CPWD - Hand Book On Total Quality Management
CPWD - Hand Book On Total Quality Management
ON
Page 1 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
GENERAL INDEX
1 Introduction
12 C.T.E.’s Circulars
Page 2 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
PREFACE
Page 3 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Preface
Quality is most commonly used word in all spheres of life so also in construction sector but
probably is one of the most difficult words to define properly. Though quality had many
definitions, ISO has defined quality as “The totality of characteristics of an entity that bears on its
ability to satisfy stated and implied needs”. Though appears to be simple, the definition is actually
more complex. The last part which mentions about satisfaction of stated and implied needs is
really very crucial. In the definition, an entity may be a product, process or even an organization
and in the context of civil engineering works, stated needs may be available in the form of
specifications, conditions or bill of quantities but implied needs are not specified. For example, if
flats are being constructed by an agency, stated needs may be taken care as they may be more or
less same but the implied needs of the customers may be different but are to be satisfied for
qualifying to the quality. Thus, both customer and implied needs are to be identified. Nowadays, a
customer is the receiver of a product, thus, even a contractor, engineer, quality manager, user or
many others in the process may become customers at different points of time. As per the
definition, each one has to be satisfied. Second part is the identification of the implied needs.
Many times, even the customer is not able to express these needs as many of them may be
unspoken needs and one may find difficult to express them. Many times, it comes to the notice
that customer says that the quality is not good but he is not able to express what is not good hence
engineers role is very important to achieve quality.
No quality guru so far has given a statement that quality is not achievable. Crosby, one of the
quality guru asserts in the “Quality is free”, that quality is not luxury, unaffordable, originated by
workers or something that originates in the quality department and thus affordable and
achievable. Deming, another quality guru states that about 85% of all quality problems are caused
by harmful management practices. It has also been stated that consequently, CEO intent on
changing the way production workers perform – without changing the obsolete management
system – will, at best, address only 15% of the problems. Juran, another quality guru is of the
view that senior managers must personally take charge of leading change related to quality. If
they try to delegate that, they will not get good results. According to Ishikawa, a Japanese quality
guru, bad quality, meaning wastage, had an effect not only on business creating the waste but also
on its customers and on society as a whole. Another Japanese quality guru, Taguchi described
quality as the loss imparted to the society from the time a product is shipped and quantified as
“Loss function”. It must be understood that most of the work stated above does not correspond to
a construction work.
Therefore, idea behind bringing out this book is reaffirm that quality can be achieved and by
sticking to quality, we avoid wastage. Further, it is also emphasized that everyone in the chain has
to ensure quality at his end to attain quality and thus concept of Total Qulaity Management needs
to be adopted.
I am thankful to Shri Prabhakar Singh, DG and my team who helped in bringing out this
publication.
Dr. K M Soni
ADG(Tech)
Page 4 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
1.0 Introduction
Page 5 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Quality Eras
Inspection is considered the first era in quality process out of four eras described by Crosby and
is probably still in vogue in most places in construction industry. Inspections are customary, costly
and painstaking. Theory of probability is applied during testing by taking samples. Eventually,
inspections do not contribute greatly to reducing the error rate. The problem is addressed after it has
arisen. Thus, even 100 % inspections will not mean that all the defects have been removed or rooted
out.
According to Crosby, second era was of the quality control in which emphasis was given on
product uniformity with reduced inspections. Quality control is defined as “all those operational
techniques and activities that are used to fulfil requirements for quality” (ISO). Therefore, emphasis
in quality control is on techniques and activities. Inspections, monitoring and feedback are carried
out in quality control. It has nothing to do directly with the customer‘s satisfaction. Inspections do
not ensure conformance of specifications of one hundred percent work. Inspections in a work may
also result to corrective action rather than preventive action. Operational techniques and monitoring
also lead to “paper quality” in which the papers assure the quality with or without any consideration
of the work.
Quality assurance as per ISO is defined as “all the planned and systematic activities,
implemented within the organization for quality management, to provide adequate that a product or
service will satisfy given requirements for quality.” Therefore, quality assurance is essentially a
preventive activity and is therefore to be systematically planned in advance. The activity includes
identification and planning of the checks, inspection and control of process as a part of quality
control. Quality assurance also means establishment of a quality system which can demonstrate the
requirements. Therefore, concept of quality assurance if not adopted over quality control by any
organisation, simple change of name will not lead to any improvement.
Total Quality Management (TQM) is defined as “the management approach of an
organization, centred on quality, based on the participation of all its members and aiming at long
term success through customer satisfaction, and benefits to all members of the organization and to
society.” In fact, in this approach, customer is the person who accepts the product of any process.
Suppose, cement is received by a person, then person receiving cement is customer. When cement
is mixed and concrete is produced in a mixer, the person receiving concrete to place becomes the
customer and so on so forth. Thus, participation of all members is essential in TQM. Everybody
must be involved, from all levels and across all functions. A culture of continuous improvement
must be established.
TQM is also a philosophy based on the quest for progress and continuous improvement. In
Japanese, process of continuous improvement has been termed as Kaizen. In quality improvement,
waste and total cost must reduce. Quality improvement can only result from planned management
action. Importance of TQM can be understood from the statement of Crosby’s four eras of quality
as organizations adopting inspections only say, “We don’t know why we have quality problems”
while in TQM, they say, “We know why we don’t have quality problems”. Errors can be caused at
any stage of management and workers and thus, involvement of everyone is essential in TQM.
Question is whether error can be stopped and the answer is very simple – no as it is natural to make
errors. But the errors have to be eliminated and not at later stage but right at the stage it is likely to
Page 6 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
occur or it has occurred by preventing it or correcting it as the case may be. It cannot be passed on
to other person or process. Thus, TQM includes self inspection.
CPWD brings out specifications by which the requirements are well defined. Wherever
specifications of items are not available in CPWD Specifications, NIT approving authorities have to
clearly elaborate them in the tender documents. Preventive action has to be taken to achieve the
quality and for the same, CPWD has the system of approval of samples. Zero defect performance
can only be achieved if architects, designers, NIT approving authorities, supervisory staff,
contractors, suppliers and workers are following the concept of quality. CPWD has the system of
defining the responsibilities, training and skilling the workers to achieve the same through manuals
and general conditions of contracts. Therefore, every stakeholder has to contribute to achieve the
quality and this is challenging task.
As per Crosby, it takes a long time to transfer from conviction to conversion but as soon as the
transfer process begins, it is a positive sign that improvement has started to take place. The concepts
that “Work cannot be done as per the documents” or “Quality is better than others” are considered
roadblocks. Zero defects are only possible if each and everyone are involved in quality process.
Though difficult but not impossible, concept of zero defects can be implemented if zero defects
concept is implemented in every product, every process and by every person in the process. Since,
stakeholders in a construction work are many including architect, engineers, contractors, suppliers,
local bodies, zero defects become more complex and very difficult to achieve in construction and
maintenance.
Page 7 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
STATED AND IMPLIED NEEDS
In a construction work, architects, planning engineers and supervising engineers consider stated
needs stated by the customer. Therefore, needs are to be stated at the very initial stage and thereafter
to be implemented. In a construction work, even if needs are stated initially by the customer,
changes are likely to be cropped up during construction process, hence deviations from the stated
needs become essential for customer satisfaction as samples are not available in a construction work
as in case of factory made products.
Stated needs are compiled in the form of drawings, specifications, conditions - general or
special and clauses of the contract. Implied needs are part of the dimensions of quality. The
dimensions of quality for a product are performance, features, reliability, conformity to
specifications/standards, durability, serviceability, aesthetics and perceived quality. Time and
timeliness service, completeness, consistence, courtesy, accessibility and convenience, and
responsiveness are the dimensions of quality for a service but are to be included in construction as
the civil engineering is also a part of the service. Thus for a construction work, the dimensions of a
product as well as a service are to be considered for a quality work. In fact, product plays a major
role during construction and service dimensions play a major role during maintenance. It must be
understood that a customer who is not expert in the architectural and engineering profession will
not be in position to spell out all the implied needs and hence, these are to be considered by the
architect, engineers and builders.
