execution of the works.
 Reviewing and approving the contents of as Built Documents and validating the compliance
of the elements collected by EPC.
 Carrying out, on a regular basis, as may be further described, in particular, in the
Employers Requirements, and in accordance with the progress of the works, external
Controls of the construction in accordance with the quality assurance plan submitted by
EPC contractor.
 Confirming satisfactory progress on the critical path items and/or hard points in support of
the ad hoc justifications and to report on a monthly basis to the Contractor for
Communication to the Employer and its advisers.
 Attending the tests during execution and on completion.

 Selection of Independent Control Officer


M/S Consulting Engineering Group is engaged as CICO by Contracting Agency M/S AFCONs
Internationals for performing the above objective. The Selected M/s Consulting Engineering Group
Limited (CEG), having experience in the area of design and supervision of the large-scale
Infrastructure Projects.

 Approach Methodology
M/s CEG’s approach and methodology has been based on experience in executing similar projects
around the globe and project requirement. M/s CEG has assisted various clients in the
implementation and providing Engineering and Management solutions to engineering planning,
designing, contract administration, design review, quality control & quality audit, cost control and
value engineering, variation orders, environmental management plan & HSE audit etc. and thus
brings on board a rich experience in engineering excellence. M/s CEG has a pool of international
experts to cater to the services in different geographies of the globe.

1.2 Objectives of the Quality Assurance Plan.


The main aim of the Quality Assurance Plan is to ensure that the Contractor provide a data of known
and acceptable quality and in sufficient quantity to demonstrate compliance with the provision of
the Contract Agreement. In this regards the CICO established a project Team in respect of the
Consultancy Contract Agreement to fulfil the objectives based on applicable Specification of the
contract.

The basic concept of the process is that the Contractor performs adequate sampling, testing and
inspections to ensure a quality output and CICO team performs to ensure that the Contractors
Quality Control test results are accurate and conform within the acceptable limits. However, the
system requires that both the Contractor and the CICO representative have to work together, who
are competent in sampling, testing and inspection of all the specified works.

The contractors are fully responsible to mobilize the competent personnel, to establish comfortable
laboratory and to supply accurate apparatus/equipment’s to perform quality control as per
commitment and undersigned in the Contract.

To achieve these said objectives of assessing and ensuring quality, it is essential to have a Quality
Assurance Plan (QAP) for the job in the initial stage itself and followed by until the completion of the
Contract.

1.3 Importance of Quality Assurance plan.


The Employer’s Requirements Part III-2 Performance Specifications applicable to the project provide
for Quality Control and Quality Assurance of the work executed by making use of a Quality
Management System. The basic concept of this process is that the contractor performs adequate
testing and inspections to ensure a quality product and the Construction and CICO performs
adequate testing and inspection to ensure that the Contractor’s Quality Control as per Quality
Assurance manual (QAM) submitted by our Quality Assurance Expert along with the Team Leader.

During the operation of Contract if any deficiency and improvements, amendments is felt necessary,
this Document will be amended as per provision of Contract.

The system requires that both the Contractor and the CICO's Representative have Material Engineers
who are competent in testing and inspection of all road works. The general idea is that the
Contractor has to perform the necessary tests and inspection to ensure that all his works in road
construction meet the specification instead of "after the fact" testing to see if all works meet the
specifications. This approach enables the Contractor much more control over his operations. The
Contractor is responsible for the product from the beginning to the end, from the design changes to
the construction of works till the final acceptance of all the works. The Construction CICO monitors
the Contractors process of testing to make sure that what he is doing is adequate and accurate.
Ensuring quality and durability of the product and uniform performance of Construction Contractor
is the most important aspect of the Construction Supervision assignment of the CICO's
Representative engaged by the Contractor.

The Contractor's part of this QMS process is referred as Quality Control (QC), while the Construction
Supervision CICO's part of the process is referred as Quality Assurance (QA). The Contractor is
responsible to mobilize competent personnel and laboratory equipment's to perform his quality
control as per his Construction Quality Assurance Management Plan, and the CICO is responsible to
provide competent personnel to perform and implement the Quality Assurance Plan. To achieve this
said objective of assessing and ensuring quality, it is essential to have a Quality Assurance Plan (QAP)
for the job in the initial stage itself.

1.4 Project Quality Policy


The aim of Quality Assurance Plan (QAP) is to ensure that the Contractor provide a product, which
complies with the provisions of the Contract Agreement. In response of this aim, the CICO
representative is in the process establishing a Project Team, in accordance with the Consultancy
Contract Agreement to fulfil its obligation.

In respect of the project Quality Policy, the CICO Team carryout role on the project to produce
products as per Agreement and Specification. This can be achieved by dedicated, committed and
qualified team members and by following QAP systems established for the Project as documented in
this QA Manual.

This QAP Manual established for the Project Team conforms to the requirement of Quality policy
disseminated by the company at corporate level, which is restated here under.

Consulting Engineers Group Ltd is committed to persistently meet the expectations and requirement
of its Employer by providing innovative, optimal, efficient, and effective and time bound better
engineering practices. This shall be achieved through proficient human resources and developing
harmonious environment at site.

1.5 Some Terminology


1.5.1 Quality
Quality is defined by ISO 9000:2014 as the degree to which a set of inherent characteristics of
an object fulfils requirements, where an object is anything perceivable or conceivable.

1.5.2 Quality Control


It is the process of inspecting products to ensure that they meet the quality standards, in other
words it is adopted control procedure exercised by Construction agency that ensure qualified
personnel achieve the defined objectives through appropriate tests, check, inspections and takes
defects out. Moreover, the objective evidence of all tests, checks and inspection carried out from
time to time are documented in prescribed formats for records and references.

1.5.3 Quality Assurance


Quality Assurance of a job is defined as a process that to ensure build the quality of work right from
the beginning and inspect regularly during the production periods, adopted control procedure that
has been properly design and acceptance.
1.5.4 Acceptance
Acceptance is the operations, inspections, sampling and testing that are conducted to determine
whether the product or service will be qualified for use and payment Acceptance is determined
using a statistically based acceptance plan in construction with assurance that the Contractor has
fulfilled the quality control obligations. Acceptance is the responsibility of the CICO representative/
Team Leader.

1.5.5 Confirmatory Test


It is a prior sampling and testing independently that come to know defined quality can be achieved
or not for further process and use of material based on given parameters.

1.5.6 Process Control Test


It is a frequency of sampling and testing of materials that ensure acceptable quality of work is
producing during the construction periods and it helps to avoid the default and unacceptable quality
of works.

1.6 Effective Quality Control


The aim of Quality Control during production is to ensure that the product is constructed/ built in
accordance with the specifications prescribed. However, the quality control alone in itself does not
guarantee durability and uniform performance during its service life in case of design deficiency
unless and until it gets identified and rectified during construction. In case, it goes unnoticed, the
product does not perform as envisaged to perform for the project. The main responsibilities of
Construction & Quality Work lie on the Contractor in terms of the Contract Documents.

Process controlled specifications in combination with end product requirement are best suited to
Gabon conditions. In addition, control exercised by the Employer's Representative at each stage of
road construction or its elements for dimensional correctness and/or accuracy, meeting the laid
down acceptance criteria is ideal for a production of a quality work in practice.

CICO's Representative (Contractor Independent Control Officer) is not to accept a substandard input
or a substandard work at any stage. A substandard input or a work must be rejected and should not
be accepted. Acceptance of a substandard input or work at a reduced rate is no solution. A
substandard work must be either redone or rectified by the Contractor to the full satisfaction of the
Employer's Representative to conform to prescribed drawings and specifications. Availability of a
Quality Assurance Plan in the initial stages of work and its implementation at all relevant stages
including maintenance alone ensure a durable and functional product over its design life as
envisaged in the design document.

1.6.1 Pre – Requisites of effective Quality control


The pre-requisites for effective quality control on highway construction are:
(i) Setting up of field laboratory
(ii) Equipping the laboratory with adequate equipment and personnel
(iii) Specifications and estimates must be provided for quality control
(iv) Documentation and Periodic appraisal of data for improvement
As per the provision in the Contract, the Contractor is to construct a laboratory building and set-up
the laboratory for the sole use of the Project Team. The contractor has to conduct necessary
inspections and testing jointly with CICO.
The Contractor is to submit his design and drawings for the approval of CICO prior proceed with the
construction activities.
(i) Specifications
Specifications applicable to project works are in accordance with "Employers Requirements Part III-2
Performance Specifications. The EPC Contractor responsible for establishing fully equipped
laboratory in accordance with the EPC contract.

(ii) Documentation and Periodic Appraisal of Data for Improvement


It is absolutely necessary to keep a proper record of laboratory testing for each and every item
passed for payment. Proper filing system is to be maintained. It is also necessary that periodical
appraisal of data is done to identify corrective measures with a view to ensure improvement in
Quality Control and Assurance.

1.6.2 Quality of work


The basic concept for production of quality of work is illustrated in the model below

Quality Inputs Process Control Periodic Check Quality


as per Outcome
specification

The main inputs are Men, Materials, Machines, Money and Time. The contract document specifies
Qualification and experiences of key personnel for the job. The documents specify the materials,
their qualities and acceptable dimension limits for their use. Process control as per specification are
incorporated in the contract documents. Further they specify the functional requirements of the
machinery and or equipment to be used in the Production process. The other inputs i.e. money and
time, are normally established by the Contractor.

The inspections during production process are carried out as laid down in the Contract documents
and the codes mentioned therein jointly by the EPC Contractor and the CICO. The application of
these activities would nearly assure a quality product at the end.

1.7 Need for Quality Control/Assurance


Quality Control is an essential part of the of any production process, Construction of any works.
Particularly for the Highway Construction Quality Control/ Assurance Plan shall be applied for
durability and betterment of works. All materials to be used, all methods adopted and all works
performed are strictly to be in accordance with the requirements of the Standard Specification.
Quality control besides leading to construction of improved quality and conformity and ensuring
better utilization of materials, also affords a significant reduction in user assets in terms of lower
costs of vehicle operation, transportation and maintenance.

2. Quality Management
2.1 The Management Frame Works
The CICO’s Representative’s will ensure that high quality of construction is achieved and that all
works are undertaken as per approved Engineering Designs and Specification as specified in the
Contract Document.
This will be achieved by ensuring effective real time supervision and monitoring by the CICO Team.
The Team will carry out all routine construction supervision duties. The Quality Management
Framework is given in the following Figure.
Obviously, it is noted that effective coordination between team members will be ensured through
periodic review meetings, so that common problems and remedies are known to each member of
the team. The CICO team structure is shown in the following figure.

2.2 Quality Cycle

Quality Management job is a cyclic process. The following diagram for a roadwork illustrates a
quality cycle. The quality cycle starts with quality control measures prior to actual construction
activities. It runs during construction stage and quality audit of the results achieved and
identification of defects and establishment of their causes. It ends with suggestion of remedial
measures, their execution and ensures their implementation against recurrence of the defect.
Pre- Commencement Activities of Contractor
Construction Activities by Contractor
Mobilization and management: Men, Machines,
Money, Materials: Applicable
Setup quality control systemPre- remedial and corrective measures
Commencement Activities of Contractor Implementation by self-control
Mobilization and management: Men, Machines,
Money, Materials:
Setup quality control system Analysis of Problem by the ICO
Study and plan the works Finding the defects
Obtain various approval Suggest remedial measures
Design and drawing approval
Start the works
Study and plan the works Quality Assurance by Monitoring
Obtain various approval and System Development,
Design and drawing approval Carrying out periodical checks
Start the works

2.3 Contractor’s Responsibilities


The Road Project is designed as a Rehabilitation & Upgradation of 2 lane National Highway Road
from PK 24+000 to PK 105+000 on RN1 therefore the EPC Contractor is solely responsible to ensure
that all actions are taken to design, build and maintain in Quality Assurance in the planning and
execution of works in all stages. The Contractor is to furnish in advance his work program as per
General Condition of Contract (GCC) indicating items of work, methods and details of resources
mobilization (Man, Machine, Materials). Following are some points that the Contractor putting in
front responsible.

The contractor is responsible for developing, presenting, implementing and supplementing a quality
control procedure to ensure that all aspects of his work meet the standards set forth in the
specifications and is of acceptable quality. The Contractor is totally responsible for quality
throughout, and he is to take all necessary measures to ensure quality by adopting correct
construction practices to produce the end products of acceptance quality.

It is mandatory for the contractor to provide all facilities as stipulated in the Contract document such
as fully furnished Office, Power, Staff Quarters, Vehicles, and all Equipment’s and its running and
maintenances etc. QA/QC procedures to be adopted and he should be satisfying the CICO about
adequacy and safety of his program as per Contract.

The details of construction methodology including the details of construction machineries proposed
and to be used by the Contractor. The sequence and series of the various activities and schedule got
to be approved by the CICO before commencement of work. The Contractor has to provide a trial
run of each major items as per the contract document in order to maintain the given specifications
and tolerances.
The Contractor has to establish the field laboratory to conduct all quality control/quality assurance
tests. He will ensure that the laboratory is managed by the adequately by qualified and trained
staffs. The Contractor has also responsible for calibration of laboratory equipment at periodical
interval during the tenure of the project.

The Contractor is to collect the samples of construction materials jointly with the CICO or Employer
for testing and receive approval from the CICO office prior to use in the field.

The Contractor is to take precautionary safety measures for environment and social issues. He shall
be keeping all the equipment in good working condition and get them periodically checked to
control the hazards and pollution, further Contractor shall address and settle the social issues as per
social and rehabilitation plan.

The Contractor shall prepare the traffic management plan to maintain the smooth traffic flow during
the construction stage. He must make all necessary arrangement for the safe traffic diversion and
shall install traffic signals in appropriate location.

The Contractor shall satisfy that the site data furnished by the CICO is in order, and in case of any
discrepancy, he should get it correct through the CICO.

The Contractor shall establish the survey control points in the construction field as required with
close accuracy. He must establish bench marks near by the major structures like as Bridge structure,
buildings, any permanent structure shall re-establish any disturbed Bench mark/ reference point and
apply periodical checks on it.

The Contractor shall stack out the centre line pegs as well as offset pegs in every 20 m interval in the
straight portion and every beginning midpoint and end of the curve in every stages of construction
with accuracy.

The Contractor shall write and rewrite the chainages in close interval, specially shall write the
chainages in permanent structures. The font of the letters shall be legible.

The Contractor shall firmly install traffic sign post, guard post and any informatorily post in every
hazardous and critical section of the road.

3. Contractor’s Construction Activities


The Contractor is required to carry out the following major construction works. However, safety
measure is always considering at first.
 Survey Works: Establishing all ground control points, permanent bench marks and well
as temporary bench marks as required then stake centre pegs and offset pegs.
 Cleaning, grubbing top debris up to 10 cm depth and dismantle any structures within the
road corridor.
 Earth Works- Embankment filling /Cutting, and Capping layers.
 Sub-base Unbound materials
 Prime coat, Tack coat
 Base course Asphalt concrete
 Wearing course
 Construction of Structures (Side drains, Pipe culvers, RCC box culvert, Bridges)
 Protective works line, side slope in cutting, backfill, selected back fill.
 Road furniture’s (Road marking, Sign post, Kerb stone, guard post, crash barriers)
 Any other work for smooth working such as coordinating with respective service
provider/ authorities, cutting trees, shifting of public utilities and removal of
encroachments.
 Environment and Social mitigation measure.

In General construction field there are three stages

Pre-construction Stage: Details preparations are necessary before undertaking any construction
activity. Their nature will vary from work to work, location to location, and project to project.
However, it can be broadly classified in to the following categories.

Mobilization of Resources: Mobilize of Construction equipment, its serviceability, recruiting


potential manpower, identification camp site and erection of camp, stores, compound and utilities.

Procurement of Materials, Storing and testing: This shall be done well in time to ensure that
quarries are identified and approved. Factory made procurement shall be done and get approval
from the Employer.

3.1 Quality Control Aids and Instruction


Quality Control laboratory equipment are checked for their serviceability. The aids like Concrete
Testing Apparatus like Slump cones cube moulds, soil testing apparatus (CBR, Atterberg Limits,
Proctor & Granulometry) Los Angeles, Micro Deval, AIV, ACV and bitumen test kits), three Edge
camber board with all accessories & Benkelman Beam with all accessories EV2 Testing Apparatus are
available in required numbers and in good working conditions before the work is taken up.

3.1.1 Setting out


This setting out of road centreline excavation plan for structures are to be carried out in advance and
as per the guidelines given in the Standard Specification and approved drawing. The setting out will
include establishment of Bench Mark, Ground Control points, centre line, reference line by using the
highly precise survey equipment.

3.1.2 Pre-construction Checks


Pre-construction checks like checking of construction equipment mixer machine, Vibrator, form
works, reinforcement, line level, layout pegs etc, pre-construction activities are absolutely vital for
achieving quality, dimensional control and should not be neglected.

3.1.3 Construction Stage Checks


In general, these activities are varying in accordance of the types of works, therefore suitable
formats have been prepared, the format may be inspection requisition forms, check list, instruction
sheet, quantity measuring sheet laboratory materials test format.
3.1.4 Post Construction Stage Checks
These activities are carried out on completion of the construction activity. Some examples are curing
of concrete, barricading to prevent entry over the freshly laid concrete surface/crushed stone base,
bituminous surfaces to prevent traffic damaging the freshly laid surfaces.

Design Phase / Period


During the Design Period, the Contractor’s Independent Control Officer will undertake a
review of the Drawings furnished by EPC Contractor along with supporting data,
characteristics of materials from borrow areas and quarry sites, topographical surveys and
traffic surveys. The Contractor’s Independent Control Officer will communicate review /
comments / observations to the EPC. In particular, such comments shall specify the
conformity or otherwise of such Drawings with the Scope of the Project and Specifications &
Standards.

 The Contractor’s Independent Control Officer will review the Safety Management plans and
Furnish its comments thereon to Afcons representative.

 The Contractor’s Independent Control Officer will review the construction methodology and
the procurement, engineering and construction time schedule sent to it by the EPC and
furnish its comments.

 Quality Assurance Manual and Plan forms the basis of quality of the work. It is therefore
essential that the Quality Assurance Manual and Plan prepared by the EPC will be checked
and approved. Thus, the Contractor’s Independent Control Officer will check contents of
Quality Assurance Plan and Manual of EPC as per requirements of Quality Management
System (as per ISO 9001), standards &specifications. The Contractor’s Independent Control
Officer will also offer their comments for modifying/ improving the document. After
receiving the modified document, the Contractor’s Independent Control Officer will approve
the QAM and Quality Plan, send one copy to the SAG.

