Cico Qap
Cico Qap
Cico Qap
2 Quality Management
2.1 The Management Frame Works.
2.2 Quality Cycle.
2.3 Contractors Responsibilities.
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
9. Conclusion
ABBREVATIONS
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.
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.
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.
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.
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.
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.
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.
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.
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
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.
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.
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.
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.
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.
Every benchmark is to be checked levelled by a forward run and a subsequent backward run forming
a closed "loop."
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.
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.
5.2.3 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
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
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.
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.
5.3.3 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.
Materials
unbound material MDE≤45, LA ≤45 1/1500 m3
Dmax < 80 mm
1/1000 m3
Plasticity index(PI) Not Measurable
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:
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.
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
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.
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.
5.6.3 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
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.
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)
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
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
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)
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.
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
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.
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.
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.
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.
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)
8.2 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.
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
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:
97.0 % ƿd OPN
4.3 Compaction q2 BS 1377-9 QC Engineer 1 / 50m P W/A TR
95.0 % 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 GEOTECHNICAL SURVEY
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
Permissible
Sr. No. Material / Test Code Ref. Performer Frequency of test (3.2) AFCONS / IL CICO Records Remarks
Limits
1 Field Investigation:
2.2 Plasticity Index (%) NF P94-051 NA QC Engineer 1 / Test Pit P/IL W/R TR
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
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
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
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
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:
1 : Intrisic Chatracteristics:
1.1 Micro Deval Attrition NF P18-572 MDE < 25 % QC Engineer 1/10000 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:
97.0 % ƿd OPN
4.3 Compaction q2 BS 1377-9 QC Engineer 1 / 50m P W/A TR
95.0 % 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 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
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
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
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
1.1 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
6 Composition in relation to the reference formulation (absolute value) for the average of 4 samples (13108-21)
6.2 Aggrgates (passing at 0.063 mm) EN 12697-1 formula ± 2 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
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
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:-
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
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
4.1 Gradation test EN 933-1 EN 933-1 QC Engineer Weekly /500 Cum W/M R/S
M: Monitor MTR: material Test Report IL: Independent Laboratory approved . H: Hold
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:-
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
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
Project : EPC Contract for Permanent Anticipated Works between KP24 and KP105 of Transgabonaise National Road located in the Republic of Gabon
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
3 Storage
4 Tests
5 Implementation
5.2 Primecoat
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
8 TBM list and centre line markings followed are latest and approved ?
__________________________________________________________________________________________________________________
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
Location : Date :
Description of Layer :
Approved
Sl. No Description
Yes No
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
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
The moisture content of the capping layer construction material is within the
6
limits?
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
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
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
Location : Date :
Description of Layer :
Approved
Sl. No Description
Yes No
1 Is the under laying layer approved and ready for laying EME/BBME ?
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 ?
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 ?
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 ?
16 Are the finish levels of asphalt in conformance with tolerable specification limits ?
_________________________________________________________________________________
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
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 ?
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 ?
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
Type of Structure :
Part of Structure :
Approved
Sl. No Description
Yes NO
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 ?
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
Type of Structure :
Part of Structure :
Approved
Sl. No Description
Yes NO
1 Is the form work , false work and reinforcement approved for pouring ?
Is the site sampling / testing arrangement for concrete cubes, slump testing
8
etc. appropriate ?
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
Type of Structure :
Part of Structure :
Approved
Sl. No Description
Yes NO
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
Cntr
R/s
Cntr
R/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
Issued By HE / ME / BE S.I No
Cc ICO TL RFI No
1. Defects Observed:
CICO Representative
3.Response Time Days Signature
Date
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)
Name of Work :
Chainage Pk :
Enclosed
NCR Issued by NCR Received by
Name Name
Designation Designation
Signature Signature
Signature
Name of Work :
Chainage Pk :
Enclosed
Name Name
Designation Designation
Signature Signature
Signature
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:
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
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
1 2 3 4 5 6 7 8 9 11 12 13
____________________________________________________________________________________________________________________
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
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
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
45.00
25 25
Water Content(%)
40.00
0 70
35.00
30.00
25.00
10 No. of Blows 100
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 :
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
VOLUME OF MOLD(cc) D
MOISTURE DETERMINATION
CONTAINER NUMBER
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 %
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
Chainage
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 gm
Mass of water gm
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
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
Work Descrption :-
Name Name
Signature Signature
Date Date
Time Time
Highway Engineer
Material Engineer
Structural Engineer
CICO Comments
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
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
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
Sampled by Tested by
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
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
Sample No Sampled By
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 No Sampled By
50.0 40.0 24
40.0 31.5 20
31.5 25.0 16
20.0 16.0 10
16.0 12.5 8
10.0 8.0 5
8.0 6.3 4
TOTAL ΣA = ΣB =
Mass retained on 63mm (a)= Mass passing on 4mm (b)= Sum of discared mass (a+b)=
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
Source/Location Sample No
Testing Date
Container Number
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
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
StractureLocation Drawing No
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
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