Implied needs are most important. An architect or an engineer has to plan and construct the
structure which conforms to local bye laws, is safe during normal and exceptional conditions like
disasters, conforms to prevalent codes and guidelines and satisfy to the customer for end use. A
customer must feel happy and satisfied while using the product/work. In fact, it is more of the
implied needs which contribute to happiness to the customer and hence these are more important.
Customer satisfaction leads to improve quality of his life and hence quality is largely based on the
satisfaction of needs. Sometimes, architects and engineers may insist to the customer/client about
the satisfactory inclusion of implied needs in the tender documents or during execution but we must
understand that it is the client who has upper hand and as such his needs are to be satisfied for
achieving the quality. Remember, client will be satisfied only if we have understood his needs in
detail and the same are incorporated in tender documents and satisfied through implementation
during execution of work.
A building is a fixed asset and one does not change it easily and thus gets attached sometimes
emotionally may be house or office for his/her life. Therefore, the dimensions of the quality and
problems/comfort received from the asset during life of the building affect customer satisfaction.
Thus, it becomes essential that the life cycle concept is considered by the architects, engineers and
construction agencies. In fact, many times it is the maintenance stage from which customer forms a
view about the quality of a work and hence, TQM in construction sector has to include life cycle
concept. Life cycle concept includes all the stages right from the inception to dismantling. In fact,
quality costs in a civil engineering structure should not only include prevention, appraisal costs and
failure costs during construction but also such costs incurred during its useful life in maintenance
stage. The needs of maintenance stage are to be considered while planning and executing a work. A
work should require minimum maintenance and operational costs for a customer’s satisfaction.
Page 8 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Thus, quality is not an absolute word but interrelated with stated or implied needs. Quality
would depend upon the customer needs. For example, granite flooring cannot be said to be a quality
work compared to cement concrete flooring just granite flooring is of richer specifications. Both are
to be assessed separately for quality. Therefore, we and the customer should be very clear about the
needs and specifications otherwise the difference between quality and specifications may not be
appreciated as many times superior specifications are wrongly misunderstood the parameters of
quality.
Since drawings, designs, selection of contractor, inspections, time, quality control measures,
specifications, rates, welfare and safety measures, payment conditions etc. are part of contract
document; contract document also has a bearing on quality. Thus contact document has to be
prepared considering the quality requirements. Quality requirements are to be well defined in the
tender documents. CPWD prepares and revises General Conditions of Contract (GCC) time to time
and leaves on NIT approving authority for inclusion of conditions required at site. General
provisions are included and even requirements of lab and other equipment are to be included by
NIT approving authority hence NIT approving authority has a vital role in drafting the conditions. It
can also be thought if standard conditions can be prepared for certain type of works and made part
of GCC.
As men (Workers and technical supervisors), materials, financial resources and methods
required in a work are arranged by the contractor, quality is also largely dependent upon its
implementation by the contractor. Thus, it is essential that a quality conscious contractor is selected
to achieve the quality.
Page 10 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Though CPWD has its own system of enlistment of contractors and selection criterion of
contractors for major works are also included in the tender or contract documents, this has to be
reviewed from time to time based on feedback on quality control. Evaluation of quality may be
required from time to time rather than only during revalidation for CPWD enlisted contractors.
Time overrun and quality are also linked and as such completion of work on time and before time
has to be given considerable weightage. Thus it is essential that quality contractor is selected and if
found not following quality, action right at first time should be taken against the contractor rather
than during revalidation.
Specifications and Quality
Specifications are backbone of a contract both in terms of materials and workmanship. A
material of poor specifications with best of workmanship will never lead to satisfaction so also a
best material with poor workmanship. Therefore, a right combination of material and workmanship
and their incorporation in the contract are essential requirements of a quality work. Hence, the role
of architects, quantity surveyors, and planners becomes important who have a vital role in preparing
contract documents. Drawings and designs are part of specifications. Contractors quote
the rates based on the specifications of the materials, intricacy and skill involved in providing
and fixing. A single piece of granite slab fixed on the stairs will have different rates compared to
pieces fixed, as wastage and cutting will be different in both the cases. As such even if the same
material is used, specifications for fixing should be available in contract document for quality. If all
specifications are not included, contractor may quote rates as per his wisdom and later will try to
work according to rates quoted and not as per actual requirements or implied needs. Thus
specifications in a contract are the part of the quality. As such all drawings whether architectural,
structural or services have to be part of the tender documents. CPWD has made part of availability
of such drawings of its Green Manual and Works Manual to achieve quality.
Page 11 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Acceptance Criterion
Since acceptance criterion of a work is stipulated in the contract, quality of work should be
same whosoever is engineer in charge. But even after specifications and contract clauses are same,
quality of work differs in two works sometimes when carried out by different contractors and
sometimes even if same contractor has carried out the work. This may be due to acceptance
criterion set by engineers. Acceptance criterion of an engineer may be depending upon his/her
qualification, knowledge, exposure, experience, morality and management practices adopted by
him. Hence, through training, reward and punishment, it is to be ensured that the acceptance
criterion does not change and is quality based. As acceptance of a work is important, rejection is
equally or more important. Time factor has more weight age in case of rejection than the
acceptance. Timely rejection of a work, right at first time leads to better quality than decision. If
concrete in a basement column is rejected during casting or immediately after casting. In case it is
not done and upper floors are casted, it is very difficult to recast or rectify the defects. It is the duty
of an engineer to follow it let it is known to the contractor, not only in terms of specifications and
workmanship but also for frequency of tests, sample preparation and materials approval.
CONTINUOUS IMPROVEMENT
TQM is not one time concept and is based on continuous improvement. Hence continuous
improvement is essential in product, process, and management. Education and training are very
important for continuous improvement process. Therefore, Training Academy and Regional
Training Institutes have to ensure that education and training is imparted to all involved in the
process. Early in the process, all levels of management must be trained to implement their part of
the quality improvement programmes. Thus training and skill up gradation of all the stakeholders
like architects, engineers, contractors and workers is the part of quality though CPWD has still not
started training or orientation programmes for the contractors before start of work.
Page 13 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
As already stated, quality is a relative term and not absolute one. CPWD still has system of
inspections, testing of materials and procedure. Responsibilities for the quality are also defined
based on the items and a comprehensive quality assurance plan.
Though inspections and quality control are old concepts, quality is not the outcome of only
inspections and quality control engineers but the outcome of one and all involved in the process and
that is called Total Quality Management (TQM). Thus be the contractor, supplier, engineer,
designer, quality control engineers or the workers involved in the process, all have to contribute to
the quality though their duties and responsibilities may be different. Quality has to be built in
planning and implemented in filed ultimately.
It is also known that poor quality work involves wastage; wastage of material, labour, finance
and resources. This is the reason that a contractor avoids rectification or redoing the work. But if he
has to do it, the work becomes costly than even a good quality work. Hence, quality work can only
be achieved if it has been done right for the first time. This is again the principle of TQM or zero
wastage. So to achieve a quality work, everyone involved in the process has to go for a quality work
right at the first instance, be the contractor, engineer or worker. And if work has been done as per
quality standards right at the first instance, it would eliminate multiple levels and frequency of
inspections.
Page 14 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
2.0 Provisions in CPWD Works Manual and
Standard Operating Procedures (SoPs)
Page 15 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
QUALITY ASSURANCE
Para 7.1 Chief Technical Examiners Organization
7.1.1 Functions
The Chief Technical Examiner's Organisation is the technical wing of the Central
Vigilance Commission. The Chief Technical Examiner's Organisation conducts inspections of
works of CPWD from the vigilance angle on its own or on a complaint being received
by/referred to them. The inspections can be carried out by them for works of any magnitude,
both in respect of original and repair works.
7.1.2 Returns
1. Quarterly return of the works in progress, as per CTE’s circulars from time to time are
required to be submitted to CTE after consolidation at the regional level or as notified by the
Directorate from time to time.