Construction Period
 The Contractor’s Independent Control Officer (CICO) will review the monthly progress report
furnished by the EPC and send its comments thereon to the EPC and Employer SAG).

 On a daily basis, the concerned key personnel of Contractor’s Independent Control Officer
will inspect the Construction Works based on the Request for Inspection Note raised by the
EPC, ensure compliances to the following activities.
 Review of construction including progress, quality and safety of construction.
 Witnessing quality inspection tests at labs established by EPC. Review of quality of
work shall be done in reference to Quality Assurance Plan (QAP)/Manual and ISO
9001:2008, Standards & specifications as set forth.
 In the event that the Contractor fails to achieve planned / scheduled progress, the
Contractor’s Independent Control Officer will undertake a review of the progress of
construction and identify potential delays, if any. Upon receipt of a report from the
Contractor, the Contractor’s Independent Control Officer will review the same and
send its comments to the Employer (SAG).
 The Contractor’s Independent Control Officer shall insist the contractor to carry out
all the Tests and recommend for issuing a Completion Certificate or Provisional
Certificate, as the case may be.

4. Roles & Responsibilities of Key Personnel:

4.1 Contractor’s Independent Control Officer


 Reviewing the entire project preparation and implementation activities of the
AFCONS (EPC).
 Will continuously interact with the AFCONS and SAG for effective implementation of
the Contract.
 Will undertake Project site visits and guide, supervise and coordinate and monitor the
works.
 Ensure execution of works at Site as per Standards and Specifications.
 Review the Environmental Management Plan.
 Review the Quality Assurance and monitoring provisions during the design and
construction phases.
 Review matters relating to Traffic Management Plan, Temporary diversions and
public safety measures proposed by EPC Contractor.
 Regular monitoring of Progress of works and identify potential delays, if any, and
issue of instructions to take remedial measures to expedite the progress.
 Review of Monthly Progress report submitted by the EPC Contractor and gives his
comments / observations to Employer (SAG).
 Verify and Certify EPC contractors Interim Payment certificates.
 Supervise the compliance and verification of As-Built Drawings.
 Recommend for issuing of Provisional / Completion certificate.
 Ensure all communications, instructions, drawings etc. are kept in safe custody and
hand over to Employer (SAG).

4.2 Design Proof Check Engineer


Contractor’s Independent Control Officer shall approve the design and drawings and issue
“Good for Construction” Drawings only after getting clearance from the Proof Check
Engineer.
 Review of Topographic Survey.
 Review of Geotechnical and subsoil investigations.
 Review of Hydrological and Hydraulic studies.
 Review of traffic Survey and analysis.
 Review of pavement condition survey, soil and material survey.
 Review of Geometric Design of the Project Highway Alignment including horizontal &
vertical profile.
 Review of Pavement Design.
 Review of Structures design.
Design Proof Checking Engineer will be assisted by a team of Engineers, as and when required, who
shallbe working in back hand office support.

4.3 Highway Engineers – Supervision


The Highway Engineer shall be responsible for supervising the works of Highway to be constructed
by AFCONS. His prime responsibility being as given below is given under.
 Review of Technical Specifications, Implementation schedules of the Project, Project
Documents & Contract.
 Check and verify the Survey control Points, bench marks, reference points, setting out,
proposed centre line of the alignment, toe points etc.
 Review and advice on safety and traffic management during Construction.
 Will inspect the site as per ‘Request for Inspection” (RFI) raised by the EPC for each layer.
 Will check the Surface lines and levels of the layers constructed by EPC are as per approved
cross sections.
 Upon his Approval, work will be processed further to next activity.

4.4 Bridge / Hydraulic Engineer – Supervision


Bridge / Hydraulics Engineer will be responsible for ensuring the construction as per the approved
design and drawings and in compliance to the standards and specifications as defined under the
contract document. His prime responsibilities are given below.
 Review of Technical Specifications, Implementation schedules of the Project, Project
Documents & Contract.
 Organize survey team and verify the Survey Control Points, bench marks, reference
points, setting out, proposed centre line of the alignment, toe points etc.
 Review and advice on safety and traffic management during Construction.
 Will inspect the site as per ‘Request for Inspection” (RFI) raised by the Contractor for
each activity.
 Will review and approve the Formwork / shuttering arrangements made by the EPC.
 Will review and approve the Bar Bending schedule prepared by the EPC.
 Will inspect the site to verify reinforcement as per approved Bar bending schedule.
 Will check quality of concrete and ensure that concrete mix is as per specifications and
confirming to required standards and specifications.

4.5 Quality/Material Engineer


Material Engineer shall be responsible for the following task has been given below.
 Review of Geotechnical and sub soil investigations.
 Review of Material Sources and material test reports.
 Review of Mix Designs
 Review of Inspection Test Plans as proposed by the Contractors QMP (Quality management
Plan).
 For supervising all the tests to be done in different stages of the construction, ensuring the
specified tests to be done as per the Codal stipulations and as per specifications laid down
in the contract agreement for all different stages of the construction.
 Inspection of Layers as per RFI and witness tests for compliance to Optimum Moisture
Content and density / compaction results in line with the specifications.
 Upon his satisfactory evaluation of having achieved the desire results as per specifications
approval for next layer shall be granted.
 Inspection & testing of concrete Slump, workability, cube strength etc. and approval up on
achieving satisfactory results.

5.0 Method Statements


Method statements for each section of the works have been prepared based on the resources
required, technical specifications and best engineering practice. The method statement describes
the steps to be followed and the sequences of activities to complete the works and document as per
the contract. It includes the scope of work, reference documents, pre-requisites like approval of
borrow area, quarry, source of manufactured materials, working drawings, setting out, process
control, plant, men and machinery deployed, acceptance criteria, test frequencies and tolerance
limits for end products. The method statements for the following main items of the works are
detailed in these Chapters and the format/check lists are attached as Annexures to this report.
 Clearing and Grubbing
 Sub formation(Embankment) and Capping Layer
 Sub Base –Unbound Material (GNT2 Granularity 0/31.5)
 Prime coat / Tack coat
 Base Course-Asphalt Concrete (0/20 Class 2 High modulus asphalt concrete)
 Wearing course (0/14 Class 3 High modulus asphalt concrete)
 Method of Statement for All structures
 Method of Statement for Ancillary works.

5.1 Method statement for Topographical Survey & Clearing Curbing

a) Topographical Survey:
5.1.1 Scope.
The scope of work covers all the operations required to be executed as per Employers Requirements
Part III-2 Performance Specifications clause 4.0.

5.1.2 Reference Document


Employers Requirements Part III-2 Performance Specifications clause 4.0.
 Setting out of Works & Protection of Survey Monuments.
 Clearing and grubbing Drawings.
 Bench Mark List Summary.
 Horizontal and Vertical Curves List Summary. Plan Profiles.
 Approved Cross Sections.

5.1.3 Request for Inspection.


These Documents has to be submitted by the Contractor one day (24hrs) advance with detailed
inspection summary for the following activity.
 Obtain & Check construction drawings.
 The centreline of the proposed road shall be marked accurately using total station and got
checked by the CICO’s Representative. The field data in digital form prepared and
submitted to the CICO.
 The benchmarks shall be established after connecting with the GTS benchmarks in the
region at least@ 4 nos. per Km both sides of the road.
 Trees and other utilities are enumerated and concerned authorities are approached and the
same shall be cleared as required.
 Area where striping of soil is required shall be marked and area for stock piling of the top
soil to be identified.

5.1.4 Bench Marks


Concrete temporary bench marks to be fixed and toe line to be marked.

5.1.5 Equipment Details


1. Survey equipment: Total Station, Auto Level, Staffs etc.
2. Stripping and loading: Dozer, Excavator, Mortar Grader, and Trucks.

5.1.6 Safety and Protection of Environment


All effective and requisite measures shall be implemented to ensure full safety to all the
concerned work force, machinery, traffic and general public.
Effective and sufficient care shall be taken to minimize damage to the environment and
cleanliness in all works is given the utmost importance. As far as possible, trees and vegetation
shall be retained unless it is essentially required to be removed. By way of penalty for damage
inflicted on designated trees the Contractor shall plant ten new trees for each designated tree
damaged. The new trees shall be of species approved by Employer's Environmental and Safety
Branch.

5.1.7 Personal Employed for supervision


In the leadership of Team Leader, highway of works, Surveyor and the Contractor technician will be
deploying for the site supervision. The following main activates have to be performed by the
supervision team.
 The vegetation is completely cleared and trees stumps are extricated along with roots.
 The pits formed due to stumps removal is made good with filling and compaction as per
specifications.
 The useful materials shall be stockpiled and all other objectionable materials are disposed
as per directions of Team Leader in the designated waste area.
 Topsoil shall be stripped and useful material is stockpiled, if so directed by the CICO.
 Levels shall be taken before and after stripping/clearing & grubbing/bed compaction.
 The measurements are recorded and submitted for verification/documentation.
5.1.8 Tolerance
For topographic survey and fixing the TBMs, following tolerance limit will be followed as per
applicable specifications for survey work.

Every benchmark is to be checked levelled by a forward run and a subsequent backward run forming
a closed "loop."

The following standard of accuracy will be maintained.


C =±K
Where C = maximum permissible error of closure in centimetres, K = distance between bench marks
in kilometres.

b) Clearing & Grubbing:

5.1.9 Scope
The purpose of this procedure is to ensure that contractor undertakes all cleaning and grubbing
activities for construction of highways in accordance with the Civil Project specifications and
applicable codes & standards.
5.1.10 Reference Documents
1. Employer’s Requirements Part III-2 Performance Specifications
2. NF P 11-300.
3. NF P 94-068.
4. NF P 94-078.
5. NF P 97-117-1.
6. NF P 97-117-2.
7. SETRA Technical Guide LCPC July-2000.

5.1.11 Construction Methodology

 The site shall be cleared by Excavators / JCB as per site requirement & conditions. The pits
formed due to uprooting of trees shall be back filled with suitable material & compacted
with power / Vibratory roller to the required compaction or shall be filled by granular
material.
 To determine whether site is free from obstruction and in case of nonconformity,
photographs shall be taken of structures, landscaping, trees and shrubs, fences, telephone
and electrical poles and other obstructions.
 The locations of these items shall be identified according to the survey data offsets from the
centre line of the proposed alignments in road construction.
 Prior to demolition of existing buildings we shall liaise with the respective authorities to
terminate/divert the utilities as required by the concerned authorities as per clause 110.7.
 Cutting of trees shall be carried out in consultation with the Engineers and prior approval of
the concerned authority.
 Solid waste dumps sites shall be predetermined within or outside the site for the dumping of
the site clearing materials as advised by the Engineer.
 The site clearance team shall then proceed to clear the trees, vegetation, bushes and minor
structures by hydraulic excavators or JCB and or manually.
 All unwanted materials shall be piled up and disposed off in a tidy manner at the designated
dumping areas.
 Material designated in the Contract or directed by the Engineer to be salvaged, shall be
removed and stored within the Right of Way and shall be the property of the Authority.
 Excavation/Back filling resulting from uprooting of trees and stumps shall be done with
suitable soil to the required compaction.
 Survey of existing ground level shall be carried out by the Contractor.
 All unsuitable material arising from clearing and grubbing operation shall be disposed.
5.2 Method Statement sub formation (Embankment) and capping layers
5.2.1 Scope
This item covers all the operations required to form earth work, embankment and sub-grade (also
called as capping layer) to the required lines and levels as per the requirements of widening of
existing road as well as construction of new road.

5.2.2 Reference Documents


8. Employer’s Requirements Part III-2 Performance Specifications
9. NF P 11-300.
10. NF P 94-068.
11. NF P 94-078.
12. NF P 97-117-1.
13. NF P 97-117-2.
14. SETRA Technical Guide LCPC July-2000.

5.2.3 Materials

The material shall be conforming to Employer’s Requirements Part III-2 Performance Specifications
clause 5.1. It shall be free from logs, stumps, roots, & any other ingredient likely to deteriorate or
affect the stability of the embankment /Capping layers.
The maximum size of coarse material shall not exceed 300 mm and 80mm for rock fill and 2/3rd of
the layer thickness for other fill material after compaction.
The maximum compacted thickness of the layer shall not be exceeding 300 mm.
The following tests on material shall be done for acceptability criteria: -
 The materials obtained from roadway excavation will be tested for its suitability for use as
fill material. Only when it is not suitable, fill material shall be obtained from approved
borrow pits.
 Approved material from roadway excavation/borrow pits are excavated by
excavators and transported in dump trucks to the embankment site.
Acceptance Criteria for Embankment Fill Materials

5.2.3.1 Backfill Material


Backfill from excavated material (work site) or from borrow pit shall reach the following
specifications.
Tolerance: T
Characteristics Specifications Test Rate
Recommendation : R
Materials
< 300 mm
Dmax
% of Fine < 35 % 1/1500 m3

Plasticity index(PI) < 35 % 1/1500 m 3

Swelling <1% 1/1500 m3

CBR 90% 4 days immersion >5% 1/1500 m3


Implementation Defined according
Max layer thickness after to the SETRA
compaction in Technical guide
95 % pd OPN 50%
Compaction q4 1/Profile
92% pd OPM 100%

5.2.3.2 Sub – Formation (Embankment)


Tolerance: T
Characteristics Specifications Test Rate
Recommendation : R
Materials
< 300 mm
Dmax
Plasticity index(PI) < 30 % 1/1500 m3

Swelling <1% 1/1500 m3

CBR 90% 4days immersion >8% 1/1500 m 3

Implementation 95 % pd OPN 50%


1/Profile
Compaction q4 92% pd OPM 100%
Performance: Test Bearing Capacity 20
(NF P94-17) EV2 ≥ 40 MPa 95% Measurem
ents
20
Additional acceptance Criteria: 95%
<300/100mm Measurem
Deflection D90
ents
Passage of 13 Tonne loaded truck No visual deflections
On Each
to the axle
lane

5.2.4 Preparation of Bed


The existing ground is cleared and grubbed as per Employer’s Requirements Part III-2 Performance
Specifications clause 4.2 Unsuitable materials to be taken out and replaced with good material.

i. Stripping and storing topsoil: The top soil shall be stripped to a depth of 150 mm and
stored in stockpiles of height not exceeding 3m, if so directed by the ICO. The original
ground supporting the embankment shall be levelled to facilitate placement of first layer of
embankment, scarified, mixed with water and then compacted by rolling as per SETRA
Technical Guide LCPC July-2009.
ii. Shaping and Compaction of the Road bed on Suitable Material: In case where the existing
ground beneath embankment has a density below 95% of MDD, the layer shall be scarified
to a minimum depth of 150 mm, watered and re-compacted in accordance with the
requirements of SETRA Technical Guide LCPC July-2009.
iii. Capping Layer: However, these materials will be often required to produce sufficient cover
on weak Capping Layers. It is used in the lower pavement layers as a substitute for thick sub
base to reduce costs. The physical requirement of capping layer as per in the Table given
below Employer’s Requirements Part III-2 Performance Specifications.
Physical Requirement of Capping Layer: -
Capping layer materials of lateritic gravel and any crushed stone, must meet the following
specifications. This material can be used for lateritic gravel sidewalk base.

Tolerance: T
Characteristics Specifications Recommendation Test Rate
:R
Materials
MDE≤45 1/1500 m3
Lateritic gravel or unbound material
Dmax
< 80 mm 1/1000 m3
Plasticity index(PI) < 25 1/1000 m3
% of fine (80µm) <35% 1/1000 m3
Normal Proctor ≥2050kg/m3 1/2000 m3
Swelling <0.5% 1/5000 m3
CBR 90% 4days immersion >30% 1/2000 m 3
Implementation Test Section
Compaction
water content OMC +2,-2 % 1/500 m3
Compaction q3-Inspection test lot 98.5 % pd OPN 50% 20 Measurements
1000m 96% pd OPM 100%
Performance: Test Bearing Capacity
(NF P94-17) Inspection lot 1000m EV2 ≥ 70 MPa 95% 20 Measurements

Deflection D90-Inspection lot <150/100mm 95%


20 Measurements
1000m
Additional acceptance Criteria: 3 Measurements
100 %
Thickness ±2 cm 20ml
Topographic Measurements - 3 Measurements
100 %
Inspection lot 1000m ±2 cm 20ml
2 Measurements
Irregularity Measurements – Longitudinal and
100ml
Straightedge test –(NP-98-218) Transverse < 2cm
Layer total width :
1 Measurements
Width carriageway 0 to +5cm
50m
Process:
 The approved soils from roadway excavation/borrow areas shall be excavated and
transported to the site of embankment.
 The material shall be spread in layers of uniform thickness not exceeding 300 mm
compacted thickness over the entire width of embankment by mechanical means and
finished by motor grader.
 The moisture content shall be checked and if found to be out of limits, the same shall be
made good.
 If the moisture is high, it shall be dried, by aeration and exposure to the sun, till the
moisture content is brought down to the required level. Compaction shall be suspended in
inclement weather.
 If the moisture content is less, water shall be sprinkled by water tanker having sprinkler
attachment and mixed thoroughly in soil by mechanical means till uniform moisture
content is obtained.
 The moisture content of each layer shall be checked. It shall be in between 2%above OMC.
 Compaction shall be done as per SETRA Technical Guide LCPC July-2009. Vibratory or other
rollers shall be used for achieving the required results.
 The surface of the embankment shall be maintained at such a cross slope as will shed water
and prevent pounding.
 Compaction tests shall be conducted to confirm the field dry density by nuclear density
gauge or by sand replacement method and rapid moisture meter shall be used to measure
field moisture content.
 The next layer shall be placed only after achieving the required test result and due
approvals.
 Before commencement of the actual construction of Capping Layer, a trial section shall be
demonstrated so that the adequacy of equipment and processes are established.

Equipment Details:
 Excavation and Loading: Hydraulic Excavators
 Transport: Dump Truck.
 Spreading and grading: Dozers, graders and tractors.
 Watering: Water tankers fitted with sprinklers.
 Compaction: Vibratory rollers.
 Testing equipment's: As per required standards.

Social and Environment Safety Measures:


 All effective and requisite safety measures shall be implemented to ensure full safety to all
the concerned work force, machinery, traffic and general public.
 Effective and sufficient care shall be taken to minimize damage to the environment and
cleanliness in all works is given the utmost importance.
 PPE compulsion for the navies.
 Traffic diversion, sings, delineation, barricades are placing as per required.