SOP No. 7/1 : CTE’s Organisation – Returns and Inspections (Refer Para 7.1.2)
(1) The work wise returns are submitted in proforma given in Annexure -48. These returns
are required to be submitted for the quarters ending March, June, September and
December.
(2) The proforma for quarterly progress report in respect of stores and purchase is given in
Annexure -49.
(3) Various documents relevant to the work generally asked for by the CTE are kept ready
at site. A list of such documents is given in Annexure -50.
(4) To expedite replies and settle the points and to ensure timely action, the time limit fixed
by the CTE are strictly adhered to by officers of CPWD at all levels.
(5) To watch proper disposal of replies, the T/S Authority/ Engineer in Charge maintains a
register in proforma given in Annexure -51.
(6) A Register of overpayments pointed out by the CTE Organisation and subsequent
recoveries effected, is maintained by the NIT authority in the proforma given in
Annexure -52.
(7) Notice for rectification of defects, recoveries to the made etc., is issued by the concerned
officer, who is party to the contract, acting for and on behalf of the President of India.
(8) Qtrly. progress reports to be sent to CTE for:
Civil works, Turnkey works Contracts,
Rs. Five crore
Category I Stores & Purchases, PPP- Public Private
and above.
Partnership, Sale of Goods/Scrap/Land
Electrical/Mechanical works / Maintenance /
Service contracts including Electronics / Rs. One crore
Category-II
instrumentation/ Telecommunication /Man and above.
power Supply / Consultancy contracts:
Rs. Ten lakhs
Category-III Horticulture works :
and above.
Page 16 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(9) The work wise returns are to be submitted on separate sheets.
(10 No reference to be made to CTE inspection/examination of works in any correspondence
made with the contractor.
2. The Engineer in Charge/CE/ADG shall monitor CTE paras and ensure that the paras of CTE
are settled on priority.
3. While making correspondence with the contractor, Engineer in Charge shall not quote/give
reference of CTE’s inspections. The Engineer in Charge shall accompany
CTE/representatives of CTE during inspections and issue inspection paras of the CTE to
the contractor as his own observations.
Para 7.2 Quality Assurance and Technical Audit Wing
7.2.1 Introduction
1) The Quality Assurance activity has to ensure a progressively improved and uniform quality
of the finished work. In order to achieve this, the pre-requisites cover among other things, an
inbuilt provision in the contract for a system of continuous check on quality by the field staff
and the contractor, availability of adequately manned and equipped agency for overseeing
the quality aspects, and periodical appraisal of quality and a system of feedback for effecting
possible improvements.
2) The NIT Approving Authority has to ensure through contract conditions that the Concept of
Total Quality Management (TQM) is in-built in the work delivery system for which
everyone shares well defined responsibilities.
3) For budgeted works, engagement of TPQA agency will be done for the works above Rs 20
crores or as per the directions issued from time to time by the CPWD Directorate. For
Deposit works, TPQA provisions will be made as per MOU. For all other contracts where no
TPQA is engaged, the existing QA units of CPWD or as notified from time to time shall
carry out the Quality Assurance checks on random basis.
SOP No. 7/2 : Quality Assurance and Technical Audit Wing (Refer Para 7.2)
The various steps regarding quality assurance and technical audit are to be followed as
below:-
1. Minimum Quality Assurance Plan
(i) Minimum Q.A. Plan is have to be part of tendered document for all the works costing more
than Rs. 2 crore, and for works not exceeding Rs. 2 crore or as intimated from time to time
by CPWD Directorate, the Technical Sanctioning Authority may provide this clause in the
NIT considering its necessity.
(ii) Lot size, number of required tests and frequency of testing needs to be clearly indicated in
QA Plan. Volume of work, Practical Difficulties and Site Conditions etc. may also be kept in
view and lot size, number of tests and frequencies of testing is varied suitably by NIT
Approving Authority.
(iii) It clearly indicates the Machinery and other Tool & Plants required to be deployed at site by
the contractor.
(iv) Requirement to setup field laboratory is defined. All the testing equipments to be arranged by
the contractor is clearly mentioned by the NIT Approving Authority. A list of field
equipments for typical field laboratory is given in Annexure -53 & 53A.
Page 17 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(v) All the relevant and applicable codes, specifications and standards, as well as the acceptance
criteria for various items of work, workmanship, materials and process employed needs to be
mentioned.
(vi) A proper shuttering schedule showing quantity of shuttering to be brought at site either in
one lot or at different stages of work forms part of QA Plan.
(vii) Maintenance of Register of Tests –
(a) All the registers of tests carried out at Construction Site or in outside laboratories is
maintained by the contractor which is issued to the contractor by Engineer-in-charge.
(b) All Samples of materials including Cement Concrete Cubes is taken jointly with
Contractor by JE and the field officers as per percentage decided by the NIT approving
authority and stipulated in the NIT. All the necessary assistance is provided by the
contractor. Cost of sample materials is to be borne by the contractor and he/she is
responsible for safe custody of samples to be tested at site.
(c) All the test in field lab setup at Construction Site is carried out by the Engineering Staff
deployed by the contractor preferably. The percentages of tests to be witnessed by the
field officers are to be decided by the NIT approving authority and stipulated in the NIT
keeping in view the nature of work and should form part of QA Plan.
(d) All the entries in the registers are made by the designated Engineering Staff of the
contractor and same is regularly reviewed by the field officers as well as the Engineer in
Charge(e). Contractor is responsible for safe custody of all the test registers.
(viii) Proforma for Mandatory tests as per Annexure-54 is attached with each Running bill.
Submission of copy of all test registers and material at site register along with each
alternate Running Account Bill and Final Bill is mandatory. These registers are duly
checked by AE(P) in Division Office and receipts of registers should also be
acknowledged by Accounts Officer by signing the copies and register to confirm
receipt in Division office.
If all the test registers and MAS register are not submitted along with each alternate R/A
Bill & Final Bill, it is responsibility of Engineer in charge & concerned accounts unit to
ensure that no payment is released to the contractor.
(a) All the MAS Registers including Cement and Steel Registers is maintained by
Contractor which is issued to the contractor by Engineer-in-charge.
(b) Each of the entry of receipt of material at site is 100% test checked by JE or by AE if
there is no JE.
(c) Each MAS Register is checked by JE at least twice a week and at least once a week by
AE. If, there is no JE then MAS registers is checked by AE at least twice a week.
(d) Cement Register is reviewed by EE at least once in a month.
(x) The work so measured, checked and paid is of the required quality and standard, both in
respect of ingredients as well as the intended functions it is supposed to perform. In other
words, the work would not two is meet the required specifications and also the
workmanship as per sound engineering practices.
(xi) Minimum QA plan may vary work to work basis depending upon nature and volume of
work.
Page 18 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(xii) The Superintending Engineer is also have to check and sign compliance of the quality
assurance plan for the original/ major work costing above Rs. 10 crore before every
alternate running account bill. The Superintending Engineer is not be absolved of his/her
responsibilities to ensure that the quality assurance plan is complied within every work
under his/her charge. It is his/her responsibility to locate the lapses or deficiency and take
suitable action if the quality assurance plan is not implemented in spirit and action by the
field officers.
2.Method Statement
In all major works of contract costing more than Rs.50 crore or as notified from time to
time provision is made in the tender documents for the contractor to submit a ‘Methods
statement’ for the approval of the department soon after the award of work to him. The
‘Methods statement’ is a statement by which the construction procedures for important
activities of construction are stated, checked, and approved. The ‘Methods statement’, should
have a description of the item with elaborate procedures in steps to implement the same, the
specifications of the materials involved, their testing and acceptance criteria, equipments to be
used, precautions to be taken, mode of measurement, etc.
Page 19 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(b) The Assistant Engineer(QA) prepares his/her program and take approval of the
Superintending Engineer. The program is sent to site in advance of inspection.
(ii) Such inspections by the QA team is, however, not absolve the responsibility of the Junior
engineer/ Assistant engineer/Engineer in Charge for accepting only quality work from the
contractor.
(iii)The following norms have been decided for inspection to be carried out by the Assistant
Engineer(QA) of the Circle Office:
(iv) During periodical visits, efforts of the Assistant Engineer(QA) should be directed at:
(a) To check the quality of materials accepted by the field units for use in the work and to see
whether the laid down system of 'Quality Assurance Plan' has been followed.
(b) To check the overall quality of the finished items. Random checks shall be applied by the
Assistant Engineer(QA) with the help of handy instruments like impact hammer for
determining the strength of concrete, portable, penetrometer for testing strength of mortar of
plaster, electronic moisture meter for testing moisture content of timber, etc.
(c) To randomly check the field tests carried out by the field staff during the progress of the work.
This is to be with particular reference to the mandatory tests laid down in the CPWD
Specifications. In case of any abnormal test results coming to his notice, the Assistant
Engineer(QA) with the approval of the Superintending Engineer, shall send samples of such
items to the laboratory for repeat tests.
(d) To provide guidance to the field staff in case of any problem relating to routine field tests.
(e) Finally, on the basis of these observations with regard to the quality of works, general
adherence to the quality assurance procedures and the standard of progress, he shall submit an
overall assessment report in the form at Annexure-55 to the Superintending Engineer of the
Circle. The Superintending Engineer shall complete Part V of the report with minimum delay.
The Assistant Engineer(QA) will then send the report to the Executive Engineer concerned. In
the case of works accepted by the Chief Engineer, or higher authority a copy of the Inspection
Report is to be endorsed to the Zonal Chief Engineer also.
(6) Action by SE on AE (QA) Report
Based on the report of the Assistant Engineer (QA), the Superintending Engineer shall
assess the following:
(i) The general standard of quality of the work at the particular site. This assessment is to
be based on the regularity of the routine tests carried out in the field, and general
Page 20 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
adherence to the quality control procedures.
(ii) Remedial action required to avoid defects of the nature mentioned in the Inspection
Report.
(7) Sub Regional Q.A. units and their functions
(1) Quality Assurance work in various Sub Regions are being looked after by the Sub
Regional QA units headed by Director (work cum TLQA) the Superintending Engineer
(TLCQA) or Director Works of the Sub Region.
(2) The Sub Regional QA units shall follow the guidelines and norms relating to Quality
Systems and Procedures as laid down by the Quality Assurance Core Wing from time to
time. These Sub Regional QA units shall function under the control of the Additional
Director General, CPWD who shall be fully responsible for effective quality assurance
in their Sub Region. However, the Chief Engineer (CSQ) shall also inspect the works in
the Sub Regions on behalf of the Director General (Works) to see the effectiveness of
Quality Assurance as well as cases referred to him by the Chief Engineer/Additional
Director General.
(8) The role and functions of Q.A. units under the Sub Region
(1) In general, the QA units shall exercise the role of management of Quality Systems and
Procedures to achieve and sustain quality of works executed by the CPWD, and to offer
necessary guidance to the field units in this regard.
(2) Major functions assigned to QA Units are as under:
(i) To carry out inspection of original works costing more than the Superintending Engineer's
power of acceptance of tenders in general, and maintenance works (including functioning of
Enquiry Offices) from the Quality Assurance angle on selective basis. The QA units will
check and comment on the Quality Assurance system in place. They are not supposed to
supersede the existing Quality Assurance system. The QA units may also inspect any work
irrespective of its value with the approval of ADG.
The works where Third Party Quality Assurance agency have been engaged and detailed
procedure of Quality Assurance and technical audit are followed, the works shall not be
selected either for comprehensive or normal inspection. However, the concerned Chief
Engineer shall ensure that detailed Quality Assurance and Technical Audit is done in such
works.
(ii) In selecting works for inspection, their uniqueness, complexities and special characteristics,
if any, shall be kept in view. For effective quality assurance, any major work shall be
inspected 3 to 4 times during the progress of the work at various stages. Each QA unit
headed by an Executive Engineer shall visit minimum 3 works per month, out of which at
least 25% works shall be maintenance/special repair works.
(iii) To carry out comprehensive examination and technical audit of at least one Division per
Zone in a year for works costing more than the Superintending Engineer’s power of
acceptance of tenders in general. Such examination shall encompass all aspects of the work,
Page 21 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
right from the requisition stage till its completion and payment of final bill.
(iv) To provide guidance in setting up laboratories at various stations/work sites.
(v) To review the performance of new materials and techniques introduced in the Department
from time to time on the basis of the field inspections.
(vi) To convey observations regarding electrical works having bearing on the planning and
execution of civil works to the appropriate unit in electrical wing and vice versa.
(vii) To inspect any work, or carry out investigations and enquiries with regard to quality related
aspects assigned by the Additional Director General concerned/Director General, CPWD.
(viii) To submit quarterly reports in brief to the Additional Director General covering:
List of major works inspected, common defects/deficiencies observed in the work, and highlight
of the functioning of the Sub Regional QA set-up.
Page 22 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(10) Uploading of works in Web Based Project Monitoring System (WBPMS)
All the works are uploaded in WBPMS by the respective officers(owner of the project)
and further progress are updated and reviewed and is downloaded as and when required by
the competent authority.
(11) Issue of Inspection Reports by Core Wing/Sub Regional TLCQA units and follow-
up action
(1) During the inspection, the QA unit will prepare the necessary observations based on the
proforma as annexure 56.
(2) The emphasis of QA inspection should be more on enforcing the required quality of work
rather ' than on fault finding. The QA cell should also consider itself to be a part of the
team with the field units to achieve the quality, and at the same time retain its
independent status to ensure the required quality standards in the work. The QA
inspections should, therefore, focus on ways and means to give the desired results in
terms of quality of work. The report shall be prepared carefully, avoiding tendency to
report shortcomings of minor/ routine nature possibly covered by the QA unit of the
Circle Office. Defects/deficiency in the Quality Assurance system at the field unit level,
lapses in the implementation of the Quality Assurance Plan should be indicated for
corrective action. The inspection report should consequently be broadly in two parts-the
first, being corrective in nature, and the second, mandatory.
(i) The first part should be on the shortcomings that are noticed, with necessary directions,
and where necessary with necessary ways/methods, to rectify them. The field units
should immediately act upon them, and report compliance to the QA cell.
(ii) The second part should cover serious shortcomings that affect the structural safety or
life of the structure or installation. These may be due to oversight, carelessness,
inadvertent miscalculation, or deliberate action of a functionary or functionaries in the
field formation. Such observations shall require immediate remedial measures that
could include rejection of the item of work or supply and re-doing the same, or
reduction in payment, or in additional safety/ corrective measures. The inspection report
should indicate the action to be taken by the field units. Where such shortcomings are
due to, or are suspected to be due to deliberate and/or malafide motives, the QA cell
shall refer the case to the Chief Engineer for action to be taken against the erring
officer(s) and/or official(s).
(iii)While mentioning the shortcomings noticed under 2(i) and 2(ii) above, corrective steps/
methodology to be taken up against each observation is to be indicated in the inspection
report. EE/SE/CE may give their opinion on such corrective steps as suggested which
should be considered by QA unit and final decision to be conveyed to field units with
minimum delay.
(3) After finalization of the report, the Executive Engineer (QA) shall sign and send the report
to the concerned Executive Engineer, simultaneously enclosing copies to the concerned
Chief Engineer and the Superintending Engineer. A copy of the report will also be
endorsed to the Additional Director General of Sub Region by the Sub Regional TLCQA
Page 23 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
unit, and to the Chief Engineer (CSQ) by the Core Wing.
(4) Any point considered serious enough to be brought to the specific notice of the concerned
Superintending Engineer/Chief Engineer will be intimated by the Director (works cum
TLQA) of the Sub Region/Chief Engineer (CSQ) through a separate letter by name in
addition to the normal report.
(5) Where some observation paras have been brought to the notice of the Superintending
Engineer/ Chief Engineer, they should send their comments/replies after personal
inspection in case the work is located at the same station/headquarter. For outside works,
the Superintending Engineer/Chief Engineer can take the assistance of the Assistant
Engineer(QA)/Superintending
Engineer (P&A) in order to ensure that the replies are sent within 4 weeks from the date of
receipt of the Inspection Reports/letters from the Director (works cum TLQA) of sub
region/Chief Engineer (CSQ).