Personnel Deployed for Supervision:


Under the guidance of Team Leader, Highway Engineer, Material Engineer shall be deployed from
CICO side for the supervision, identification of defects and issuing the necessary site instruction,
similarly the Contractor technical staff shall be deployed to proceed the works, supervision and
defects rectification.

Activities:
 Obtain and check latest construction drawing.
 The centreline and batter lines shall be marked and got checked by the Engineer's
representative.
 The benchmarks shall be established after connecting with the GPS benchmarks in the
region.
 The grid levels shall be recorded and got verified by ICO.
 The cross sections are plotted and the required profile of the proposed road section is
superimposed and the batter lines shall be identified and submitted for approval of ICO.
 The layout is set-out and beacons are established and protected.
 Approvals of borrow material obtained.
 Establish OMC & MDD and CBR value for all soils.
 Check for clearing and grubbing.
 Check for stripping.
 Check for bed compaction.
 Check for approved borrow areas.
 Excavate, transport and dump in approved areas for dumping.
 Spread in uniform layer and grade to the required lines and levels.
 Check moisture content and rectify if needed.
 Compaction using adequate mechanism/ rollers verify field Density for layers.
 If the density up to requirement not achieved repeat rolling until the required density is
achieved.
 Record the test results and process the filing system.
 Proceed to next layer until the level for next course is reached
 Obtaining required compaction.
 The reach is ready for next process.

5.3.1.4 Frequency of Sampling and Testing:


In the leadership of material engineer the lab team shall be deployed for the required test of the
layer, frequency of sampling and testing will be conducted as per the prescribed specification in the
established laboratory. However, if third party test required will be sent accordingly.

5.3 Method Statement Unbound Material For earth works


5.3.1 Scope
This item covers all the operations required to form earth work, embankment and sub-grade (also
called as capping layer) to the required lines and levels as per the requirements of widening of
existing road as well as construction of new road.

5.3.2 Reference Documents


1. Employer’s Requirements Part III-2 Performance Specifications
2. NF P 11-300.
3. NF P 94-068.
4. NF P 94-078.
5. NF P 97-117-1.
6. NF P 97-117-2.
7. SETRA Technical Guide LCPC July-2000.

5.3.3 Materials
The material shall be conforming to Employer’s Requirements Part III-2 Performance Specifications
clause 5.1. It shall be free from logs, stumps, roots, rubbish or any other ingredient likely to
deteriorate or affect the stability of the embankment layers.
The maximum size of coarse material shall not exceed 300 mm for rock fill and 2/3rd of the layer
thickness for other fill material after compaction.
The maximum compacted thickness of the layer shall not be exceeding 300 mm.
The following tests on material shall be done for acceptability criteria: -
 The materials obtained from roadway excavation will be tested for its suitability for use as
fill material. Only when it is not suitable, fill material shall be obtained from approved
borrow pits.
 Approved material from roadway excavation/borrow pits are excavated by
excavators and transported in dump trucks to the embankment site.

Acceptance Criteria for Unbound Materials for Earth Work

Characteristics Specifications Test Rate

Materials
unbound material MDE≤45, LA ≤45 1/1500 m3
Dmax < 80 mm
1/1000 m3
Plasticity index(PI) Not Measurable

% of fine (80µm) <10% 1/1000 m3

Quantity of Methylene Blue in soil VBS < 0.1 1/1000 m3

Normal Proctor ≥2050kg/m3 1/2000 m3

Swelling <0.5% 1/5000 m3

CBR 90% 4days immersion >30% 1/2000 m 3

Implementation Test Section


Compaction
water content OMC 1/500 m3

Compaction q3-Inspection test lot 1000m 98.5 % pd OPN 20


96% pd OPM Measurements

5.3.4 Frequency of Sampling and Testing:


In the leadership of material engineer the lab team shall be deployed for the required test of the
layer, frequency of sampling and testing will be conducted as per the prescribed specification in the
established laboratory. However, if third party test required will be sent accordingly.

5.4 Sub Base (Unbound Material)


5.4.1 Scope
Sub base course (unbound) is placing just over the prepared Capping as per the approved drawing
and the technical specification of the Contract. The granular sub base either natural quarry material
or graded river bed material or crusher run. It covers all the operations required to form granular
sub base course to the required lines and levels as per the drawings and the technical specification
of the Contract.
5.4.2 Reference Documents
1. Employer’s Requirements Part III-2 Performance Specifications.
2. EN 13285 the unbound mixture will be a GNT2 granularity 0/31.5.
3. NF P 18-545 and NF EN 13242.
4. NF P 98-115.
5. NF P 98-218

5.4.3 Materials
The quarry for Unbound Material shall be identified.
The material shall be the consisting of natural gravel, crushed gravel, crushed rock, river bed or
combination of crushed rock & natural gravel, or any other material complying with the
requirements of the clause 5.2(5.2.1) as per the Employer’s Requirements Part III-2 Performance
Specifications and approved by the CICO.
The complete sub base shall contain no material having a maximum dimension exceeding two thirds
of the compacted layer thickness. The following tests on material shall be done.
Grading Requirement:
According EN 13285 the unbound sub base mixture will be a GNT2 granularity 0/31.5.
Physical Requirement of Sub base:
Tolerance: T
Characteristics Specifications Test Rate
Recommendation : R
Aggregates:

NF P18-545 and NF EN 13242


Intrinsic Characteristics: DNC code
1/10000T
Coefficient Los Angles(LA)
LA ≤30
Coefficient Micro Deval(MDE)
MDE≤25,

Granularity
Manufacturing characteristics of the GC 80/20 T: GTc 25/15 or 20/15 or 1/1000 T
gravel type III F2 20/17.5
FL 35
Granularity
Cleanliness
Flattening
Sand Manufacturing characteristics: GA 85
Type b
Granularity MB2.5 and SE45
MB-Methylene blue T : GTA10
Cleanliness of the elements < 2mm SE –Sand Equivalent 1/1000 T
Approved material at a selected location and care shall be taken to prevent contamination of
unbound sub base material.
Construction Process:
 The selected sub-grade layer shall be checked for density and bed preparation before
placing the sub base material for any damage or deficiency which shall be made good as
directed by the CICO.
 The approved granular material from stockpile shall be transported to the site.
 The material shall be spread in layers of uniform thickness not exceeding 300mm
compacted thickness over the entire width of capping layer by mechanical means and
finished by motor grader.
 The moisture content shall be checked and if found to be out of limits, the same shall be
made good.
 If the moisture is high, it shall be dried, by aeration and exposure to the sun, till the
moisture content is brought down to the required level. Compaction shall be suspended in
inclement weather.
 If the moisture content is less, water shall be sprinkled by water tanker having sprinkler
attachment and mixed thoroughly by mechanical means until uniform moisture content is
obtained.
 The moisture content of each layer shall be checked. It shall not be in more than +2% -1%
above OMC.
 The compaction shall be completed as soon as possible after the material has been spread.
Vibratory rollers shall be used for achieving the required results.
 The compaction shall be done to achieve minimum field density 95% of Modified Proctor
NF P98-115 for a single test. Around structures, compaction shall be done by using small
vibratory roller/plate vibrators.
 The surface of the sub base shall be maintained to the required cross fall.
 The tests shall be conducted to confirm the field dry density by Sand
Replacement Method.
 Before commencement of the actual construction of sub base course, a trial section shall
be demonstrated so that the adequacy of equipment and processes are established.
 Only when such a trial section has been satisfactorily laid and finished and complies with
the specified requirements, the actual sub base layer work shall commence.

Equipment Details:
 Excavation and Loading: Hydraulic Excavators
 Transport: Dump Truck
 Spreading and grading: Dozers, graders and tractors
 Watering: Water tankers fitted with sprinklers
 Compaction: Vibratory rollers
 Testing equipment's: As per required standards.

Social and Environment Safety Measures:


 All effective and requisite safety measures shall be implemented to ensure full safety to all
the concerned work force, machinery, traffic and general public.
 Effective and sufficient care shall be taken to minimize damage to the environment and
cleanliness in all works is given the utmost importance.
 PPE compulsion for the navies.
 Traffic diversion, sings, delineation, barricades are placing as per required.
Personnel Deployed for Supervision:
In leadership of Team Leader, Highway Engineers, Materials Engineer shall be deployed from ICO
side for the supervision, identification of defects and issues the necessary site instruction, similarly
the Contractor technical staff shall be deployed to proceed the works, supervision and defects
rectification.

Activities:
 Obtain and check latest construction drawing.
 The centreline and batter lines shall be marked and got checked by the Engineer's
representative.
 The benchmarks shall be established after connecting with the GPS benchmarks in the
region.
 The grid levels shall be recorded and got verified by CICO.
 The cross sections are plotted and the required profile of the proposed road section is
superimposed and the batter lines shall be identified and submitted for approval of CICO.
 The layout is set-out and beacons are established and protected.
 Approvals of borrow material obtained.
 Establish OMC & MOD and CBR value for all soils.
 Check for stripping.
 Check for bed compaction.
 Check for approved borrow areas.
 Spread in uniform layer and grade to the required lines and levels.
 Check moisture content and rectify if needed.
 Compaction using adequate mechanism/ rollers verify field Density for layers.
 If the density up to requirement not achieved repeat rolling until the required density is
achieved.
 Record the test results and process the filing system.
 Proceed to next layer until the level for next course is reached
 Obtaining required compaction.
 The reach is ready for next process.
Construction Tolerances:
Surface Level ± 2cm,
Layer Total Width,0 to + 5 cm and Theoretical edge layer + 3cm shown in the drawing.
Thickness, the mean layer thickness of the lot is not less than the specified thickness minus ± 2cm.
5.4.4 Frequency of Testing and sampling
In the leadership of material engineer the lab team shall be deployed for the required test of the
layer, frequency of sampling and test will be conducted as per the prescribed specification in the
established laboratory. However, if third party test required will be sent accordingly.
The following Table given the testing frequency for process control.
Tolerance: T
Characteristics Specifications Test Rate
Recommendation : R
Implementation (NF P98-115)
1/5000 T
Proctor Compaction
water content OMC +2,-1 % 1/500 m3
Compaction q2-Inspection test lot 97 % pd OPN 50% 20
1000m 95% pd OPN 100% Measureme
nts

3
Thickness % Measurements at the Measureme
100 %
prescribed thickness. nts 20ml

3
Topographic Measurements -
Measureme
Inspection lot 1000m 100 %
±2 ar nts 20ml

2
Irregularity Measurements – Longitudinal ≤ 1.0cm Measureme
100 %
Straightedge test –(NP-98-218) Transverse < 1.5cm nts 100ml

5.5 Prime coat/Tack Coat


5.5.1 Scope
This item covers the procuring, furnishing, placing and constructing Bituminous materials and
surface dressing aggregates in accordance with these specifications in conformity with the lines,
grade, thickness and typical cross sections shown on the drawings and/or as directed by the CICO.
Reference Documents
1. Employer’s Requirements Part III-2 Performance Specifications.
2. NF EN 12272-1
3. NF EN 13808
Equipment Details:
 Boomer
 Water tanker.
 Bitumen distributor

Prime Coat:
 A prime coat is a thin layer of cutback bitumen such as C55B(F)5 sprayed on to the existing
subbase surface. It assists in promoting and maintaining adhesion between Sub base layers
of the pavement. Application rate of prime is likely to lie within the range of 1.1kg/m2 of
residual bitumen and spraying temperature is in between 450c to 700c and surface
temperature shall be above 150c. The prime shall be penetrating completely under the
surface.
Process
 No longer than 24 hours before spraying, the layer to be primed shall be broom and
cleaned of all loose or deleterious material by means of a rotary broom and hand brooms.
A light spray of water, sufficient to dampen the surface, shall be uniformly applied to the
 layer immediately before the application of the primer. If the water is over applied the
layer shall be allowed to dry until a uniform damp surface is obtained.
 Before any prime material is sprayed the layer to be primed shall be checked for
compliance with the surface and other requirements specified. Any sections not complying
with the specified requirements shall be corrected as specified.
 Twine-reinforced paper or other suitable approved material shall be used at all joints at the
beginning and end of all sprays in order to obtain a neat start and cut-off. Curing period is
likely to minimum 24hrs-48hrs or as per ambient temperature.
 All prime materials stored in a heated condition shall be stored in a container with a
properly functioning circulation system and having a securely fitting lid. No heat shall be
added to materials delivered above storage temperature until the temperatures are below
those specified above unless the materials are intended for immediate use.
 The primer shall be applied in one or more lanes evenly over the full width of the road and
allowed to penetrate and cure until traffic can pass over the surface without the wheels
picking up the prime. All traffic shall be kept off the surface until this condition is obtained.
The total width of primed surface shall be 15cm outwards both sides of the edge of
granular base course. If primer is applied in more than one lane, allowance shall be made
for overlapping the lanes by 100 mm.
 Where it is not feasible for traffic to use bypasses, the primer shall be applied and allowed
to penetrate for as long as is practicable before a blinding layer of mineral aggregate is
applied.
 As soon as the primed surface has dried sufficiently to allow the traffic to pass over the
road without picking up or otherwise damaging the primed surface, the road shall, where
practicable, be opened to public traffic for a period of 3 days.
 Before commencing with the actual construction of any Prime Coat, laying a trial section
shall be demonstrated so that the equipment and processes that are proposed to be used
will enable to construct the Prime Coat in accordance with the specified requirements.
 The trail section(s) shall be laid where indicated by the CICO. Only when such a trial section
has been satisfactorily laid and finished, and complies with the specified requirements, the
actual permanent work shall commence.
Tack Coat
 Tack coat is straight run bitumen. The primary function of a tack coat is to act as a glue to
assist bonding of a new surface layer to a previously bituminous surface. The application
rate of tack coat range in between 400gms/m2 and temperature ranges 1450c to 1700c.
 Before application of tack coat the surface shall be broom and cleaned of all loose or
deleterious material by means of a rotary broom and hand brooms.

5.5.2 Frequency of Testing and sampling


In the leadership of material engineer the lab team shall be deployed for the required test of the
layer, frequency of sampling and test will be conducted as per the prescribed specification in the
established laboratory. However, if third party test required will be sent accordingly. The following
the testing frequency for process control tests as per Employer’s Requirements Part III-2
Performance Specifications Clause 5.2.4.

Prime Coat
 Rate of Fluidized bitumen per 1.1kg/m2
 Rate of Spread of Binder Tolerance < ±10%

Tack coat
 Rate of Spread bitumen per 400gm/m2
 Rate of Spread of Binder Tolerance < ±10%
 Accuracy of Spread binder, Tolerance <15%
 Rate Test Implementation 1/1000m2
Social and Environment Safety Measures
 All effective and requisite safety measures shall be implemented to ensure full safety to all
the concerned work force, machinery, traffic and general public.
 Effective and sufficient care shall be taken to minimize damage to the environment and
cleanliness in all works is given the utmost importance.
 PPE compulsion for the navies.
 Traffic diversion, sings, delineation, barricades are placing as per required.
Personnel Deployed for Supervision
 In leadership of Team leader, Highway Engineer, Material Engineer are deployed from ICO
side for the supervision, identification of defects and issues the necessary site instruction,
similarly the Contractor technical staff shall be deployed to proceed the works, supervision
and defects rectification.

5.6 Asphalt concrete Base course


5.6.1 Scope
This item covers the procuring, furnishing, placing and constructing of aggregates and bituminous
binder for Asphaltic Base Course in accordance with these specifications in conformity with the lines,
grades, thickness and typical sections shown on the drawing and or as directed by the ICO.

5.6.2 Reference Documents


1. Employer’s Requirements Part III-2 Performance Specifications.
2. NF P 18-545 and NF EN 13043.
3. EN 1097-4.
4. EN 13179 -1.
5. EN 933-9.
6. EN 12591 of EN 14023.
7. EN 1426.
8. EN 1427.
9. EN 12595 or12596.
10. EN 13108-1.
11. EN 13108-20.
12. EN 13108-21.
13. EN 13036-7.
14. NF P 98-150-1.

5.6.3 Materials
All materials shall be handled and stockpiled in a manner will prevent contamination of deleterious
substance, segregation or damage.

The Contractor shall as often as necessary test and control the materials produced directly, or the
materials received from suppliers, to ensure that the materials comply with the specified
requirements.
Mix Design
The contractor shall be designed the mix design of Asphalt Concrete for Base course based on the
recommendations given in the EN 13108-1 and 13108-20 carried out Test Procedure and get
approval from the CICO. Base course Asphalt material made of 0/20(EME2) class 2 high modulus
asphalt concrete, must meet the following requirements.
Material Requirement
Characteristics Specifications Test Rate
Aggregates:
NF P18-545 and NF EN 13043 1/5000T
Intrinsic Characteristics: DNC code
Coefficient Los Angles(LA) LA ≤30 1/5000T
Micro-Deval Coefficient (MDE) MDE≤25
Granularity
Manufacturing characteristics of the gravel type III
Granularity GC 85/20
Cleanliness F1 or F2 if MBF 10
1/1000 T
Flattening FL 25
Sand Manufacturing characteristics: Type a
Granularity GF 85
1/1000 T
Cleanliness of the elements < 2mm MB2
Filler AggregateEN13043

Voids – Rig den(EN1097-4) V28/45

Delta ring and ball(EN13179-1) ΔR&B 8/25


1/500 T
Harmful fines(EN933-9) MBF 10
BITUMEN (EN12591 or EN 14023)

Penetrability ar250c(EN1426) 1/day


See & material
softening Point (EN 1427) 1/day

Viscosity (EN 12595 or 12596) 1/truck


 Grading: Grading requirement for Asphalt Concrete Base course shall comply EN 13108-1
Table 1&2
 Bituminous Binder: The bituminous binder shall be 20/30 penetration grade shall be
complied with the requirement of EN 12591 and as per Employer’s Requirements Part-III-2
Performance specification clause 4.3.2.2 and bitumen sampling shall comply with the
relevant procedure as described in EN 12591.
 Elasticity Modulus Requirements: The Elasticity requirements for mixes designed for more
than 5 million esa traffic are as per specification table NF P 98-150-1.
 Core Cutting: The Contractor shall be provided suitable coring machines capable of cutting
100mm diameter cores from the completed Asphaltic layer as directed by the Engineer.

Equipment Requirements
 Hot Mix Asphalt Mixing Plant:
 Water tanker fitted with sprinklers
 Air Compressor: Tractor mounted I Truck mounted or self-wheeled
 Bitumen Distributor
 Drag Broom: Power operated capable to distribute chips evenly.
 Compaction: 2 nos. PTR capable of creating a tire pressure of 275 Kpa .
 Front End Loader: To load aggregate on tippers at stockpile
 Tippers: Adequate nos. to transport aggregate from stockpile to site.
 Paver with automatic electronic screed controls.
 Testing equipment's: As per required standards.

Construction Process
 Before commencing with the actual construction of any asphaltic course and surfacing
layers, lying of a trial section shall be demonstrated, so that the equipment and processes
that are proposed to be used will enable to construct the asphaltic layers in accordance with
the specified requirements. The trial section(s) shall be laid where indicated by the Team
Leader.
 Obtain and check the approved construction drawing.
 The centreline and batter line shall be marked and get checked by the supervision
consultant.
 Surface shall be clean and if needed rectification, rectify.
 The cut edge of the existing layer shall be painted with a thin coat of bitumen that is tack
coat.
 The mixture shall be delivered to the paver in such a manner that the paver will never be
forced to stop for lack of asphalt. Only minimal hand-working of asphalt shall be permitted
after discharge from the paver and before rolling and shall only be carried out with wooden
spreaders. Operatives shall not be permitted to walk on un-compacted asphalt. Paving shall
cease when rain starts falling or when, in opinion of the Team Leader, the surfaces to be
paved are visible wet.
 The mix shall be rolled as soon as possible after it has been laid by combination of vibratory
and non-vibratory steel-tired flat rollers and pneumatic-tired rollers in sequence. Rolling
shall commence with a self-propelled pneumatic-tired roller working parallel to the centre
line of the road from the shoulders towards the crown of the road until the whole surface
has been covered at least three times with the wheels of the roller initially.
 All joints between adjacent sections of the work shall be made by cutting back the layer
against which material is to be placed and cutting wheel shall be used for cutting joints.
Before a new layer is placed next to an existing layer the cut edge shall be painted with coat
bituminous of the same type used for tack coat. The outside edges of completed asphalt
layer shall be trimmed along the shoulders and parallel to the centre line to give the finished
width shown on the drawings, with tolerances specified.
 Only when such a trial section has been satisfactorily laid and finished, and complies with
the specified requirements, the actual permanent work shall commence.
 Falling Weight Deflector Meter and International Roughness Index (IRI)/ Roughness Profile-
meter Tests shall be carried out on completion of the road section or before its handover.

Social and Environment Safety Measures:


 All effective and requisite safety measures shall be implemented to ensure full safety to all
the concerned work force, machinery, traffic and general public.
 Effective and sufficient care shall be taken to minimize damage to the environment and
cleanliness in all works is given the utmost importance.
 PPE compulsion for the navvies.
 Traffic diversion, sings, delineation, barricades are placing as per required.

Personnel Deployed for Supervision:


 In guidance of Team Leader, Highway Engineer, Material Engineer shall be deployed from
CICO side for the supervision, identification of defects and issues the necessary site
instruction; similarly the Contractor technical staff shall be deployed to commence the
works, supervision and defects rectification. The CICO team shall have approved working
drawing in hand.

5.6.4 Frequency of Testing and sampling


In the leadership of Material Engineer, the lab team shall be deployed for the required test of the
layer, frequency of sampling and test will be conducted as per the prescribed specification in the
established laboratory. The minimum testing frequency that will be required from the Contractor in
terms of Clause 5.2(5.2.1) as per Employer’s requirements Part III-2 Performance Specifications for
the purpose of process control shall be given in the Table. However, if third party testing is necessary
in the opinion of CICO, we will insist to send the sample accordingly.

Characteristics Specifications Test Rate


Composition in relation to the reference
formulation (absolute value) for the average
of 4 samples (EN 13108-21)

Bitumen content %
Formula±0.3 2 extractions
Aggregates (passing 0.063mm) Formula ±2 minimum per
Formula ±3 day
Aggregates (2mm passageways) (EN 12697-1)
Formula ±4
Aggregates (6-10-and 14mm passageways)
Formula ±5
Aggregates (20mm passageways)

Implementation (NF P98-150-1)


Compaction Test Board
Absolute compactness % -inspection lot 20
1000ml(interval method according XP P98- 94≤c≤100 Measurements
151) Vi≤c≤100 +1 test
Thickness % Measurements at the prescribed core/500ml to
thickness. check
thickness and
compactness
by hydrostatic
weighing
2
Topographic Measurements -Inspection lot
Measurements
1000m
±2 ar 100ml

2
Irregularity Measurements –Straightedge test Longitudinal ≤ 1.0cm Measurements
–(EN13036-7) Transverse < 1.5cm 100ml

2
Measurements
Inter layer Bonding No deboning
500ml

1
Layer total width: 0 to +5cm. Measurements
Width carriageway
Theoretical edge layer ±3cm 50ml

5.7 Asphalt concrete Wearing course


5.7.1 Scope
This item covers the procuring, furnishing, placing and constructing of aggregates and bituminous
binder for Asphaltic Base Course in accordance with these specifications in conformity with the lines,
grades, thickness and typical sections shown on the drawing and or as directed by the ICO.
5.7.2 Reference Documents
1. Employer’s Requirements Part III-2 Performance Specifications.
2. NF P 18-545 and NF EN 13043.
3. EN 1097-4.
4. EN 13179 -1.
5. EN 933-9.
6. EN 12591 of EN 14023.
7. EN 1426.
8. EN 1427.
9. EN 12595 or12596.
10. EN 13108-1.
11. EN 13108-20.
12. EN 13108-21.
13. EN 13036-7.
14. NF P 98-150-1.
5.7.3 Materials
All materials shall be handled and stockpiled in a manner will prevent contamination of deleterious
substance, segregation or damage.
The Contractor shall as often as necessary test and control the materials produced directly, or the
materials received from suppliers, to ensure that the materials comply with the specified
requirements.
Mix Design
The contractor shall be designed the mix design of Asphalt Concrete for Base course based on the
recommendations given in the EN 13108-1 and 13108-20 carried out Test Procedure and get
approval from the ICO. Wearing course Asphalt material made of (BBM3)0/14 class 3 high modulus
asphalt concrete, must meet the following requirements.
Material Requirement
Characteristics Specifications Test Rate
Aggregates:

NF P18-545 and NF EN 13043


Intrinsic Characteristics: B code
1/5000T
Coefficient Los Angles(LA) LA ≤25
1/5000T
Micro-Deval Coefficient (MDE) MDE≤15
1/20 000T
Polished stone Value(PSV) <50

Granularity
Manufacturing characteristics of the gravel type III GC 85/20

Granularity F1 or F2 if MBF 10

Cleanliness FL 25
1/1000 T
Flattening

Sand Manufacturing characteristics: Type a GF 85 1/1000 T


Granularity
MB2
Cleanliness of the elements < 2mm
Filler Aggregate EN13043

Voids – Rigden(EN1097-4)
V28/45
Delta ring and ball(EN13179-1)
ΔR&B 8/25
Harmful fines(EN933-9) 1/500 T
MBF 10
BITUMEN (EN12591 or EN 14023)

Penetrability ar250c(EN1426) 1/day


See & material
softening Point (EN 1427) 1/day
Viscosity (EN 12595 or 12596) 1/truck

 Grading: Grading requirement for Asphalt Concrete Base course shall comply EN 13108-1
Table 1&2
 Bituminous Binder: The bituminous binder shall be 20/30 penetration grade shall be
complied with the requirement of EN 12591 and as per Employer’s Requirements Part-III-2
Performance specification clause 4.3.2.2 and bitumen sampling shall comply with the
relevant procedure as described in EN 12591.
 Elasticity Modulus Requirements: The Elasticity requirements for mixes designed for more
than 5 million Mesa traffic are as per specification table NF P 98-150-1.
 Core Cutting: The Contractor shall be provided suitable coring machines capable of cutting
100mm diameter cores from the completed Asphaltic layer as directed by the Engineer.

Equipment Requirements
 Hot Mix Asphalt Mixing Plant:
 Water tanker fitted with sprinklers
 Air Compressor: Tractor mounted I Truck mounted or self-wheeled
 Bitumen Distributor
 Drag Broom: Power operated capable to distribute chips evenly.
 Compaction: 2 nos. PTR capable of creating a tire pressure of 275 Kpa or as directed
by the ICO.
 Front End Loader: To load aggregate on tippers at stockpile
 Tippers: Adequate nos. to transport aggregate from stockpile to site.
 Paver with automatic electronic screed controls.
 Testing equipment's: As per required standards.

Construction Process
 Before commencing with the actual construction of any asphaltic course and surfacing
layers, lying of a trial section shall be demonstrated, so that the equipment and processes
that are proposed to be used will enable to construct the asphaltic layers in accordance with
the specified requirements. The trial section(s) shall be laid where indicated by the Team
Leader.
 Obtain and check the approved construction drawing.
 The centreline and batter line shall be marked and get checked by the supervision
consultant.
 Surface shall be clean and if needed rectification, rectify.
 The cut edge of the existing layer shall be painted with a thin coat of bitumen that is tack
coat.
 The mixture shall be delivered to the paver in such a manner that the paver will never be
forced to stop for lack of asphalt. Only minimal hand-working of asphalt shall be permitted
after discharge from the paver and before rolling and shall only be carried out with wooden
spreaders. Operatives shall not be permitted to walk on un-compacted asphalt. Paving shall
cease when rain starts falling or when, in opinion of the Team Leader, the surfaces to be
paved are visible wet.
 The mix shall be rolled as soon as possible after it has been laid by combination of vibratory
and non-vibratory steel-tired flat rollers and pneumatic-tired rollers in sequence. Rolling
shall commence with a self-propelled pneumatic-tired roller working parallel to the centre
line of the road from the shoulders towards the crown of the road until the whole surface
has been covered at least three times with the wheels of the roller initially.
 All joints between adjacent sections of the work shall be made by cutting back the layer
against which material is to be placed and cutting wheel shall be used for cutting joints.
Before a new layer is placed next to an existing layer the cut edge shall be painted with coat
bituminous of the same type used for tack coat. The outside edges of completed asphalt
layer shall be trimmed along the shoulders and parallel to the centre line to give the finished
width shown on the drawings, with tolerances specified.
 Only when such a trial section has been satisfactorily laid and finished, and complies with
the specified requirements, the actual permanent work shall commence.
 Falling Weight Deflector Meter and International Roughness Index (IRI)/ Roughness Profile-
meter Tests shall be carried out on completion of the road section or before its handover.
Social and Environment Safety Measures:
 All effective and requisite safety measures shall be implemented to ensure full safety to all
the concerned work force, machinery, traffic and general public.
 Effective and sufficient care shall be taken to minimize damage to the environment and
cleanliness in all works is given the utmost importance.
 PPE compulsion for the navvies.
 Traffic diversion, sings, delineation, barricades are placing as per required.

Personnel Deployed for Supervision:


 In leadership of Team Leader, Highway Engineer, Material Engineer shall be deployed from
CICO side for the supervision, identification of defects and issues the necessary site
instruction; similarly the Contractor technical staff shall be deployed to proceed the works,
supervision and defects rectification. The CICO team shall have approved working drawing in
hand.

5.6.4 Frequency of Testing and sampling


In the leadership of Material Engineer, the lab team shall be deployed for the required test of the
layer, frequency of sampling and test will be conducted as per the prescribed specification in the
established laboratory. The minimum testing frequency that will be required from the Contractor in
terms of Clause 5.2(5.2.1) as per Employer’s requirements Part III-2 Performance Specifications for
the purpose of process control shall be given in the Table. However, if third party test required will
be sent accordingly.
Characteristics Specifications Test Rate

Composition in relation to the reference


formulation (absolute value) for the average
of 4 samples (EN 13108-21)

Bitumen content % Formula±0.3


2 extractions
Aggregates (passing 0.063mm) Formula ±2 minimum per day
(EN 12697-1)
Aggregates (2mm passageways) Formula ±3

Aggregates (6-10 mm passageways) Formula ±4

Aggregates (14mm passageways) Formula ±4


Implementation (NF P98-150-1)
Compaction Test Board
Absolute compactness % -inspection lot 20 Measurements
1000ml (interval method according XP P98- 92 ≤ c ≤ 100 +1 test core/500ml
151) Vi ≤ c ≤ Vs to check thickness
and compactness by
Thickness % Measurements at the hydrostatic
prescribed thickness. weighing
2 Measurements
Topographic Measurements -Inspection lot ±1ar 100ml
1000ml
Irregularity Measurements –Straightedge Longitudinal ≤ 0.3cm 2 Measurements
test –(EN13036-7) Transverse < 0.5cm 100ml

Inter layer Bonding No debonding 2 Measurements


500ml

Width carriageway Layer total width: 0 to 1


+5cm. Measurements
Theoretical edge layer 50ml
±3cm

Evenness test according to the test method Short wave bond Psw≥6
LPC n046-2 July 2009 or EN 13036-5 Medium wave bond
inspection lot 1000ml Pnw≥6,Long wave bond
Plw≥5

5.8 Method of Statement for all Structure works.


5.8.1 Scope
The scope covers the work in connection with the construction of all kind of structures such as RCC
structures, pre-fabricated pipe, cross drainage, drain, stone masonry, RRC drain, pre-cast concrete
structures as per the line and levels of the approved drawings and specifications.
5.8.2 Reference Documents
1. Employer’s Requirements Part III-2 Performance Specifications
2. EN 12620
3. EN 206
4. NF EN 16-345
5. NF EN 14844

Materials
All general requirements of materials (Cement, Coarse aggregate, Fine aggregate and Steel, Gabion
wire) shall conform to the applicable Specifications.
Both coarse and fine aggregates shall be free from the deleterious contamination. Steel shall be used
free from the rust and tested.

Equipment Details
 Back hoe excavator for excavation of trench, foundation.
 Tripper trucks for transportation of fabricated and fabricated materials.
 Concrete mixture with weight batcher having water measuring system shall be used.
Ordinary motorized concrete mixture may be used if the permission given by the Engineer.
 Vibrator both needles and plat shall be used for effective compaction of concrete.
 Water pump if required in the drain out the ground water.
 Crane for lifting and placing of Hume pipe.
 Nails, hooks and props as per required for erection of form works.
 Personnel Employed for Execution and Supervision.
 In leadership of Team Leader, Bridge Engineer, Material Engineer shall be deployed from ICO
side for the supervision, identification of defects and issues the necessary site instruction,
similarly the Contractor technical staff shall be deployed to proceed the works, supervision
and defects rectification. The ICO team shall have approved working drawing in hand.
 Sampling and Testing
 The sampling of all materials as per the ERPS Specification shall be collected and tested in
the laboratory established in the site for this project work and filling system of tested
reports shall be updated accordingly.

5.9 Ancillary Works


5.9.1 Scope of Work

It encompasses the Employer’s Requirements Part-III-2 Performance Specification’s clause 4.6 in


general, this section has mainly discussed the outsourcing construction materials that have been
procured through vendors or suppliers. In this regards the Contractor shall be submitted the
credentials are listed below.
 Credentials of Manufacture/ suppliers.
 Manufacturing test credentials of the materials.
 Quality Control test certificates of Sine Boards (Aluminium Alloy sign plate and Retro
Reflective sheeting).
 Technical Specification of Guard Rails and
 Testing arrangement of the outsourcing materials

Referring documents
 Employer’s Requirements Part III-2 Performance Specifications
 French and European Standards to be respected.

Equipment Details
 Back hoe excavator for excavation of trench, foundation.
 Tripper trucks for transportation of fabricated and fabricated materials.
 Concrete mixture with weight batcher having water measuring system shall be used.
Ordinary motorized concrete mixture may be used if the permission given by the Engineer.
 Vibrator both needles and plat shall be used for effective compaction of concrete.
 Water pump if required in the drain out the ground water.
 Crane for lifting and placing of Hume pipe.
 Nails, hooks and props as per required for erection of form works.

Personnel Employed for Execution and Supervision


In leadership of Team Leader, Bridge Engineer, Material Engineer shall be deployed from CICO side
for the supervision, identification of defects and issues the necessary site instruction; similarly the
Contractor technical staff shall be deployed to proceed the works, supervision and defects
rectification. The supervision team shall have approved working drawing in hand.

Sampling and Testing


The sampling of all materials as stipulated the applicable Specification shall be collected and tested
in the laboratory established in the site for this project work and filling system of tested reports shall
be updated accordingly.

6 Acceptance Criteria
6.1 Request for I n s p e c t i o n ( R F I )
As mentioned in method statement the contractor, in the approved format, shall submit the R F I ,
24 hours prior to execution of each and every activity or related activity according to the
Contract Document. The C ICO will assign the Inspection summary to the respective activity in
charge/section head to attend the same. The section head will get the work inspected and will
forward to TL to close it. The closed RFI document will be distributed to both parties as related to
them for documentation.
6.1.1 Material and Construction Works
All material brought to site/ construction works executed at site shall conform to relevant codes/ as
per specifications (This has been brought in various method statements). Material and related
items of works shall be tested at regular frequencies as specified. Materials do not conform to
applicable specifications shall deemed to be rejected and shall be removed from the work site or
as instructed by TL.
6.1.2 Testing
The Tests on executed item of work I workmanship shall be conducted as per quality testing
plan. The testing result shall be duly combined and submitted to TL as per requirement. Only
those test results that are not accepted by TL, contractor shall be resubmitted after carryout
rectification as directed or remove unsuitable item of work from site to spoils and replace with
fresh material for further approval.

6.1.3 Surveyor
Survey works for checking layout, levels and benchmarks will be carried out and the works will
be accepted as per the specifications.

6.1.4 Inspection
Inspection of completed works will be carried out to check if the produced is in conformity to the
specification. Inspection may also be required for the intermediate works before
commencement of the succeeding activity.
6.1.5 Measurement
Inspection summary will also be raised by the Contractor for measurement of works of the
completed works or before dismantling of existing structure/property for payments.