(6) Notwithstanding the above, serious irregularities/defaults, over-payments, shortages, of
stores frauds like wrong certification, or wrong report of rectification of defects and any
other matter involving vigilance angle shall be referred to the Chief vigilance officer,
CPWD immediately by the TLQA unit of sub region through their reporting officer/Chief
Engineer (CSQ).
(12) Action in Divisions on the Inspection Report of Core Wing/Sub Regional QA unit
Proper attention by the field units to the concept of Quality Assurance as dealt in para 53.1
above and a continuous check over process control should as a matter of fact give no
opportunity to the Core Wing to bring out any shortcoming in quality related aspects of the
work. Following action shall be taken by the Executive Engineer on receipt of the
Inspection Report from the Core Wing/Sub Regional QA unit:
(i) It should be immediately brought to the notice of the Assistant Engineer and the Junior
Engineer in charge of the work.
(ii) The following further action should be taken:
(a) The various observations involving the contractor's work or any other obligation of the
contractor shall be brought to the notice of the contractor through the Site Order Book.
(b) The work should be checked up for defects similar to the ones observed at other
locations, and all such findings also brought to the notice of the contractor suitably as above.
It should be ensured that similar defects do not recur in further work.
(c) Wherever the defects are rectifiable, action should be taken for their rectification,
simultaneously ensuring that such works are not placed in a position beyond rectification.
No further work shall be done at that location till the defects are rectified. Also to
investigate why such defects were not arrested by process control quality assurance set-up in
the Divisional Office in the first instance.
(d) For items of observations not involving the contractor's work/obligations, the Executive
Engineer shall ensure that due action is taken in time.
Page 24 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(e) Wherever any para is referred to the Superintending Engineer/Chief Engineer, the
Executive Engineer should send an action taken report to the Superintending Engineer on
priority.
(f) The Executive Engineer concerned shall take action on the observations, and send
compliance report on rectification of defects/deficiencies to the QA Unit within a period of
4 weeks from the date of receipt of the Inspection Report.
(iii) There should be concerted efforts on the part of the field units as well as the QA cell to
comply with the observations of the QA cell, and finally settle all the paras during the
progress of the work itself so that the bill for the work is finalised in time. Such observations
should not be allowed to linger on indefinitely.
(13) Action in Circle Office on Inspection Reports of QA units
Following action shall be taken by the Superintending Engineer on receipt of the Inspection
Report from the Core Wing/Sub Regional QA unit:
(1) Watching the compliance of the observations by the Executive Engineer and his Assistant
Engineers/ Junior Engineers, and to ensure that replies to the Inspection Reports of the Core
Wing are sent expeditiously.
(2) On paras referred to the Superintending Engineer/Chief Engineer by the QA Wing, they
shall not endorse the reply of the Executive Engineer as it is. They shall duly satisfy
themselves about the same before sending their comments/reply to the QA unit.
(3) It is necessary that the observations made by the Q.A. unit are attended to on priority and
compliance reported.
(4) The Chief Engineer should have regular quarterly review of pending Inspection Reports.
Similarly review should be done at Superintending Engineer's level at monthly intervals.
Para 8.13 Consultancy Works to Government Organizations/Institutes
Consultancy work (such as proof checking of structural design or original structural design
of typical or special structure, assignment of specialized job requiring analysis of structures and
soil investigation, Architectural/ Landscape Design consultancy work and seeking expert advice
for retro-fitting of buildings or third party quality audit (TPQA) of the work (as per request of
the client) can be assigned to IITs, NITs, Govt. Engineering College, Central Building Research
Institute (CBRI), and other central/state Govt. Institutes, without call of tenders.
Page 25 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
detailed requirements of the work, in consultation with the client before preparation of
Preliminary Estimate.
(3) The tenders based on EPC mode cannot be the model based on item rates and quantities
hence the estimated cost for such tenders may be worked out on the basis of CPWD
plinth area rates as per norms and the cost suitably modified considering applicable
cost index or by adopting any other appropriate method as decided by NIT approving
authority. Preliminary drawings and specifications approved by the client shall form
part of the NIT.
(4) Soil investigation report shall be appended in the NIT for indicative purpose only.
(5) The responsibility of investigations, designing, planning, procurement, construction,
safety, quality, and risk of engineering lies with the contractor and the same will be
incorporated in the NIT.
(6) Mode of measurements for payment purpose will be decided by the NIT approving
authority.
(7) The award of work shall be decided based on competitive call of tenders. The Chief
Engineer ascertains the reasonability of prices using analytical methods such as
tendered amount for similar works whose tenders were accepted in the recent past,
PAR rates duly enhanced by the current cost index and any other method approved by
the Chief Engineer for ascertaining the reasonability of the tendered amount of the L1
bidder.
(8) In case the tender received is more than A/A & E/S, revised A/A & E/S or in principle
approval from the competent authority shall be necessary.
Page 26 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
6. It is incumbent upon the Engineer in Charge to keep a watch over regular testing of materials
before making payment at the stage of each running bill. For this purpose, a proforma as per
Annexure -54 is prescribed.
7. Samples for tests are taken mostly by the Junior Engineers, or some by the Assistant
Engineers.
8. Samples for 10% of mandatory tests are collected by the Engineer in Charge. 10% of the
field tests are got done by the Engineer in Charges in their presence.
9. A Guard file is maintained at all work sites, containing copies of all inspection reports to-
date.
10. Site Order book, Record of tests,, etc. are put up for entries and review to every inspecting
officer. Similarly online Inspection register are reviewed by the inspecting officers.
11. The inspecting officers of the rank of Superintending Engineer and above not only confine
themselves to review of progress, coordination and general matters, but also inspect the work
from quality Assurance aspects.
12. The Engineer in Charge invariably reviews and signs the guard file of earlier inspections,
Site Order Book, Register of tests carried out etc.
13. Checklist
(i) As and when any important item is taken up for execution, the Junior Engineer/Assistant
Engineer should go through the specifications and invariably make a checklist.
(ii) This checklist is got approved from the Engineer in Charge, and is shown to the inspecting
officers.
(iii)The important items inter-alia include foundation work, including reinforcement and
shuttering, brickwork, cast-in-situ mosaic flooring, doors & windows, plumbing, including
water supply pipe lines, roof treatment, earth filling etc. which are a few illustrative items for
checklist purpose.
(iv) Sample checklists for items of concrete for raft, columns/beams/slabs, water supply lines,
brickwork and plastering are given in Annexure -26 for guidance.
14. To avoid dampness and leakage, the Engineer in Charges ensures that necessary tests are
carried out for proper slopes of canopies, chajjas, terracing, drainage arrangements, water
tightness of expansion joints, joints in the water supply, drainage and sanitary works before
these are covered/ concealed, and also ensure rectification of defects noticed.
15. The Engineer in Charge ensure availability of the required test equipments for field tests, as
well as an updated copy of specifications, copies of agreement at sites of works.
16. In respect of all works, the responsibility of various officers for checking of materials and
workmanship is given in Annexure -27.
The T/S Authority shall be responsible for the overall quality of work.
Page 27 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
In case, the quality has been checked by the QA unit of CPWD, the removal of defects shall be
ensured within reasonable time by the Engineer in Charge and the QA unit. The responsibility
of quality for the items checked by the quality assurance unit of CPWD will also lie with the
QA unit in addition to the Engineer in Charge and his representatives.
Para 5.6.6 Periodic Inspection of Works
The works shall be inspected frequently by various officers concerned with the work to ensure
that the work in general is being carried out according to quality, design, drawing, and
specifications. The programme for inspection of the works shall be followed as per details
given in SOP 5/12 mentioned below:
1. The various levels of field officers executing the work as well as CA/SA/Arch concerned
with the work, mandatorily inspect the works frequently to ensure that the works are in
general being executed according to the design, drawings and specifications laid down in
the contract.