6.2 Non-Conformance Reports (NCR)


The purpose of NCR is to establish how to control nonconformity that does not conform to specific
requirements of design, drawing, or specification and to prevent them from unintended use or
installation, which occurs at the site during construction. The construction activities carried out by
contractor at site if not conforming based on QA/QC Manual as well as construction drawing, need
remedial measures and corrective action. Employer's Representative/PM shall raise NCR
immediately after finding/observed any defects/discrepancies on the work executed by the
Contractor. NCR (Explanatory Note)
Consultant by means of NCR shall report problems, defects or deficiencies identified during
construction.
NCR shall be raised in duplicate as per the form B of Annexure 3 indicating the,
 Description of Non conformity
 Reason for Non conformity
 Proposed remedial action
 Proposed corrective action to avoid recurrence
Contractor will receive the NCR with signature of Employer's Representative/PM with date on both
copies. The Contractor shall raise for the rectification of defective work and rectify the defective
work in the presence of the Team Leader/Inspector. On completion of remedial and corrective
action it will be signed by the Construction Supervision Consultant Inspector who has witness the
remedial and corrective action and attach any document like Inspection list that will be ticked in the
respective column and then forwarded to TL/ME/Respective Engineer for review.
ARE/ME/Respective Engineer if find the remedial and corrective actions are in order, only then it will
be forwarded to PM for closure of NCR and the Original one will be return to Contractor and the
Duplicate NCR shall retain with the Consultant for their record.
In general, deficiencies occur in the following areas:
 Defective construction materials including rejected materials found at site I stock.
Substandard workmanship of construction works at any stage of construction.
 Failure of materials, finished works or structures to meet specified test requirements.
Deviation from approved methodology (method statement)
 Deviation from Drawing
 Use of unapproved machineries and equipment
 Safety issues Environment issues
 Traffic issues

The consultant shall verify the corrective action for its effectiveness before closing out. The
Contractor's Team Leader shall ensure that the NCR is closed out within the agreed time frame
for disposal.

Defiance in addressing NCR (Preparation of proposed disposition I corrective action) or defiance in


implementation of approved disposition/corrective action within agreed time frame shall lead to
the rejection of non-conformity product.

7 Tests on Completion

7.1 The tests upon completion of the project works are carried out as per the Annexure – D
attached as per Employers requirements Part III.2: Performance Specifications.
(Attached - Annexure – D)

8 Quality Control Tests Performance

8.1 Performance for QC Tests ,Checklist, Site Instruction, and NCR,

8.2 The CICO has prepared the Non-conformance report (NCR) checklist and Site Instruction
delivered to the Contractor for the purpose of maintaining the quality, the individual
personnel those are responsible for specified works in daily inspection they shall be
maintained it. However, the various relevant quality control tests Performa for all related
items of works as specified in the Employer’s Standard Technical specification and the
format of the test reports shall be produced as per the requirement of test specific in the
laboratory.

8.2.1 Checklist
Each of the activities performed by the Contractor whether it is performing as per the approved
drawing, Specification shall be confirmed by the CICO Engineer during the construction time by filling
the checklist as per the convenient of the work gravity by daily/weekly/fortnightly by the CICO site
personnel. The checklist enclosed in the Annexure-1.

8.1.2 Site Instruction


The site instruction shall be issued by the Monitoring Consultant site personnel, whereas, they
observed the faulty works. In this regard the Contractor shall be taken initiation to improve the
faulty works and verify to Consultant immediately otherwise it will be non-compliances. The format
of the site instruction enclosed in the Annexure- 2.
8.1.3 Non-Compliance
However, the Monitoring Consultant site personnel shall be issued the Non-Compliances whenever
they found the works are in substandard, the Contractor shall be rectified the substandard works
within the stipulated response time with satisfaction of Monitoring Consultant representatives. The
Non-compliance form enclosed in Annexure-3.

8.1.4 Survey Strip Layer chart

The form of Survey Strip Chart as attached in Annexure-4. These are extremely important when layer
number with respect to drawing issued is to be checked and vis-a- vis survey work needs to be done.

8.1.5 Documentation
Any documentation preparing by Consultant and Contractor shall have the specific standard format,
it shall be included Table of Contents, Abstract/ Executive Summary/ Introduction, the font of the
documents shall be either Arial or Times New Roman and normal font size shall be 12, except some
exceptional condition.

9 Conclusion
This Quality Assurance Manual has been prepared in order to implement the activities as stated in
the Contract provision and delivering the quality of works. It has prepared based on the Contract
Clauses, and Employer’s Requirements Part III-2 Performance Specifications. It has precisely
described the procedure of major works. Simultaneously, some important checklist formats have
been developed to ensure the quality of works, role and responsibility of Consultant key
personnel’s and Contractors also described in brief.
The Project Road construction, on the basis of (EPC), whereas, the Contractor has the entire
responsibility to perform the quality. The objectives of the CICO team are Supervising the
Contractor’s process of execution to make sure that whether they are doing adequate and
accurate as per SAG Standard Specification.
However, if any ambiguity in understanding the Contact Clauses and Specifications those will be
made interpretation by the Employer, which will be unanimous.
Appendix-01
Inspection Test Plan

.
INSPECTION AND TEST PLAN FOR PAVEMENT SUB BASE: UNBOUND MATERIAL (GNT-2)
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Permissible Frequency of
Sr. No. Material / Test Code Ref. Performer AFCONS CICO Records Remarks
Limits test (5.2.1)

1 : Intrisic Chatracteristics:

1.1 Micro Deval Attrition NF P18-572 MDE < 25 % QC Engineer 1/10000 T P W/A TR

1.2 Los Angeles NF P18-573 LA < 30 % QC Engineer 1/10000 T P W/A TR

2 Granularity: Manufacturing characteristics of the gravel Type III

2.1 Granularity EN 933-1 GC80/20 QC Engineer 1/1000 T P W/A TR

2.2 Cleanliness EN 933-9 f2 QC Engineer 1/1000 T P W/A TR

2.3 Flattening EN 933-3 F35 QC Engineer 1/1000 T P W/A TR

3 Granularity: Sand Manufacturing characteristics Type BI

3.1 Granularity EN 933-1 G85 QC Engineer 1/1000 T P W/A TR

3.2 Cleanliness of the element < 2 mm EN 933-9 MB 2.5 & SE45 QC Engineer 1/1000 T P W/A TR
INSPECTION AND TEST PLAN FOR PAVEMENT SUB BASE: UNBOUND MATERIAL (GNT-2)
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Permissible Frequency of
Sr. No. Material / Test Code Ref. Performer AFCONS CICO Records Remarks
Limits test (5.2.1)

4 Implementation NF P98-115:

4.1 Proctor compaction NF P94-093 - QC Engineer 1/5000T P W/A TR

4.2 Water content NF P94-050 OWC +2/-1 % QC Engineer 1/500T P W/A TR

97.0 % ƿd OPN
4.3 Compaction q2 BS 1377-9 QC Engineer 1 / 50m P W/A TR
95.0 % ƿd OPM

4.4 Thickness - ± 2 cm Site Engineer 3/20 m P W/A TR


4.5 Topographic measurement - ± 2 cm Site Engineer 3/20 m P W/A TR
Longitudina ≤ 1.0
cm
4.6 Irregularity Measurement NP 98-218 Transverse ≤ 1.5
Site Engineer 3/20 m P W/A TR
cm
Layer total width 0
to + 5 cm
4.7 Width carriageway Theoretical edge
Site Engineer 1/50 m P W/A TR
layer±3 cm

W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR GEOTECHNICAL SURVEY

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

Contractor : Afcon infrastructure Limited

Employer : Société Autoroutière Du Gabon (SAG)


Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)

Permissible
Sr. No. Material / Test Code Ref. Performer Frequency of test (3.2) AFCONS / IL CICO Records Remarks
Limits

1 Field Investigation:

Existing Platform Test Pits Soil


1.1 NA QC Engineer 1 / 100m P/IL W -
Sampling Employer's Requirements Part-III.02
Bearing Capacity Test on Existing Performance Specifications 3.2
1.2 NA QC Engineer 1 / 200m P/IL W -
Platform

2 Laboratory Test for Classification of the Soils:

2.1 Analysis Granulometric NF P94-056 NA QC Engineer 1 / Test Pit P/IL W/R TR

2.2 Plasticity Index (%) NF P94-051 NA QC Engineer 1 / Test Pit P/IL W/R TR

2.3 Proctor NF P94-093 NA QC Engineer 1 / Test Pit P/IL W/R TR

2.4 Swelling (%) NF P94-078 NA QC Engineer 1 / Test Pit P/IL W/R TR

CBR at 90%, 4 days


2.5 NF P94-078 NA QC Engineer 1 / Test Pit P/IL W/R TR
immersion
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR EARTHWORKS: BACKFILL

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

Contractor : AFCONS Infrastructure Limited

Employer : Société Autoroutière Du Gabon (SAG)

Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)


Frequency of test
Sr. No. Material / Test Code Ref. Permissible Limits Performer AFCONS /IL CICO Records Remarks
(5.1.1)
1 Laboratory Test for Classification of the Borrowed Soils:
Dmax < 300mm
1.1 Analysis Granulometric NF P94-056 QC Engineer 1/1500 m3 W/M W/R TR
Fines < 35%
1.2 Plasticity Index (%) NF P94-051 < 35 % QC Engineer 1/1500 m3 W/M W/R TR
1.3 Proctor NF P94-093 NA QC Engineer NA W/M W/R TR
1.4 Swelling (%) NF P94-078 <1% QC Engineer 1/1500 m3 W/M W/R TR
CBR at 90%, 4 days
1.5 NF P94-078 >5% QC Engineer 1/1500 m3 W/M W/R TR
immersion
2 Implementation at Site:
SETRA Technical Guide LCPC
Maximum Layer Fascicule I July 2000 Realization
2.1 30 cm Site Engineer NA W/M W/R Level sheet
Thickness of Embankments and Form Layer
4.4.1
SETRA Technical Guide LCPC
Fascicule I July 2000 Realization 95 % ƿd OPN
2.2 Compaction q4 QC Engineer 1/Profile W/M H TR
of Embankments and Form Layer 92 % ƿd OPM
4.1
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR EARTHWORKS: SUB-FORMATION FOR EMBANKMENT

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Permissible Frequency of test
Sr. No. Material / Test Code Ref. Performer AFCONS /IL CICO Records Remarks
Limits (5.1.2)
1 Laboratory Test for Classification of the Soils:
1.1 Analysis Granulometric NF P94-056 Dmax < 300mm QC Engineer NA W/M W/R TR
1.2 Plasticity Index (%) NF P94-051 < 30 % QC Engineer 1/1500 m3 W/M W/R TR
1.3 Proctor NF P94-093 NA QC Engineer NA W/M W/R TR
3
1.4 Swelling (%) NF P94-078 <1% QC Engineer 1/1500 m W/M W/R TR
3
1.5 CBR at 90%, 4 days immersion NF P94-078 >8% QC Engineer 1/1500 m W/M W/R TR
2 Implementation at Site:
SETRA Technical Guide
LCPC Fascicule I July
2.1 Maximum Layer Thickness 2000 Realization of 20 cm Site Engineer NA W/M W/R TR
Embankments and
Form Layer 4.4.1
95 % ƿd OPN
2.2 Compaction q4 BS 1377-9 QC Engineer 1 / 50m W/M W/H TR
92 % ƿd OPM
Plate Test Static Deformation
2.3 NF P94-117-1 EV2 ≥ 40 MPa QC Engineer 1 / 50m W/M W/H TR
Module: Bearing Capacity Test

2.4 Benkleman Beam Deflection Test NF P98-200-2 D90 < 300/100 mm QC Engineer 1 / 50m W/M W/H TR

Passage of a 13-Tonne loaded truck No Visual


2.5 - QC Engineer 1 / Each Lane W/M W/H -
to the axle Deflections
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR EARTHWORKS: SUB-FORMATION IN CUTTING
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Employer's TPMC : Setec International (SI)
Frequency of test
Sr. No. Material / Test Code Ref. Permissible Limits Performer AFCONS /IL CICO Records Remarks
(5.1.3)
1 Laboratory Test for Classification of the Soils:
1.1 Micro Deval Attrition NF P18-572 MDE ≤ 45 QC Engineer 1/5000 m3 W/M W/R TR
3
1.2 Los Angeles Abration NF P18-573 LA ≤ 45 QC Engineer 1/5000 m W/M W/R TR
3
1.3 Analysis Granulometric NF P94-056 Dmax < 300mm QC Engineer 1/5000 m W/M W/R TR
1.4 Plasticity Index (%) NF P94-051 Not Measurable QC Engineer NA W/M W/R NA
3 3
1.5 Normal Proctor NF P94-093 ≥ 2000 Kg/m QC Engineer 1/1000 m W/M W/R TR
3
1.6 CBR at 90%, 4 days immersion NF P94-078 > 30 % QC Engineer 1/1000 m W/M W/R TR
2 Implementation at Site:
SETRA Technical Guide LCPC
2.1 Maximum Layer Thickness Fascicule I July 2000 Realization of 20 cm Site Engineer NA W/M W/R TR
Embankments and Form Layer 4.4.1

95 % ƿd OPN
2.2 Compaction q4 BS 1377-9 QC Engineer 1 / 50m W/M W/H TR
92 % ƿd OPM
Plate Test Static Deformation
2.3 Module: Bearing Capacity Test (NF NF P94-117-1 EV2 > 60 MPa QC Engineer 1 / 50m W/M W/H TR
P94-117-1)
Benkleman Beam Deflection Test (NF
2.4 P98-200-8) NF P98-200-2 D90 < 200/100 mm QC Engineer 1 / 50m W/M W/H TR

Passage of a 13-Tonne loaded truck


2.5 - No Visual Deflections QC Engineer 1 / Each Lane W/M W/H -
to the axle

W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR EARTHWORKS: CAPPING LAYER
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Frequency of test
Sr. No. Material / Test Code Ref. Permissible Limits Performer AFCONS /IL CICO Records Remarks
(5.1.4)
1 Laboratory Test for Classification of the Soils:

1.1 Micro Deval Attrition NF P18-572 MDE ≤ 45 QC Engineer 1/5000 m3 W/M W/R TR
Dmax < 80mm 3
1.2 Analysis Granulometric NF P94-056 QC Engineer 1/1000 m W/M W/R TR
% of Fines < 35%
1.3 Plasticity Index (%) NF P94-051 < 25% QC Engineer 1/1000 m3 W/M W/R TR
3 3
1.4 Normal Proctor NF P94-093 ≥ 2050 Kg/m QC Engineer 1/2000 m W/M W/R TR
3
1.5 Swelling (%) NF P94-078 < 0.5 % QC Engineer 1/5000 m W/M W/R TR
3
1.6 CBR at 95%, 4 days immersion NF P94-078 > 30 % QC Engineer 1/2000 m W/M W/R TR
2 Implementation at Site:
2.1 Water Content NF P94-050 OWC ± 2% QC Engineer 1/500 m3 W/M W/R TR
98.5 % ƿd OPN
2.2 Compaction q3 BS 1377-9 QC Engineer 1 / 50m W/M W/H TR
96.0 % ƿd OPM
Performance: Bearing Capacity Test
2.3 NF P94-117-1 EV2 > 70 MPa QC Engineer 1 / 50m W/M W/H TR
(NF P94-117-1)
Benkleman Beam Deflection Test
2.4 NF P98-200-2 D90 < 150/100 mm QC Engineer 1 / 50m W/M W/H TR
(NF P98-200-8)
2.5 Thickness NA Layer ± 2cm Site Engineer 3 / 20m W/M W/R TR
2.6 Topographic Measurement NA Reduced Level ± 2cm Site Engineer 3 / 20m W/M W/R TR
Irregularity Measurement - Longitudinal < 2cm
2.7 NP 98-218 QC Engineer 1 / 50m W/M W/R TR
Staright Edge Test Transverse < 2cm
Layer Toatal Width
2.8 Width Carriageway NA Site Engineer 1 / 50m W/M W/R TR
0 to + 5cm
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR EARTHWORKS: UNBOUND LAYER

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Frequency of
Sr. No. Material / Test Code Ref. Permissible Limits Performer AFCONS /IL CICO Records Remarks
test (5.1.5)
1 Laboratory Test for Classification of the material:
1.1 Micro Deval Attrition NF P18-572 MDE ≤ 45 QC Engineer 1/5000 m3 W/M W/R TR
3
1.2 Los Angeles NF P18-573 LA ≤ 45 QC Engineer 1/5000 m W/M W/R TR
Dmax < 80mm
1.3 Analysis Granulometric NF P94-056 QC Engineer 1/1000 m3 W/M W/R TR
% of Fines < 10%
1.4 Plasticity Index (%) NF P94-051 Non Measurable QC Engineer - W/M W/R TR
3
1.5 Quantity of Methylene Blue in soil NF P94-068 VBS < 0.1 QC Engineer 1/1000 m W/M W/R TR
3 3
1.6 Normal Proctor NF P94-093 ≥ 2050 Kg/m QC Engineer 1/2000 m W/M W/R TR
3
1.7 Swelling (%) NF P94-078 < 0.5 % QC Engineer 1/5000 m W/M W/R TR
3
1.8 CBR at 95%, 4 days immersion NF P94-078 > 30 % QC Engineer 1/2000 m W/M W/R TR

2 Implementation at Site:

2.1 Water Content NF P94-050 OWC ± 2% QC Engineer 1/500 m3 W/M W/R TR


98.5 % ƿd OPN
2.2 Compaction q3 BS 1377-9 QC Engineer 1 / 50m W/M W/H TR
96.0 % ƿd OPM
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR PAVEMENT SUB BASE: UNBOUND MATERIAL (GNT-2)
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Permissible Frequency of
Sr. No. Material / Test Code Ref. Performer AFCONS CICO Records Remarks
Limits test (5.2.1)

1 : Intrisic Chatracteristics:

1.1 Micro Deval Attrition NF P18-572 MDE < 25 % QC Engineer 1/10000 T P W/A TR

1.2 Los Angeles NF P18-573 LA < 30 % QC Engineer 1/10000 T P W/A TR

2 Granularity: Manufacturing characteristics of the gravel Type III

2.1 Granularity EN 933-1 GC80/20 QC Engineer 1/1000 T P W/A TR

2.2 Cleanliness EN 933-9 f2 QC Engineer 1/1000 T P W/A TR

2.3 Flattening EN 933-3 F35 QC Engineer 1/1000 T P W/A TR

3 Granularity: Sand Manufacturing characteristics Type BI

3.1 Granularity EN 933-1 G85 QC Engineer 1/1000 T P W/A TR

3.2 Cleanliness of the element < 2 mm EN 933-9 MB 2.5 & SE45 QC Engineer 1/1000 T P W/A TR
INSPECTION AND TEST PLAN FOR PAVEMENT SUB BASE: UNBOUND MATERIAL (GNT-2)
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Permissible Frequency of
Sr. No. Material / Test Code Ref. Performer AFCONS CICO Records Remarks
Limits test (5.2.1)

4 Implementation NF P98-115:

4.1 Proctor compaction NF P94-093 - QC Engineer 1/5000T P W/A TR

4.2 Water content NF P94-050 OWC +2/-1 % QC Engineer 1/500T P W/A TR

97.0 % ƿd OPN
4.3 Compaction q2 BS 1377-9 QC Engineer 1 / 50m P W/A TR
95.0 % ƿd OPM

4.4 Thickness - ± 2 cm Site Engineer 3/20 m P W/A TR


4.5 Topographic measurement - ± 2 cm Site Engineer 3/20 m P W/A TR
Longitudina ≤ 1.0
cm
4.6 Irregularity Measurement NP 98-218 Transverse ≤ 1.5
Site Engineer 3/20 m P W/A TR
cm
Layer total width 0
to + 5 cm
4.7 Width carriageway Theoretical edge
Site Engineer 1/50 m P W/A TR
layer±3 cm

W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR PAVEMENT SUB BASE AND BASE COURSE: ASPHALT CONCRETE (EME2)
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

Contractor : AFCONS Infrastructure Limited


Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Frequency of test
Material / Test Code Ref. Permissible Limits Performer AFCONS CICO Records Remarks
No. (5.2.2)
Material: Aggregates: NF P18-545 and NF EN 13043
1 Intrisic Chatracteristics: Dnc Code
1.1 Micro Deval Attrition NF P18-572 MDE < 25 % QC Engineer 1/5000 T P W/A TR
1.2 Los Angeles NF P18-573 LA < 30 % QC Engineer 1/5000 T P W/A TR
2 Granularity: Manufacturing characteristics of the gravel Type III
2.1 Granularity EN 933-1 GC85/20 QC Engineer 1/1000 T P W/A TR
2.2 Cleanliness EN 933-9 f1 or f2 if MBF10 QC Engineer 1/1000 T P W/A TR
2.3 Flattening EN 933-3 FL25 QC Engineer 1/1000 T P W/A TR
3 Granularity: Sand Manufacturing characteristics Type A
3.1 Granularity EN 933-1 GF85 QC Engineer 1/1000 T P W/A TR
Cleanliness of the element <
3.2 EN 933-9 MB 2 QC Engineer 1/1000 T P W/A TR
2 mm
4 Filler Aggregate (EN 13043)
4.1 Voids - Rigden EN 1097-4 V 28/45 QC Engineer 1/500 T P W/A TR
4.2 Delta Ring and Ball EN 13179-1 ∆ R & B 8/25 QC Engineer 1/500 T P W/A TR
4.3 Harmful fines EN 933-9 MBF 10 QC Engineer 1/500 T P W/A TR
5 Bitumen (EN 12591 or EN 13043):
5.1 Penetrability at 25oC EN 1426 ≥ 20 mm QC Engineer 1/Day P W/A TR
5.2 Softening Point EN 1427 > 55 oC QC Engineer 1/Day P W/A TR
5.3 Viscosity EN 12595 QC Engineer 1/Truck P W/A TR
INSPECTION AND TEST PLAN FOR PAVEMENT SUB BASE AND BASE COURSE: ASPHALT CONCRETE (EME2)
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

Contractor : AFCONS Infrastructure Limited


Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Frequency of test
Material / Test Code Ref. Permissible Limits Performer AFCONS CICO Records Remarks
No. (5.2.2)

6 Composition in relation to the reference formulation (absolute value) for the average of 4 samples (13108-21)
6.1 Bitumen Content % EN 12697-1 formula ± 0.3 QC Engineer 2 /Day P W/A TR
Aggrgates (passing at 0.063
6.2 EN 12697-1 formula ± 2 QC Engineer 2 /Day P W/A TR
mm)
Aggrgates (2 mm
6.3 EN 12697-1 formula ± 3 QC Engineer 2 /Day P W/A TR
passageway)
Aggrgates (6,10,14 mm
6.4 EN 12697-1 formula ± 4 QC Engineer 2 /Day P W/A TR
passageway)
Aggrgates (20 mm
6.5 EN 12697-1 formula ± 5 QC Engineer 2 /Day P W/A TR
passageway)
7 Implementation NF P98-150-1
1/25 m
7.1 Compaction - 94 ≤ c ≤ 100 QC Engineer
1 core/500 m
7.2 Thickness - ≥ Prescribed thickness Site Engineer - P W/A TR

7.3 Topographic measurement - ± 2 cm Site Engineer 1/10 m P W/A TR

Irregularity Measurement- L ≤ 1.0 cm T≤


7.4 EN 13036-7 Site Engineer 1/50 m P W/A TR
Straight Edge 1.5 cm

7.5 Inter Layer bonding - No debonding Site Engineer 1 core/500 m P W/A TR

Layer Total width: 0 to +5 cm Theoretical


7.6 Width Carriageway - Site Engineer 1/50 m P W/A TR
Edge layer ± 3 cm

W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR PAVEMENT ASPHALT CONCRETE BBME3

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Frequency of test
Sr. No. Material / Test Code Ref. Permissible Limits Performer AFCONS CICO Records
(5.2.3)
Material: Aggregates: NF P18-545 and NF EN 13043

1 Intrisic Chatracteristics: B code

1.1 Micro Deval Attrition NF P18-572 MDE < 15 % QC Engineer 1/5000 T P W/A TR
1.2 Los Angeles NF P18-573 LA < 20 % QC Engineer 1/5000 T P W/A TR
1.3 Polished Stone Value NF EN 1097-8 < 50 QC Engineer 1/20000 T P W/A TR
2 Granularity: Manufacturing characteristics of the gravel Type III

2.1 Granularity EN 933-1 GC85/20 QC Engineer 1/1000 T P W/A TR

2.2 Cleanliness EN 933-9 f1 or f2 if MBF10 QC Engineer 1/1000 T P W/A TR

2.3 Flattening EN 933-3 FL25 QC Engineer 1/1000 T P W/A TR

3 Granularity: Sand Manufacturing characteristics Type A

3.1 Granularity EN 933-1 GF85 QC Engineer 1/1000 T P W/A TR

3.2 Cleanliness of the element < 2 mm EN 933-9 MB 2 QC Engineer 1/1000 T P W/A TR

4 Filler Aggregate (EN 13043)

4.1 Voids - Rigden EN 1097-4 V 28/45 QC Engineer 1/500 T P W/A TR


4.2 Delta Ring and Ball EN 13179-1 ∆ R & B 8/25 QC Engineer 1/500 T P W/A TR

4.3 Harmful fines EN 933-9 MBF 10 QC Engineer 1/500 T P W/A TR


5 Bitumen (EN 12591 or EN 13043):

5.1 Penetrability at 25oC EN 1426 ≥ 20 mm QC Engineer 1/Day P W/A TR


5.2 Softening Point EN 1427 > 55 oC QC Engineer 1/Day P W/A TR
5.3 Viscosity EN 12595 QC Engineer 1/Truck P W/A TR

6 Composition in relation to the reference formulation (absolute value) for the average of 4 samples (13108-21)

6.1 Bitumen Content % EN 12697-1 formula ± 0.3 QC Engineer 2 /Day P W/A TR

6.2 Aggrgates (passing at 0.063 mm) EN 12697-1 formula ± 2 QC Engineer 2 /Day P W/A TR

6.3 Aggrgates (2 mm passageway) EN 12697-1 formula ± 3 QC Engineer 2 /Day P W/A TR

6.4 Aggrgates (6,10 mm passageway) EN 12697-1 formula ± 4 QC Engineer 2 /Day P W/A TR

6.5 Aggrgates (14 mm passageway) EN 12697-1 formula ± 4 QC Engineer 2 /Day P W/A TR

7 Implementation NF P98-150-1
1/25 m
7.1 Compaction - 92 ≤ c ≤ 96 QC Engineer
1 core/500 m
≥ Prescribed
7.2 Thickness - Site Engineer - P W/A TR
thickness

7.3 Topographic measurement - ± 1 cm Site Engineer 1/10 m P W/A TR

L ≤ 0.3 cm
7.4 Irregularity Measurement- Straight Edge EN 13036-7 Site Engineer 1/50 m P W/A TR
T ≤ 0.5 cm

7.5 Inter Layer bonding - No debonding Site Engineer 1 core/500 m P W/A TR

Layer Total width: 0


7.6 Width Carriageway - to +5 cm Theoretical Site Engineer 1/50 m P W/A TR
Edge layer ± 3 cm
Average MTD ≥ 0.6
mm
7.7 Skid Resistance: Mean Texture Depth (MTD) NF EN 13036-1 QC Engineer 1 /25 m P W/A TR
Minimum MTD = 0.4
mm
Short wave band ≥ 6
Medium wave band
7.8 Evenness Test EN 13036-5 QC Engineer 1/50 m P W/A TR
≥ 6
Long wave band ≥ 5
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR WATER
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of
Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Permissible Frequency of
Material / Test Code Ref. Performer AFCONS CEG/SI Records Remarks
No. Limits test
1 Source Approval for Water
All tests should
Visual
Visit to source locations, As per tender satisfy as per
1.1 QC Engineer Once for source M W inspection for
approval of source specification requirement of
Water
contact
2 General Requirement :
2.10 Oil & Fats NF EN 1008 NF EN 1008 M W
Any foam should
2.2 Detergents NF EN 1008 disappear within M W
2minutes
2.3 Colour NF EN 1008 NF EN 1008 M W

2.4 Acidity ( PH value) NF EN 1008 PH ≥ 4 M W

2.5 Odour NF EN 1008 No Smell M W


QC Engineer / Every new source
2.6 Suspended Matters NF EN 1008 Max 4 ml. sediment External Testing /Once in a Six M W LTR
Reports. Month
Colour as yellowish
2.7 Humic matter NF EN 1008 brown/ paler after M W
addition of NaOH

2.8 Sugar NF EN 1008 Max. 100 mg/Ltr.

2.9 Chloride NF EN 1008 < 1000 mg/Ltr. M W

2.10 Sulphate NF EN 1008 < 2000 mg/Ltr. M W


W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR ADMIXTURE
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of
Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Permissible Frequency of
Material / Test Code Ref. Performer AFCONS CICO Records Remarks
No. Limits test
1 Source Approval for Admixture:-

All test to be conducted


Manufacturer As given in
1.1 mentioned in Sr. No. 3 Once for New source M W MTC MTC
guideline Sr. No. 3 &4
&4

Manufacturer Each Lot supplied at


2 Storage & Shelf Life Store in shade QC Engineer M W
guideline site
3 General Requirements

3.1 Aspect, Physical State NF EN 934-2 For each lot M W

3.2 Dry Material Content NF EN 934-2 M W


As per contract MTC
3.3 PH NF EN 934-2 specification QC Engineer MTC for each M W
/manufacturer lot/once in a six
3.4 Relative density NF EN 934-2 month M W

3.5 Chlorides NF EN 934-2 M W MTC

W: Witness of activity MTC: Manufacturer's test Certificate


ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR REINFORCEMENT STEEL

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Employer's TPMC : Setec International (SI)
Sr.
Material / Test Code Ref. Permissible Limits Performer Frequency of test AFCONS CEG/SI Records Remarks
No.
1 Source approval for Reinforcement Steel:-
Manufacturer Test Acceptance of
1.1 BS 4449 BS 4449 QC Engineer Once for Source M W MTC
Certificate Physical and
Sampling
2 Sampling BS 4449 BS 4449 QC Engineer Each Lot M W
Register
Clear from ground & Visual Inspection for
3 Storage Manufacturer Guideline QC Engineer M W
prevent from dust each lot Supplied at Site
4 Physical Tests: for Grade 500 B
4.1 Tensile Strength ( N/mm2) BS 4449 Minimum 500 N/mm2 M W

4.2 Yield Stress BS 4449 Minimum 485 N/mm2 M W


4.3 Elongation BS 4449 Minimum 14 % M W
4.4 Bend BS 4449 No sign of fracture M W MTC
External Lab Test reports
4.5 Rebend BS 4449 No sign of fracture Manufacturer Test once in a six month/ M W
6mm ± 9 % , 8mm to Certificate /External Lab Manufacturer Test
Weight per meter (% of
4.6 BS 4449 10mm ± 6.5 %, 12 Report. Certificate Each M W
variation)
and over ± 4.5 % Lot/500 Mt
4.7 Chemical Tests:
4.8 Carbon BS 4449 Max 0.25 % M W
4.9 Sulphar BS 4449 Max 0.050 % M W
MTC
4.10 Phosphorus BS 4449 Max 0.050 %
4.11 Nitrogen BS 4449 Max 0.012 % M W
As per bar bending
4.12 Cutting & Bending As per drawing QC Engineer Each Pour M W BBS sheet
schedule (BBS)
4.13 Protection from M
4.14 Loose mill scale Prevent from oil, mud, paint, retarder, loose mill QC Engineer Each cage M W
4.15 Oil, mud, paint, retarder scale QC Engineer Each cage M W
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR FINE AGGREGATE
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Frequency of
Material / Test Code Ref. Permissible Limits Performer AFCONS CICO Records Remarks
No. test
1 Source approval for Fine Aggregate:- ( Natural Sand)
Visual Inspection and all Visual
Visit to source locations, approval of As per tender tests should satisfy as per inspection
QC Engineer Once for source W R/M
source specification requirement of contract for
specification aggregates
Sampling
2 Sampling BS EN 12620 BS EN 12620 QC Engineer As per Test P/W W/M
Register
Stored in separate bins as
per size and on hard
3 Storage BS EN 12620 Stores Each Load W/M R
surface to avoid soil
contamination.
4 Physical test:

4.1 Gradation test EN 933-1 EN 933-1 QC Engineer Weekly /500 Cum W/M R/S

4.2 Specific gravity( SSD) EN 1097-6 EN 1097-6 W/M R/H

4.3 Density EN 1097-3 EN 1097-3 QC Engineer Once in six W/M LTR


month/Once per
4.4 Water absorption EN 1097-6 EN 1097-6 W/M R/H
source for approval
Fine content ( Materials finer than 63
4.5 EN 933-9 EN 933-9 QC Engineer W/M R/H
micron BS sieve )
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR COARSE AGGREGATE

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Frequency of
Material / Test Code Ref. Permissible Limits Performer AFCONS CICO Records Remarks
No. test
1 Source approval for Coarse Aggregate:-

Visual Inspection and all


Visual
Visit to source locations, As per contract tests should satisfy as
QC Engineer Once for source W M/R inspection for
approval of source specification per requirement of
aggregates
contract specification
Sampling
2 Sampling BS EN 12620 BS EN 12620 QC Engineer As per Test P/W W/M
Register
Stored in separate bins as
per size and on hard
3 Storage BS EN 12620 QC Engineer Each Load W/M R
surface to avoid soil
contamination.
4 Physical test

4.1 Gradation test EN 933-1 EN 933-1 QC Engineer Weekly W/M R/S

4.2 Flakiness index EN 933-3 EN 933-3 QC Engineer Once in month W/M R/S
LTR
Specific gravity & water
4.3 EN 1097-6 EN 1097-6 QC Engineer Once for source W/M R/H
absorption(SSD)

4.4 Los Angeles Coefficient EN 1097-2 EN 1097-2 QC Engineer Once in month W/M R/H

W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR CEMENT
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Contractor : AFCONS Infrastructure Limited
Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Frequency of
Material / Test Code Ref. Permissible Limits Performer AFCONS CICO Records Remarks
No. test
1 Source approval for Cement :-
All test to be conducted Manufacturer / Acceptance of Physical
1.1 As given in Sr. No. 4,5 & 6. Once for Source M W MTC
mentioned in Sr. No. 4,5 & 6. EN 197 QC Engineer and Chemical test

2 Sampling EN 197 EN 197 Each Lot M W


Protected against rain, Humidity,
3 Storage Manufacturer Guideline QC Engineer Each Lot M W
dew fall and dust.
4 Physical Tests: 42.5 R Strength Class
4.1 Standard Consistency ( %) EN 197 - Manufacturer Test M W LTR
Certificate /Internal Lab Each Lot
4.2 Initial setting time (minutes) EN 197 ≥60 Report. M W LTR

5 Compressive strength,
5.1 2 days (N/mm2) for 42.5 R EN 197 ≥ 20 M W LTR
2
5.2 7 days (N/mm ) EN 197 - M W LTR
Manufacturer Test
5.3 28 days (N/mm2) EN 197 ≥ 42.5 Each Lot M W LTR
Certificate
5.4 Soundness EN 197 ≤ 10 mm M W LTR
5.5 Fineness (m2/kg) EN 197 As per MTC M W LTR
6 Chemical test.
6.1 Tri & Di Silicates (Ratio) EN 197 < 2/3 M W MTC

6.2 Calcium Silicate Ratio(CaO/SiO2) EN 197 >2 M W MTC

6.3 Insoluble Residue EN 197 < 1.5% M W MTC


6.4 Magnesium Oxide (MgO) EN 197 < 5.0 % Manufacturer Test M W MTC
Each Lot
Certificate
6.5 Sulphate (as SO3) for 42.5 N EN 197 < 3.5 % M W MTC
6.6 Sulphate (as SO3) for 42.5 R EN 197 < 4.0 % M W MTC
6.7 Total Loss on Ignition EN 197 < 3.0% M W MTC
6.8 Total Chloride EN 197 < 0.1% M W MTC
W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
INSPECTION AND TEST PLAN FOR FRESH CONCRETE

Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

Contractor : AFCONS Infrastructure Limited


Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Sr. Frequency of
Material / Test Code Ref. Permissible Limits Performer AFCONS CICO Records Remarks
No. test

1 Design of concrete Mix M W


Visual Inspection and all Once for
Trials Mix Design tests should satisfy as per source/Before Trial mix
2 EN 206 QC Engineer M W
Observation Data requirement of contract commencement of Report
specification work
3 Concrete Sampling M W

When strength Dispatch


4 Slump Test EN 12350-1 As per Mix Design, QC Engineer Specimen are taken / as M W slip/Pour
and when required card
Compressive strength 6 cubes per 10-100
6 EN 12390-3 Designed Target/ Fck Value M W
at 7 & 28 days m3
QC Engineer LTR
As per contract
7 Concrete core testing EN 12390-3 Designed Target/ Fck Value M W
specification

W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform

M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold

R: Review A: Approved TR: Test Report


INSPECTION AND TEST PLAN FOR FRESH CONCRETE
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

Contractor : AFCONS Infrastructure Limited


Employer : Société Autoroutière Du Gabon (SAG)
Contractor's Independent Control Officer : Consulting Engineerig Group (CEG)
Frequency
S.r.No Material/Test Code Referemce Permissible Limits Performer AFCONS/IL CICO Records Remarks
of Test
1 Source Approval For Eulssion
All test to be conducted mentioned
1.1
Sr.no 4&4
2 Sampling Manfacture/NF EN 13808 As given Sr.no 4,5&6

3 Storage

4 Tests

4.1 Residual Bitumen

4.2 Catonic Emulssion -C55B(F)5

4.3 Catonic Emulssion -C55B(P)3

5 Implementation

5.1 Rate of Spread in kg/m2

5.2 Primecoat

5.3 Tack coat

W: Witness of activity MTC: Manufacturer's test Certificate ASL: AFCONS Site Laboratory P: Perform
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
R: Review A: Approved TR: Test Report
Appendix - 02
Checklists
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located
in the Republic of Gabon
INSPECTION CHECK LIST FOR : BACKFILL 1st LAYER
Location : Date :
Description of Layer :
Approved
Sl. No Description
Yes No

1 Alignment drawing approved ?

2 Working Cross-Section approved ?

3 Centreline reference line marked ?

4 Ground level recorded?

5 clearing and grubbing done ?