2. The Engineer in Charge draws a quarterly programme of inspection in respect of various
works in his/her Division. The minimum number of inspections for each work are : 1 for
every 2 bills for the works at his/her head-quarters, and 1 for every 3 bills for the works
outside the headquarters. A copy of this programme is sent to his/her next higher authority.
3. Similarly an Officer not below the rank of SE draws a quarterly programme of inspection
in respect of various works In particular, for contracts accepted by SEand above level
officers, and for other important works, the programme for inspection is so drawn that the
NIT approving authority inspects at least once at each of the following stages during the
execution of each work:
(i) At SE’s HQ Outside SE’s HQ
(ii) Upto 3rd RA bill Upto 5th RA bill
(iii) 4th to 6th RA bill 6th to 10th RA bill
(iv) 7th to 9th RA bill 11th to 15th RA bill and so on
Para 5.14 Test Checking of Measurements
The T/S authority shall be responsible for the overall quality of the work. Test Checking of
measurements shall be carried out by respective officers as given in SOP 5/24 as mentioned
below:
1. Test check by the Assistant Engineer
(i) The Assistant Engineer satisfies himself/ herself before passing a bill for payment, or
before submitting it to the Divisional Officer for payment, that the work or supply
billed for has actually been carried out/completed in accordance with the terms and
conditions of the contract.
(ii) The Assistant Engineer is to personally inspect all the works of any magnitude and
submit the same to division office before for payment.
(iii) He/She is required to check measure the works in his/her charge as below:
(a) All items of work in a project irrespective of their cost, are and recorded by the Junior
Page 28 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Engineer-in-charge of the work. It is, however, open to the Assistant Engineer to
record measurements for any particular item of work himself. In case of absence of
Junior Engineer, the Assistant Engineer records measurements.
(b) The Officer accepting the tender for any work may stipulate and require the Assistant
Engineer to record measurements himself or exercise 100% check on the
measurements recorded by his subordinate for any item including those, which,
owing to their situation, cannot subsequently be checked measured or which have
very high unit rates or which in the opinion of the Officer are important.
(iv) Important works, within meaning of the above, include items which owing to the
situation cannot be subsequently checked or which have very high unit rates. For
guidance, these items are classified generally as below :-
(a) Items of work which owing to their situation cannot subsequently be checked :
(i) All work below ground level such as Concrete, Masonry, Steel work etc. in
foundation; and
(ii) Fabricated Steel work in columns, beams, etc. which are encased either in
masonry or concrete, reinforcement in RCC/RB work.
(iii) Wood work, Iron work etc. hidden by ceilings, wall paneling or floor boardings.
(iv) Bitumen painting of roofs under mud phuska and tiles paving or under terrace
concrete.
(v) Water proofing compounds used in gauging cement.
(vi) Lines of pipes buried in floor or masonry in Internal sanitary, water supply or
drainage installations.
(vii) Earthing installation, cable laying etc.
(b) Items of works which are considered to have very high unit rates :
(i) RCC Work.
(ii) Items in sunk ashlar stone or marble work, plain sunk or moulded in walls,
columns, arches or domes.
(iii) Stone or marble work in wall lining. All steel cladding, structural glazing etc.
(iv) All wood work in Chowkhats, frames or trusses in Indian or Burmah Teakwood.
(v) All joinery work in shutters, trellis works, miscellaneous wood work etc. whether
in Indian Teak or Burma Teakwood.
(vi) All brass, oxidised brass or other similar costly fittings of doors, windows etc.
where payable separately.
(vii) All major equipments for AC, lifts, Generator sets, Sub-station equipments,
fireworks
(viii) any other items desired by Engineer-in-charge.
(v) In case of works at headquarters of the Sub-Division, AE should check measure not less
than 50% of the value of the measurements recorded by his/her Junior Engineer before
Page 29 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
any running/final bill is paid. In case of works outside headquarters of the Sub-
Division, the Assistant Engineer should check measure upto 50% of the value of work
done before preparing final bills or before making payment of alternate running/final bills.
(i) In case of works at headquarters of the Sub-Division, AE should check measure
not less than
(ii) 50% of the value of the measurements recorded by his Junior Engineer before
any running/final bill is paid.
(iii) In case of works outside headquarters of the Sub-Division, the Assistant
Engineer should check measure upto 50% of the value of work done before
preparing final bills or before making payment of alternate running/final bills.
Note: For the purpose of test check, “measurements” means the “corresponding monetary
value of measurements of work done.” This, however, does not apply to “Levels”, in which
case the test check has to be based on the number of levels recorded.
(vi) While test checking the works of repetitive type, the Assistant Engineer (Elect) should
test check 100% of all items of at least one unit, taken at random, besides test checking
isolated and individual items in other units to bring the total extent of check measurement to
the desired limit of 50% of value of work done.
(vii) Besides the mandatory test check of RCC and hidden items of work, the test check of
measurements by Assistant Engineer shall also include not less than 50% of the
plumbing work for sanitary and water supply wherever applicable.
(viii) In the case of works outside the headquarters of the Sub-Division costing upto 20% of
his tender acceptance power, check measurements by the Assistant Engineer need not
be insisted upon. He will, however, have to accept general responsibility for the
correctness of the bill as a whole.
2. Test check by the Engineer in Charge
(i) The Engineer in Charge should test check 10% of the measurements recorded by
his/her subordinates at least every alternate bill for works at his/her headquarter, and
at least every third bill for works outside his/her headquarter. Measurements selected
by EE is
(ii) independent of measurements test checked by AE. However this will not apply to
items, the measurement of which are a checked 100% by AE. In respect of works
costing up to 20% of his/her tender acceptance power at places outside the
headquarter of the division, and in case of works costing up to 10% of his/her tender
acceptance power at the headquarter of the division, the Engineer in Charge may, in
his/her discretion, authorize payment without any test check by him. He/she will,
however, have to accept general responsibility for the correctness of the bill as a
whole.
(iii) Test check of RCC and plumbing works
(a) Test check of the Engineer in Charge is also include at least 10% test check of
the measurements of RCC items so as to ensure structural safety of building.
(b) Besides the mandatory test check of RCC and hidden items of work, the test
check of measurements by the Engineer in Charge is also include not less than
10% of the plumbing work for sanitary and water supply.
Page 30 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(iv) Test check of steel
(a) In the case of receipt of steel, the Engineer in Charge is test check 10% of the
total consignment received in a month. Any consignment test checked by the
Engineer in Charge is checked by him/her 100%.
(b) Permitted variation between the quantities as per supplier’s bills and as received
and accounted for in stock account, is 0.5% in the steel bars upto and including 12
mm dia, and 1% in the case of steel bars of higher dia. 59
(c) If in any consignment the variation on lower side exceeds the aforesaid limits,
100% check of the measurements is carried out by the Engineer in Charge, and
detailed investigation into the reasons for the shortage recorded.
(v) Test check in road works
In case of road work involving supplying and laying of sub-base and base course
material:
(a) The stacks is uniformly distributed along the road. The collection of stone
metal is completed for the entire work, or for complete length of 1 km, or as
directed by the Engineer-in-Charge, and measured before the work of laying and
consolidation is taken up in hand.
(b) The Assistant Engineer is test check not less than 50%, and the Engineer in
Charge, not less than 10% of the supply of materials in each length of 1 km
before the work of laying is started.
(vi) Test checks to be attested
The individual items checked is clearly shown in the Measurement Book, and the
result recorded by the officer concerned. The items thus checked is attested by the
dated initials of the checking Officer.
(vii) Consolidated record of checks/test checks
(a) A collective record of all the check carried out from time to time is prepared
in each Measurement Book.
(b) The result is indicated by the word “Satisfactory” or “Unsatisfactory” as
judged at the time on merits of each case. Unsatisfactory result is
communicate to the JE or both the JE and AE as the case is.
Page 31 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Guidelines for Secured advance on material brought at site shall be as below:
(4) (iii) The quality of materials is as per the specifications.