6 Wheather any ground improvement needed ?

7 Soil used in construction of embankment is approved ?

8 TBM list and centre line markings followed are latest and approved ?

9 Width of the layer prepared is as required at that particular layer ?


Check for cross fall, it is maintained to drain off surface water without any
10
stagnation ?
11 Dimensions at desired level R.L. as per drawing ?

12 Is the control of moisture during rolling as per method ?

13 Safety arrangements adequate ?

__________________________________________________________________________________________________________________
Comments :-

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise
National Road located in the Republic of Gabon

INSPECTION CHECK LIST FOR : BACKFILL

Location : Date :

Description of Layer :

Approved
Sl. No Description
Yes No

1 Is the methods statement approved by client ?

2 Check for surface preparation, is it ok with loose pocket and undulation?

3 Soil used for construction of backfill is approved?

4 Check loose/compacted thickness of layer, is it as recommended?

5 TBM list and centre line marking followed are latest and approved?
Width of the layer prepared is as required at that particular RL of the
6
layer?
Check for cross fall, it is mentained to drain off surface water without any
7
stagnation?
8 Check for dimension at desired R.L. as per drawings ?
Moisture content of the soil before and during rolling is within the
9
specified limits?
10 Safety arrangements adequate ?

Comments :- ____________________________________________________________________________

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located
in the Republic of Gabon
INSPECTION CHECK LIST FOR : EMBANKMENT LAYER

Location : Date :

Description of Layer :

Approved
Sl. No Description
Yes No

1 Backfill top compaction and levels found ok?

2 Is the soil/borrow material used from approved source?

3 Thickness of the layer is as per drawing?

4 Camber and R.L. of the layer is as per the approved drawing?

Width of the layer prepared is as required at that particular RL of the


5
layer?
The moisture content of the sub-grade construction material is within the
6
limits?

7 check for level of the surface after compaction. Is it ok?


Is there visual deflection on layer of passing of 13 MT loaded truck to the
8
axle?
9 Safety arrangements adequate ?

Comments :- _________________________________________________________________________________

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
INSPECTION CHECK LIST FOR : CAPPING LAYER
Location : Date :

Description of Layer :

Approved
Sl. No Description
Yes No

1 Embankment top compaction and levels found ok?

2 Is the soil/borrow material used from approved source?

3 Thickness of the layer is as per drawing?

4 Camber and R.L. of the layer is as per the approved drawing?

5 Width of the layer prepared is as required at that particular RL of the layer?

The moisture content of the capping layer construction material is within the
6
limits?

7 check for level of the surface after compaction. Is it ok?

8 Safety arrangements adequate ?

Comments :- ________________________________________________________________________________________________________________

CICO Representative

Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National
Road located in the Republic of Gabon
INSPECTION CHECK LIST FOR : GNT2

Location : Date :

Description of Layer :

Approved
Sl. No Description
Yes No

1 Is the source of material / mix design approved ?

2 Is the under laying layer approved ?


Are there adequate grade and survey stakes available for control of
3
placement layer ?
4 Is the placing of material appropriate ?
Are there adequate number of graders available for spreading and
5
levelling of fill ?
6 Is checking of loose thickness of layer done ?
Are there adequate amounts of suitable rollers available for the
7
compaction operation ?
8 Is the layer free from any segregation ?
Is the number of passes, speed and rolling pattern of compactors
9
correct ?
10 Is the finished compacted layer of the specified thickness ?
Width of the layer prepared is as required at that particular RL of the
11
layer?
12 Are there any localized wet, soft and under compacted areas ?

13 Is there any arrangement for protection of the finished surface ?

14 Is the control of moisture during rolling as per method ?

15 Safety arrangements adequate ?

Comments :- ___________________________________________________________________________________________
CICO Representative

Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National
Road located in the Republic of Gabon
INSPECTION CHECK LIST FOR : PRIME COAT / TACK COAT

Location : Date :

Description of Layer :
Approved
Sl. No Description
Yes No

1 Is the proposed surface approved ?

2 Is the type of bituminous/emulsion primer approved ?

3 Is the rate of application established ?

4 Is the weather conducive to carryout the priming ?

5 Are the nozels of the bitumen sprayer free and clean ?

6 Is the temperature of solution as required ?

7 Is the quality of priming appropriate ?

8 Is the coverage / spread as per specification ?

9 Safety arrangements adequate ?

Comments : - _____________________________________________________________________________________

CICO Representative
Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon

INSPECTION CHECK LIST FOR : EME-2/BBME-3

Location : Date :

Description of Layer :

Approved
Sl. No Description
Yes No

1 Is the under laying layer approved and ready for laying EME/BBME ?

2 Is the Prime Coat / Tack coat applied if required ?

3 Are survey stakes set out to determine vertical and horizontal control of asphalt layers ?

4 Is there conducive atmosphere for laying of EME/BBME as per latest weather forecast ?

5 Are there sufficient manpower, machinery and material for asphalt paving ?

6 Are the pavers in good working condition ? (Check For sensors)

7 Are pavers, trucks and compactors clean and free of cold and residual asphalt ?

8 Is the trial run carried out to establish rolling pattern and compaction required ?

Are the parameters for asphalt paving (minimum placement temperature, minimum and maximum
9
rolling temperatures) available for use by the site inspectors ?
Are there discharge dockets/batching plant dockets ( from haul trucks ) with discharge time, arrival
10
time, discharge temperature and arrival temperature available ?

11 Is the laying temperature of asphaltic concrete within the specified requirements ?

Is the rolling operation (breakdown rolling, intermediate rolling and finish rolling) at the proper or
12
specified temperature ?
Are the rolling operations (type of compactor, weight, contact pressure, speed, number of passes, and
13
rolling pattern of compactor) correct or consistent with good paving practices ?

14 Is there any segregation of aggregates in the asphaltic concrete ?

15 Is the work free from cold joints or construction joints ?

16 Are the finish levels of asphalt in conformance with tolerable specification limits ?

17 Have representative asphalt samples been retrieved for laboratory testing ?

18 Safety arrangements adequate ?

_________________________________________________________________________________
Comments :-

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon
INSPECTION CHECK LIST FOR : CEMENT CONCRETE WORKS - FORM WORK

Location of Structure : Date :

Type of Structure :

Part of Structure :

Approved
Sl. No Description
Yes No
1 Is the form work material in good condition ?
Are the form work panels smooth, clean and applied with sufficient form
2
oil or stripping agent prior to use ?
3 Are the alignment and the location of the form work checked ?

4 Is the form work line, slope, level as per drawing and specification ?

5 Is the form work line, free from any gaps and spaces between forms ?

6 Are tie bolts used for the form works ?

7 Is the form work structure firm and rigid with firm footing support ?
Are there an adequte and satisfactory amount of false work, temporary
8
supports, shoring, braces and ties ?
9 Is the form work capable of withstanding pouring pressure ?

10 Has proper access arrangement been provided ?


Has the form work and steel reinforcement been approved prior to
11
pouring of Concrete ?
12 Are the shear keys provided for next lift of concrete ?

13 Safety arrangements adequate ?

Comments :- __________________________________________________________________________

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National
Road located in the Republic of Gabon
INSPECTION CHECK LIST FOR : C.C WORKS - REINFORCEMENT

Location of Structure : Date :

Type of Structure :

Part of Structure :

Approved
Sl. No Description
Yes NO

1 Is the grade of reinforcement as per specification and drawing ?

2 Are reinforcement bars free from rust, oil,grout,admixtures and fractures ?

3 Is the bar bending schedule approved ?

4 Are the rebars tied as per bending schedule ?

5 Are main steel bars and secondary bars securely tied ?

6 Is the required cover for reinforcement maintained ?

7 Does the lapping length meet the required specifications and laps are staggered ?

8 Is there adequate space between the reinforcement bars for pouring concrete ?

9 Safety arrangements adequate ?

Comments :- ____________________________________________________________________________________________

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon
INSPECTION CHECK LIST FOR : PRE-CONCRETE

Location of Structure : Date :

Type of Structure :

Part of Structure :
Approved
Sl. No Description
Yes NO

1 Is the form work , false work and reinforcement approved for pouring ?

2 Is the pouring arrangements done as per approved system ?

3 Is the formwork sufficiently coated with shuttering release coating ?

4 Is the reinforcement, pour area free from foreign materials ?

5 Is the reinforcement in position maintaining spacing, cover etc ?

6 Is adequate vibrators available with spare arrangement ?

7 Is adequate covering / protection provisions available at site ?

Is the site sampling / testing arrangement for concrete cubes, slump testing
8
etc. appropriate ?

9 Safety arrangements adequate ?

Comments :- _________________________________________________________________________________________________

CICO Representative

Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National
Road located in the Republic of Gabon
INSPECTION CHECK LIST FOR : POST-CONCRETE

Location of Structure : Date :

Type of Structure :

Part of Structure :
Approved
Sl. No Description
Yes NO

1 Is there any honey combs appear on the surface ?

2 Is there any exposure of reinforcement?

3 Is there any cracks appear on the surface ?

4 Is there any arrangements for curing ?

5 Safety arrangements adequate ?

Comments :- ___________________________________________________________________________________
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon
INSPECTION CHECK LIST FOR : LAY OUT

Structure ID : Date :

Location of Structure :

Northing Easting RL
Location/Chainge Side
Required Achieved Required Achieved Required Achieved

Start ch. : L/s

Cntr

R/s

Centre ch. : L/s

Cntr

R/s

End ch. : L/s

Cntr

R/s

Comments :- _____________________________________________________________________
Annexure - 03
Site Instructions
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon

SITE INSTRUCTION
To Date

Site Incharge

M/S AFCONS INFRASTRUCTURE LIMITED

NR1 Project Gabon

Issued By HE / ME / BE S.I No

Cc ICO TL RFI No

1. Defects Observed:

2. Proposed Remedial Action:

CICO Representative
3.Response Time Days Signature
Date

4. Corrective action taken by the Contractor:

AFCONS Representative
Signature
Date

5. Compliance:
6. Non-Compliance: Signature
Date
Annexure - 04
Non Conformance Report
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in
the Republic of Gabon
NON-CONFORMANCE REPORT(NCR)

NCR No CICO/NCR/00 Highway Material Lab Structure Date

Name of Work :

Chainage Pk :

Non-Conformity details (NCR):

CICO Representative Comments:

Actual Observation Finding at


Proposed Remedial /Rectification

Enclosed
NCR Issued by NCR Received by

CICO Representative Contractor Representative

Name Name

Designation Designation

Signature Signature

Compliance Proposed by the


Contractor:

Target Complince Period

Signature

Contractor Project Manager

Recommendation/ Comments by CICO Representative. after compliance:

Actual Compliance Date Highway Material Lab Structure


NCR Closed /NCR Not Closed Signature

CICO Team Leader

Copy to: Employer /Contractor/ Others :


Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
NON-CONFORMANCE REPORT(NCR)

NCR No CICO/NCR/00 Highway Material Lab Structure Date

Name of Work :

Chainage Pk :

Non-Conformity details (NCR):

CICO Representative Comments:

Actual Observation Finding at


Proposed Remedial /Rectification

Enclosed

NCR Issued by NCR Received by

CICO Representative Contractor Representative

Name Name

Designation Designation

Signature Signature

Compliance Proposed by the


Contractor:

Target Complince Period

Signature

Contractor Project Manager

Recommendation/ Comments by CICO Representative. after compliance:

Actual Compliance Date Highway Material Lab Structure

NCR Closed /NCR Not Closed Signature

CICO Team Leader

Copy to: Employer /Contractor/ Others :


Annexure - 05
Quality Test Formats
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

LOSANGELES TEST
(Test Mehtod: NF P18-573 or NF EN 1097-2)
Location / Source: Sample No.:
Material Type: Sampled By:
Sampling Date: Tested By:
Testing Date:

GRANULAR CLASSIFICATION AND STEEL SPHERES TEST AND RESULTS

Weight of one
Total Weight of steel spheres ᶲ 45-49 mm in gm Total Weight Los Angeles Specification Limits: As per
Number of Sample taken
Granular class Sub -class steel sphere sample passing in a coefficient Employer's Requirements -Part III.02
steel spheres in gm Tolerated Tolerated Actual by sub-class
Recommanded taken 1.6mm sieve "LA" : Performance Specifications
minimum maximum Weight

5 6 7 8 9 10 11 12 13 14 15 16

4/6.3 7 3080 2930 3100


6.3/10 9 3960 3810 3980
Sub Base -Unbound material :
10/14 11 4840 4690 4860 Cofficient Los Angles(LA) < 30%
Sub Base -Base Course-Asphalt
10/16
10/25 11 4840 4690 4860 Concrete :
16/25 400 - 445 5000 ± 5 Cofficient Los Angles(LA) < 30%
Wearing course :
16/25
16/31.5 12 5280 5130 5300 Cofficient Los Angles(LA) < 20%
25/31.5
25/40
25/50 12 5280 5130 5300
40/50

Comments :- ________________________________________________________________________________________________________________________________________________________________________________

CICO REPRESENTATIVE

Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon

MICRO DEVAL TEST

Test Mehtod: NF P18-572 or NF EN 1097-1


Location / Source: Sample No.:
Material Type: Sampled By:
Sampling Date: Tested By:
Testing Date:
MICRO DEVAL MACHINE GRANULAR CLASSIFICATION AND STEEL SPHERES
Total weight of steel Weight
Rotational Diameter of
Internal spheres ᶲ 10 ± 0.5 mm Total sample passing Micro Deval
Internal Number of speed in Granular Number of one steel
diameter in in gm taken through coefficient
length in mm rotation rotations/mi class steel spheres sphere
mm Recommand Actual in gm 1.6mm sieve "MDE"
nute in mm
ed Weight in gm

1 2 3 4 5 6 7 8 9 11 12 13

200 ± 1 154 ± 1 12000 ± 10 100 ± 5 10/14 10 ± 0.5 5000 ± 5 5000

Limit: 5.1.1: NA 5.1.2: NA , 5.1.3: ≤ 45 %, 5.1.4: ≤ 45 %, 5.1.5: ≤ 45 %

____________________________________________________________________________________________________________________
Comments :-
CICO Representative

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise
National Road located in the Republic of Gabon

Analysis Granulometric Test


Test Method: NF P94-056
Location / Source Sample No.

Material Descrption Sapled By


Sampling Date Tested By
Testing Date Wt. of sample after
Wt. of sample before washed (gm) washed (gm)

Seive Size Cummulative Wt.


Cum % Wt. retained % Passing Remarks
(mm) Retained (gm)
25.0
20.0
16.0
14.0
12.5
10.0
8.0
6.3
5.0
4.0
2.50
2.00
1.60
1.250
1.000
0.800
0.500
0.400
0.250
0.160
0.125
0.080
Pan
Percentage of Fines (%) F :- Dmax

Comments :-
CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise
National Road located in the Republic of Gabon

Analysis Granulometric Test


Test Method: NF P94-056
Location / Source

Material Descrption

Sampling Date

Testing Date

100

90

80

70

60
Passing Percentage(%)

50

40

30

20

10

0
0.0 5.0 10.0 15.0 20.0 25.0 30.0
Sieve Size(mm)

Remarks:

CICO Representative

Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of
Gabon
ATTERBERG LIMITS
Test Method: NF P94-051

Source : Lab Ref No. :

Location: Date of Sampling:

Depth (m): Date of Testing:

Sample No. Sampled By:

Type of Material Tested By:


Blending Praportions
LIQUID LIMIT PLASTIC LIMIT
Description
Test I Test II Test III Test IV Test I Test II Avg.
No of blows/Penetration (mm)
Container No
Container + Wet soil, W1 (g)
Container + Dry soil, W2 (g)
Weight of Container, W3 (g)
Weight of water, W4= W1-W2 (g)
Weight of oven dry sample, W5=W3 -
W1 (g)
Water content percentage,
100x(W4/W5)

45.00

25 25
Water Content(%)

40.00
0 70
35.00

30.00

25.00
10 No. of Blows 100

Plasticity Index(PI)% Employer's Requirement: Part III.02: Performance


Liquid Limit(LL) % Plastic Limit (PL)%
(PI = LL-PL) Specification
Back Fill Material :
< 35%
Sub formation (Embankment) : <30 %
Capping Layer: <25 %

CICO Representative
Signature
Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
PROCTOR TEST
Test Mehtod: NF P94-093
Source : Date of Sampling :

Location/Chainage (LHS/RHS) : Date of Testing :


Description of Material Sampled By:

Wt. Of Sample : Tested By:


Observation Sheet

s.no Description Unit 1 2 3 4 5 6


1 Volume of Mould (v) cc
2 Weight of Mould (a) gm
3 Weight of Mould + Wet Soil (b) gm
4 Weight of Wet Soil (b-a) = c gm
5 Wet Density = c/v gm/cc
Moisture Content Determination
s.no Container No. -
1 Weight of Container (1) gm
2 Weight of Wet Soil + Container(2) gm
3 Weight of Dry Soil + Container(3) gm
4 Weight of Water (2-3) = 4 gm
5 Weight of Dry Soil (3-1) = 5 gm
6 Water Content (4/5x100) %
7 Dry Density gm/cc

MDD
=
(gm/cc)
Dry Density gm/cc

OMC (%) =

Moisture Content %

CICO Representative

Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
CALIFORNIA BEARING RATIO TEST (After Immersion)
Test Method: NF P94-078
Type of Material Date of Sampling
Source Date of Soaking
Chainage/location Date of Testing
Proposed to use Sampled By
MDD(g/cc) OMC(%) Tested By
SOAKING CONDITION 10 Blows 25 Blows 55 Blows
DENSITY DETERMINATION Before After Before After Before After
MOLD NUMBER
WEIGHT OF MOLD (g) A

WEIGHT OF SOIL + MOLD (g) B

WEIGHT OF SOIL (g) C = (B-A)

VOLUME OF MOLD(cc) D

WET DENSITY OF SOIL(g/cc)E=(C/D)

DRY DENSITY OF SOIL (g/cc)F=E /(1+( L/100)

MOISTURE DETERMINATION
CONTAINER NUMBER

WET SOIL + CONTAINER (g)G

DRY SOIL + CONTAINER (g) H

WEIGHT OF WATER (g) I= (G-H)

WEIGHT OF CONTAINER (g) J

WEIGHT OF DRY SOIL (g) K =(H-J)

MOISTURE CONTENT (%)L= (I/K)x 100

AVG. MOISTURE CONTENT (%)


Proving Ring factor
Dial Load in Dial Load in Dial Load in
Pentration in mm Standard Load
Reading ( Kn) Reading ( Kn) Reading ( Kn)
0
0.625
1.3
2.0
2.5 13.35
5.0 19.93
7.5
10.0
12.5
Swell reading Intial
Swell reading Final
Swell %
CBR @ 2.50 mm
CBR @ 5.0 mm

CICO Representative

Signature

Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in
the Republic of Gabon
CALIFORNIA BEARING RATIO TEST (After Immersion)
Test Method: NF P94-078
Type of Material Date of Sampling
Source Date of Soaking
Chainage/location Date of Testing
Proposed to use Sampled By
Tested By
MDD(g/cc) OMC(%)

20.00

18.00

16.00

14.00
Load in( Kn)

12.00

10.00

8.00

6.00

4.00

2.00

0.00
0 0.5 1 1.5 2 2.5 3 3.5 4 4.5 5 5.5 6 6.5 7 7.5 8 8.5 9 9.5 10 10.5 11 11.5 12 12.5 13 13.5
Pentration in (mm)
Swelling (%)
CBR %

Dry Density (g/cc)


Dry Density g/cc

Employer's Requirements -Part -III.02: Performance


Results Specifications

Density @ 95% Compaction (gm/cc)

CBR @ 95 % Compaction (%)

CBR @ 95 % Swelling (%)

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon
In-situ Density Test (Sand Replacement Method)
Test Mehtod: BS 1377-9

Location /Source RFI NO


LayerType Sample No
Material Description Testing Date
Weight of sand in Cone Bulk density of sand
Hole Number Nos. 1 2 3 4 5 6 Remarks

Chainage

Offset from centre line m

Depth Excavated mm
Wet Density Determination
Mass of wet soil from hole (mw) gm
Mass of sand before pouring (m1) gm
Mass of sand after pouring (m4) gm
Mass of sand in hole (mb = m1-m4-m2) gm
Bulk density ƿ = (mw/mb) x ƿa Mg/m3
Moisture Content Determination

Container Number

Mass of container + wet soil gm

Mass of Container + dry soil gm

Mass of container gm

Mass of water gm

Mass of dry soil gm

Moisture content (w) %


Dry Density Determination
3
Dry density ƿd = 100 x ƿ/(100+w) Kg/m
MDD Kg/m3
OMC %

Compaction %
Sub Formation(Embankment):
Backfill Material: 95.0% ƿd OPN, 92.0% ƿd OPM
95.0% ƿd OPN, 92.0% ƿd OPM

Specified compaction % Sub Formation in Cutting (Excavate and Capping Layer: 98.5% ƿd OPN,
Replace): 95.0% ƿd OPN, 92.0% ƿd OPM 96.0% ƿd OPM

Unbound Matrial(Earth Work): 98.5% ƿd OPN, 96.0% ƿd OPM

Number of test
Average Compaction %

Comments :- ____________________________________________________________________________________________
CICO Representative
Signature
Date :
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon
IRREGULARITY MEASUREMENT TEST
Test Mehtod: NF P98-218-1
Layer Details RFI No
Location /Source Testing Date:
Material Description TestedBy
Longitudinal Transverse Specification Limits Asper
Employer's Requirements -
Sl. No. Test Location Evenness Evenness Part III.02 : Performance
Remark
(cm) (cm) Specifications

Capping Layer:
Longitudinal < 2.0cm
and
Transverse < 2.0cm
Sub -Base Unbound
material:
Longitudinal < 1.0cm
and
Transverse < 1.5cm
Sub Babse-Base course -
Asphalt Concrete:
Longitudinal < 1.0cm
and
Transverse < 1.5cm

Comments :- _________________________________________________________________________________________

CICO Representative

Signature

Date
CLIENT CONTRACTOR
CICO

EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon

REQUEST FOR INSPECTION (RFI)

Discipline Survey Material Highway Structure

RFI No Date of Submission

Chainage Date of Inspection

BOQ Item Time

Work Descrption :-

Requested By Contractor Representative Recived By CICO Representative

Name Name

Signature Signature

Date Date

Time Time

Inspection Comments by CICO's Representatives

Highway Engineer

Material Engineer

Structural Engineer

CICO Comments

Approved For Information Not Approved

CICO Signature
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located
in the Republic of Gabon
DEFLECTION MEASURMENT(D90)TEST(By Benkelman Beam Method)
Test Mehtod: NF P98-200-2
Location /Source: RFI No
Layer Details: Dateof Testing
Material Description: Tested By
Deflexion No.of Mean Standard
D90 Specification Limits
(1/100mm) values Deflexion Deviation
Asper Employer's
Sl. No. Location/ Chainage Side Remarks
D90= Requirements -Part III.02 :
Reading D=R*2 n 1/100mm s Performance Specifications
(Mean Deflexion +1.3 x SD)

1
2
3
4
5
6
7
8
9 Sub-formation (embankment)
< 300 / 100 mm
10 Sub-formation In cutting
< 200 / 100 mm
11 Capping Layer:
12 < 150 / 100 mm

13
14
15
16
17
18
19
20

CICO Representative

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in
the Republic of Gabon

DETERMINATION OF PARTICLE SIZE DISTRIBUTION


OF COARSE AGGREGATES (5/15 MM)
Test Method EN 933-1
Sample Descrption Date of Sampling
Source/Location Date of Testing
Sample No Sampled By
Weight of sample (gm) Tested By
Cumm. % Requirement as per
Max.Size of Weight Cumm. Weight
Sieve (mm) Weight % Passing NF EN 12620-2002
Aggrgate (mm) Retained (gm) Retained (gm)
Retained (Table -2,3&11)
31.5 100 100
20.0 98 100
16.0 90 100
11.2 10 85
15 mm
5.0 0 15
2.36 0 5
0.063 0 1.5
Pan

120

100

80
% of Passing

60

40

20

0
0.01 0.1 1 10 100
Sieve Size ( mm)

CICO Representative

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located
in the Republic of Gabon

DETERMINATION OF PARTICLE SIZE DISTRIBUTION


OF COARSE AGGREGATES (15/25 MM)
Test Method EN 933-1
Sample Descrption Date of Sampling
Source/Location Date of Testing
Sample No Sampled By
Weight of sample (gm) Tested By
Cumm. % Requirement as per
Max.Size of Weight Cumm. Weight
Sieve (mm) Weight % Passing NF EN 12620-2002
Aggrgate (mm) Retained (gm) Retained (gm)
Retained (Table -2,3&11)
50 100 100
31.5 98 100
25.0 90 100
20.0 - -
25 mm
16.0 0 15
8.0 0 5
0.063 0 1.5
Pan -

110
100
90
80
70
% of Passing

60
50
40
30
20
10
0
0.01 0.1 1 10 100
Sieve Size (mm)

CICO Representative

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon

DETERMINATION OF PARTICLE DENSITY AND WATER ABSORPTION


OF COARSE AGGREGATES
Test Method: EN 1097- 6

Description of material Date of Sampling

Source/Location Date of Testing

Sampled by Tested by

Description of sample Test 1 Test 2 Average

Weight of oven dry sample (g) A

Weight of SSD sample (g) B

Weight of sample in water (g) C

SSD Bulk Specific Gravity B/(B-C)

Bulk Specific Gravity A/(B-C)

Apparent Specific Gravity A/(A-C)

Water Absorption (%) 100 X (B-A)/A

Comments : - ____________________________________________________________________________

CICO Representative

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in
the Republic of Gabon

DETERMINATION OF PARTICLE SIZE DISTRIBUTION OF FINE AGGREGATES

Test Method EN 933-1


Sample Descrption Date of Sampling
Source/Location Date of Testing
Sample No Sampled By
Weight of sample before wash (gm) Weight of sample after wash (gm)

Cumm. % Requirement as per NF EN 12620-


Max.Size of Weight Cumm. Weight
Sieve (mm) Weight % Passing 2002
Aggrgate (mm) Retained (gm) Retained (gm)
Retained (Table -2,4& C1)
8 100 100
5.6 95 100
4.0 ` 100
2.0
1.0 0 20
4 mm
0.50
0.250 0 10
0.125
0.063 0 3
Pan
Fineness Modulus As per EN 12620-2002 Annex B Table B.2 -
∑{(>4)+(>2)+(>1)+(>0.500)+(>0.250)+(>0.125)}/100

120
110
100
90
80
% of Passing

70
60
50
40
30
20
10
0
0.01 0.1 1 10
LL UL %of Passing
Sieves in mm

CICO Representative
Signature:
Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon

DETERMINATION OF PARTICLE DENSITY AND WATER ABSORPTION


OF FINE AGGREGATES
Test Method: EN 1097- 6
Sample Descrption Date of Sampling

Source/Location Date of Testing

Sample No Sampled By

Description of sample Test 1 Test 2 Average

A = Weight of Pyconometer + SSD sample + water (g)

B = Weight of Pyconometer + water (g)

C = Weight of SSD sample (g)

D = Weight of oven dry sample (g)

SSD Bulk Specific Gravity, C/{C-(A-B)}

Bulk Specific Gravity, D/{C-(A-B)}

Apparent Specific Gravity, D/{D-(A-B}

Water absorption, percentage, 100 X (C-D)/D

Comments :- ________________________________________________________________________________

CICO Representative

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon
DETERMINATION OF PARTICLE SHAPE - FLAKINESS INDEX
OF COARSE AGGREGATES
Test Method: EN 933-3

Sample Descrption Date of Sampling

Source/Location Date of Testing

Sample No Sampled By

Weight of Sample Taken M Tested By

Sieve Size (mm) Weight of Agg.


Weight of Agg. Nominal width of
Passing Thick.
size fraction (gm) slot in bar sieve Flakiness Index Remarks
Gauge (gm)
Passing Retained A (mm)
B

63.0 50.0 31.5

50.0 40.0 24

40.0 31.5 20

31.5 25.0 16

25.0 20.0 12.5

20.0 16.0 10

16.0 12.5 8

12.5 10.0 6.3

10.0 8.0 5

8.0 6.3 4

6.3 5.0 3.15

5.0 4.0 2.5

TOTAL ΣA = ΣB =

Flakeness Index (%), FL = (ΣB/ΣA) x 100 =

Mass retained on 63mm (a)= Mass passing on 4mm (b)= Sum of discared mass (a+b)=

100x {M-(ΣA+(Σdiscarded masses) +(Σnot tested fraction masses)}/M = <1%


Spec.Limits: Sub-base-Unbound material: 35%; Sub-base and Base course-Asphalt concrete: 25 %;
Wearing coarse: 25 %; Concrete Aggregate: 25 %

Comments: _______________________________________________________________________________________________-

CICO Representative
Signature:
Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located
in the Republic of Gabon
DETERMINATION OF COMPRESSIVE STRENGTH OF CONCRETE CUBES
Test Method: EN 12390-3
Concrete Mix /
Date of Casting
Grade
Location Date of Testing
Part of Structure Size of Cube: 150 x 150 x 150 (mm)
2
Age in Days Area of Cube(mm ): 22500
Compressive
Weight Density Max.Load at failure Average Strength
Cube No. Strength 2
(gm.) (gm/cc) (KN) 2 (N/mm )
(N/mm )

Comments :

CICO Representaive

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon

DETERMINATION OF MOISTURE CONTENT

Test Method: NF P 94-050

Source/Location Sample No

Material Descrption SampledBy

Sampling Date Tested By

Testing Date

Description Test I Test II Average

Container Number

Weight of Container + Wet soil (W1) gm

Weight of Container + Dry soil (W2) gm

Weight of Container (W3) gm

Weight of Water (W4= W1-W2) gm

Weight of Oven Dry sample (W5=W2-W3) gm

Water Content {100x(W4/W5)} %

Comments: ----------------------------------------------------------------------------------------------------

CICO Representative

Signature:

Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
DETERMINATION OF PARTICLE SIZE DISTRIBUTION OF GNT2, 0/31.5 MM
Test Method: EN 933-1
Source/Location Sampled By
Material Descrption Tested By
Sampling Date Testing Date
Weight of Sample befoer
Weight of Sample after wash (gm)
wash (gm)
Specification Limits as per EN
Sieve Size Wt. Retained Cum.Wt. Retained Cum % Cum % 13285
(mm) (gm) (gm) Wt. Retained Passing
Lower Upper
45 100 100
31.5 85 99
16 55 85
8 35 68
4 22 60
2 16 47
1 9 40
0.500 5 35
0.063 4 9
Pan

100
90
80
Passing Percentage (%)

70
60
50
40
30
20
10
0
0.01 0.1 1 10 100
Sieve Size(mm)

Comments :- _________________________________________________________________________________________________________________

CICO Representative
Signature:
Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic
of Gabon

DETERMINATION OF PARTICLE SIZE DISTRIBUTION AGGREGATES FOR EME2, 0/20 MM


Test Method: EN 933-1
Source/Location SampleNo
Material Descrption Sampled By
Sampling Date Tested By
Weight of sample
Testing Date (gm)
Specification Limits as per Employer's
Cum.Wt. Requirements Part III.02: Performance
Sieve Size Wt. Retained Cum % Cum % Specifications Table 5.2.1 and NF EN 13108-
Retained
(mm) (gm) Wt. Retained Passing 1 Table: 2
(gm)
Lower Upper
31.5 100 100
25 100 100
20 85 100
16 - -
14 - -
12.5 - -
10 - -
8 - -
6.3 - -
4 - -
2 10 50
1 - -
0.500 - -
0.250 - -
0.063 0 11
Pan

100
90
Passing Percentage (%)

80
70
60
50
40
30
20
10
0
0.01 0.1 1 10 100
Sieve Size(mm)

Comments :- ___________________________________________________________________________________________________

CICO Representative
Signature:
Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the
Republic of Gabon
DETERMINATION OF PARTICLE SIZE DISTRIBUTION AGGREGATES FOR BBME3, 0/14 MM
Test Method: EN 933-1
Source/Location SampleNo
Material Descrption Sampled By
Sampling Date Tested By
Weight of sample
Testing Date (gm)
Specification Limits as per Employer's
Requirements Part III.02: Performance
Sieve Size Wt. Retained Cum.Wt. Cum % Cum % Specifications Table 5.2.2 and NF EN
(mm) (gm) Retained (gm) Wt. Retained Passing 13108-1 Table: 2
Lower Upper
20 100 100
16
14 85 100
12.5 - -
10 - -
8 - -
6.3 - -
4 - -
2 10 50
1 - -
5 - -
0.25 - -
0.063 0 12
Pan

100
90
Passing Percentage (%)

80
70
60
50
40
30
20
10
0
0.01 0.1 1 10 100
Sieve Size(mm)

Comments :- ________________________________________________________________________________________________________________

CICO Representative
Signature:
Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located
in the Republic of Gabon

PLATE LOAD STATIC DEFORMATION MODULE(EV2)


Test Mehtod: NF P94-117-1
Applied Load(kN) 5.5
Source/Location RFI No
Layer Details Testing Date
Material
Tested By
Description
Specification Limits
Settlement Settlement Settlement
Average EV2 Asper Employer's
Location/ Dial Gauge Dial Gauge Dial Gauge
Sl. No. Side Settlement (=90/W) Requirements -Part Remarks
Chainage Reading Reading Reading
(W) mm (Mpa) III.02 : Performance
( W1 ) ( W2 ) ( W3 )
Specifications
1
2
3
4
5
6
7
8 Sub-formation
(embankment)
9
≥ 40 MPa
10 Sub-formation In
11 cutting
≥ 60 MPa
12 Capping Layer:
13 ≥ 70 MPa
14
15
16
17
18
19
20
CICO Representative
Signature:
Date:
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of
Gabon
CONCRETE POUR CARD
Batching Plant Location Date

Typeof structure Sr.no

StractureLocation Drawing No

Element of Structure Grade Of conrte

Theoretical Qty. of Concrete Actual Qty. of Concrete poured

Qty. of Concrete in cum. Pouring Time Observed


Transit Mixer Dispatch time Arrival time Temperature No Of cube
Sr.No Slump in
No at B/Plant at Site (0C) Casted
Each pour Cummulative Start Time End Time (mm)

Comments:- ___________________________________________________________________________________________________________________________________

CICO Representative
Signature
Date
Project: EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road
located in the Republic of Gabon
CONCRETE DELIVER CARD
Batching Plant Location Date

Typeof structure Trasit Mixer No

StractureLocation Duspatched time@ Batching Plant

Element of Structure ArrivaleTime @ Site

Required Qty. of Concrete Grade Of Conrte


Observed Temperature
Transit Mixer Qty. of Concrete in cum. Dispatch time Slump @ @Batching No Of cube Casted @
Sr.No
No EachTransit at B/Plant Batching Plant Plant Batching Plant
Cummulative
Mixer (mm) (0C)

Comments:- _____________________________________________________________________________________________________________________________

CICO Representative
Signature
Date
Appendix - A
Certification of Milestones
Appendix - B
As Built Drawings
Appendix – C
Basis of Engineering & Execution studies
(VISA Mission)
Appendix - D
Tests on Completion

You might also like