Page 32 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Para 5.7(2) Site Document
For maintaining and operating other site documents viz Site order book, physical inspection
register (where ever applicable), cement register, dismantle register etc details are given in
SOP 5/14 as mentioned below:
2. Inspection Registers
(i) Senior Officers record the observations of their site inspections through Online site
Inspection register module for each project registered in PMS.
(ii) Online site inspection register becomes functional after the registration of work in PMS
module on CPWD website.
(iii) The inspecting officer after log in through his/her PIMS id selects the concerned project
for work and records his or her observations.
(iv) The Engineer in Charge and his subordinate officers carries over such observation and
defects on which action is to be taken by contractor to the Site Order Book with
appropriate cross references of the Online Inspection register.
(v) The concerned site staff add compliance note against the observations and also upload
site photographs, if needed.
(vi) All the concerned officers of the project from JE to DG, CPWD can view the
compliance and can also add new observations or comments in subsequent remarks.
(vii) In case compliance note is found to be unsatisfactory, the concerned senior officers can
Page 33 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
add subsequent remarks in this regard.
(viii) The observations can also be drafted in separate word file and then copied to the online register.
(ix) There is also a provision for subordinate officer to prepare the draft observation/
compliance note and submit to approving authority. After approval, the observations are
automatically uploaded in online register in the name of approving authority.
(ix) Observations recorded are reviewed by Sr. officers during their subsequent inspections
to ensure their compliance.
(ix) Monthly report of observations made by an officer is generated by the module.
43
(x) In exceptional cases, if manual inspection register is required to be maintained then
prior approval of an Officer not below the rank of SE is obtained. In this regard a
docketed Inspection register shall maintained as per proforma given in Annexure -29.
3. Cement Registers
(i) The proforma for the Cement Register is as per Annexure -30.
(ii) The Assistant Engineer/Engineer in Charge checks the registers maintained for
accounting of cement at different work sites.
(iii) In case of works costing above Rs. 1,00,000/- or as notified by the Directorate from time
to time, situated outside their headquarters, they inspect the registers and stores during
their respective visits and inspection of the works.
In case of works where Ready Mixed Concrete (RMC) is stipulated to be used from an
approved source/manufacturer, such registers are not be maintained. However, the
computerized dispatch slips that are sent with each dispatch of RMC are kept on
record.
4. Dismantled materials arising out of dismantlement through departmental works
(i) The serviceable materials obtained from dismantlement of a building or structure
wherever not sold by tender or auction, is recorded without value in the Measurement
Book for record purpose
(ii) On the basis of the measurements, the serviceable materials are taken in the Register
of Dismantled Materials in the form at Annexure -31.
(iii) The Assistant Engineer after duly attesting the entries made in the Measurement Book
makes a suitable note that these materials have been entered in the Register and strikes
out the page with a red diagonal line.
(iv) A separate folio or set of folios is kept apart for keeping the accounts of dismantled
materials pertaining to each work.
(v) The serviceable materials obtained from dismantlement is used in the works as far as
possible and is shown as issued to works accordingly in the Register.
(vi) The un-disposed balances is physically verified at least once a year and the result of
the verification recorded in the “Remarks Column”.
(vii) This register (even for “Nil” transactions) is submitted by the Assistant Engineer
regularly each month along with the monthly accounts for scrutiny in the Divisional
Office.
(viii) After the transactions have been checked by the Divisional Accountant, the Register is
laid before the Engineer in Charge for monthly review. The fact of such review is placed
on record in all cases preferably in Form CPWA 96 (memo of review).
(ix) In no case dismantled materials is collected on the road berms. If for any reason, it is
not found possible to comply with these instructions in any particular case, then written
approval of the Superintending Engineer and local authority, if any, is obtained.
Page 34 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(x) The “Empties”, i.e. empty drums, tins, bags, and other containers are also included
and accounted for in the Register of Dismantled Materials.
5. Dismantled materials arising out of dismantlement through contract
(i) In case a building or structure is dismantled through contract, a stipulation/provision in
the schedule of work is generally made in the NIT/contract that the contractor has to take
away the dismantled materials within specified time, and for which he/she gives credit
to the Department at his/her tendered and accepted rates.
(ii) In cases where the intrinsic value of the dismantled materials is more than the cost of
dismantlement of the building/structure. In that event, sufficient safeguard is taken
through suitable stipulation/provision in the NIT/contract whereby the contractor has to
deposit the cost of dismantled materials in full with the Department before he/she is
allowed to take up the dismantling work. The cost of dismantling is paid to him/her after
he/she completes the dismantling work.
(iii) Usual provision for security deposit/performance guarantee is made in the contract to
ensure that the contractor completes the dismantling work, and that he/she does not
just walk away with the costly dismantled materials.
(iv) In case where dismantlement is part of construction contract, lump sum stipulation is
made for dismantling and removing the dismantled material, recovery of which is
made as early as possible preferably from the first three running bills.
Page 35 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
of staff prior to approval/ revalidation.
4. However, testing of material in any Govt. Lab/Public Undertaking Lab/IIT or NIT
Lab/Government Engineering College is allowed by Engineer in Charge without prior
approval of Superintending Engineer or higher officers provided these labs have all
necessary facility to carry out the required tests.
Page 36 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE – 26 (Refer SOP No. 5/10)
CHECK LISTS FOR VARIOUS ITEMS
PART - A
CHECK LIST FOR ITEMS OF FOUNDATION CONCRETE
Name of work: ………………………………
Name of contractor ………………………
Agreement no. …………………………….
1. Date of inspection
2. Location
3. Material used for concrete whether tested
(a) Sand Yes/No
(b) Coarse aggregate Yes/No
(c) Water Yes/No
(d) Admixture, if any Yes/No
4. Raft top level, whether provided as per details Yes/No
5. Architectural/structural drawing correlated Yes/No
6. Whether location of construction joint has been discussed with Executive Engineer, and he
has approved it? Yes/No
7. Cleaning over water proofing surface and construction joint done ? Yes/No
8. CC cover blocks of 60 mm, thickness provided (min 2 in one square metre area)?
Yes/No
9. Reinforcement placement as per relevant structural drawing checked? Yes/No
10. Layout of columns as per relevant structural drawing checked? Yes/No
11. Placement of shuttering plates and key board for proper construction joint with
shuttering oil? Yes/No
12. Cement slurry applied on construction joint before pouring of concrete Yes/No
13. Trained mason available Yes/No
14. Concreting to start from farthest point to nearest point with respect of weight batching
plant? Yes/No
15. Concrete mix has been designed Yes/No
16. Plasticiser being used? Yes/No
17. Adequate number of concrete vibrators in working condition available ? Yes/No
18. Slump checked Yes/No
19. Sample cubes taken Yes/No
Page 37 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
20. Signature of JE …………… Signature of AE …………. Signature of EE……………
PART — B
CHECK LIST FOR COLUMNS/BEAMS/SLABS
1. Date of inspection
2. Drawing no.
3. Location
4. Whether materials used conform to relevant Specifications?
(a) Sand Yes/No
(b) Coarse aggregate Yes/No
(c) Water Yes/No
(d) Admixture, if any Yes/No/
5. Whether structural drawings correlated with architectural drawings? Yes/No
6. Whether the centre line of column/beams checked with reference to grid lines as per
architectural drawings? Yes/No
7. Whether treatment of expansion joint, wherever required, is done? Yes/No
8. Whether cleaning, repairing and approval of shuttering plate, application of
shuttering oil is done? Yes/No
9. Whether shuttering is in true plumb and vertical and properly done and quality
maintained during concreting? Yes/No
10. Whether reinforcement detailing, their placement are as per structural drawings?
Yes/No
11. Whether proper gauge binding wire is used and with full cross binding and tightening
of reinforcement bars with stirrups? Yes/No
12. Whether required minimum cover to reinforcement is maintained? Yes/No
13. Whether stainless steel cramps, angle irons for holding stones and any holding
arrangement for Electrical /mechanical/fire fighting/other services have been seen and
approved by JE (E)/AE(E) Yes/No
14. Whether conduits for various electrical/mechanical/fire fighting/other services have been
seen and approved by JE(E)/AE(E)? Yes/No
15. Whether concrete of approved design mix within maximum permissible water-cement
ratio is used? Yes/No
Page 38 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
16. Whether admixture of good brand quality approved by Engineer-in- charge is used?
Yes/No
17. Whether technical supervision at batching plant/mixer and at point of concreting done?
Yes/No
18. Whether concreting is placed within initial setting time of mixing? Yes/No
19. Whether proper compaction with vibrator is done? Yes/No
20. Whether the concreting has been done in a lift not exceeding 1.5 m? Yes/No
21. Whether cubes as per requirement filled for testing? Yes/No
22. Signature of Junior Engineer ………………………….
23. Signature of Assistant Engineer ………………………
24. Signature of Executive Engineer ………………………
Post-concreting:
25. Whether shuttering stripped off as per specification, and laitance removed immediately
thereafter? Yes/No
26. Whether proper arrangement of curing and curing period maintained as per specifications?
Yes/No
27. Whether hacking of RCC surface by proper hacking tool for subsequent
plastering/finishing is carried out ? Yes/No
28. Signature of Junior Engineer …………………………..
29. Signature of Assistant Engineer ……………………….
30. Signature of Executive Engineer ………………………
PART - C
CHECK LIST FOR BRICK WORK
1. Date of inspection
2. Drawing no.
3. Location
4. Whether materials used conform to relevant Specifications and whether mandatory tests
done?
(a) Sand Yes/No
(b) Bricks Yes/No
(c) Water Yes/No
5. Whether structural drawings co-related with architectural drawings? Yes/No
6. Whether the centre line of brickwork checked with reference to grid lines as per
Page 39 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
architectural drawings? Yes/No
7. Whether bricks soaked in water before use for sufficient period? Yes/No
8. Whether queen closers are used at junction of walls? Yes/No
9. Whether brickwork is in true plumb and vertical and all layers truly horizontal?
Yes/No
10. Whether graduated wooden straight edge storey rod being used for keeping height of
brick courses uniform? Yes/No
11. Whether wall height being constructed in a day is being restricted to 1 m height?
Yes/No
12. Whether parts of wall left at different levels are raked back at an angle of 45 degrees
or less with the horizontal? (Toothing is not to be permitted) Yes/No
13. Whether top courses of all plinths, parapets, steps and top of walls below floor
and roof slabs laid with brick on edge? Whether marucona provided at corners
in such brickwork? Yes/No
14. Whether thickness of joints in brickwork is kept 1 cm ± 20%? Yes/No
15. Whether mortar of approved mix within maximum permissible water cement ratio
is used? Yes/No
16. Whether all horizontal and vertical joints are being filled? Yes/No
17. Whether proper arrangement of curing and curing period maintained as per specification?
Yes/No
18. Whether date of work done written? Yes/No
19. Signature of Junior Engineer ……………………..
20. Signature of Assistant Engineer ………………….
21. Signature of Executive Engineer ………………….
PART - D
CHECK LIST FOR BRICK WORK
1. Date of inspection
2. Drawing no.
3. Location
4. Whether materials used conform to relevant specifications and whether mandatory tests
done? Yes/No
5. Whether surface cleaned of all loose mortar and efflorescence? Yes/No
6. Whether all conduiting and electrical piping done? Yes/No
7. Whether all doors, windows etc. fixed? Yes/No
Page 40 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
8. Whether all defects of brickwork/CC/RCC rectified? Yes/No
9. Whether preparation of surface done? Yes/No
10. Whether 2.5 m long aluminum straight edge and plumb bob being used to check
verticality and evenness of surface? Yes/No
11. Whether 15 cm x 15 cm bunda at every 2 m horizontally and vertically being provided to
seve as gauges? Yes/No
12. Whether uniform groove provided at junctions of all plaster and ceiling plaster? Yes/No
13. Whether mortar of approved mix within maximum permissible water cement ratio is used?
Yes/No
14. Whether proper arrangement of curing and curing period maintained as per specifications?
Yes/No
15. Whether date of work done written? Yes/No
16. Signature of Junior Engineer ……… 17. Signature of Assistant Engineer
………………….
18. Signature of Executive Engineer ………………….
PART - E
CHECK LIST FOR WATER SUPPLY LINES
1. Date of inspection
2. Drawing no.
3. Location
4. Whether materials used conform to relevant Specifications and whether mandatory tests
done? Yes/No
5. Whether plumber employed is licensed plumber or not? Yes/No
6. Whether plan for piping system has been prepared and got approved? Yes/No
7. Whether all pipes and fittings are ISI marked? Yes/No
8. Whether a sample system has been prepared and got approved? Yes/No
9. Whether clamps provided at specified spacing? Yes/No
10. Whether pipe lines checked at required pressure before covering? Yes/No
11. Whether weight of flushing pipe checked? Yes/No
12. Whether flushing cistern is ISI marked and internally painted with bitumastic paint?
Yes/No
13. Whether fittings like wash basin, sink pan, cistern, bib cock, stop cock, wheel valves, etc.
are ISI marked? Yes/No
Page 41 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
14. Whether PVC water storage tank is ISI marked? If not, whether sample sent for testing?
Yes/No
15. Signature of Junior Engineer ………………………………
16. Signature of Assistant Engineer ………………………
Page 42 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE -27
(Refer SOP No. 5/10)
RESPONSIBILITY FOR QUALITY
1. Civil Work
Item of work Works Costing
Above Rs. 50 Upto Rs.
lakhs 50 lakhs
A. Materials
(a) Sand, stone, metal & chips, bricks, ordinary glass
panes JE & AE JE
(b) Timber, paints, polish, door, shutters, windows, door/ JE & AE JE
window fittings, sanitary and water specials, glass panes
(c) Marble, granite, kota stone and similar stone work items
(d) Cement and steel AE & EE JE & AE
Page 43 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(r) (i) Manholes i/c covers & frames JE & AE JE
(ii) CI Inspection bends & chambers JE & AE JE
(s) General quality of work with particular reference to lines
EE & SE AE & EE
& levels/adherence to drawings and specifications &
functionality
(t) Road works
JE & AE JE & AE
(i) Preparation of sub grade
JE & AE JE & AE
(ii) Sub base/base course
AE & EE JE & EE
(iii) Wearing course To be
C. Other important material/items decided by
tender
accepting
authority
2. E& M Works
Page 44 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
3. Horticulture Works
Works Costing
Item of work
Above Rs. 5 lakhs Upto Rs. 5 lakhs
A. Materials
(a) Supply of Plants
SO/ADH & DDH SO/ADH
(b) Supply of T&P
(c) Supply of Cut Flower SO/ADH & DDH SO/ADH
(d) Supply of various materials
required for day to day use. SO/ADH & DDH SO/ADH
(e) Supply of Earth & Manure
SO/ADH SO/ADH
(f) Supply of Earthern/Cement pot
SO/ADH & DDH SO/ADH
B. Excavation works
SO/ADH SO/ADH
(a) Trenching
(b) Excavation SO/ADH SO/ADH
(c) Filling of earth in excavated area SO/ADH & DDH SO/ADH
(d) Grassing, fine dressing, spreading etc. SO/ADH & DDH SO/ADH
(e) fabricating of Tree Guards SO/ADH & DDH SO/ADH
SO/ADH & DDH SO/ADH
(f) Digging of Holes
C. Maintenance Works SO/ADH & DDH SO/ADH & DDH
(a) Renovation of Lawn
(b) Complete maintenance of garden
SO/ADH & DDH SO/ADH
feature.
(c) Maintenance of Potted SO/ADH & DDH SO/ADH
plants/cut flowers SO/ADH SO/ADH
arrangement.
(d) General quality of works & DDH/DOH SO/ADH
specification and functionally as To be decided by
well as adherence to landscape plan. tender accepting
D. Other important Material and items not covered authority
above
Page 45 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE - 28
(Refer SOP No. 5/14)
SAMPLE FORM FOR SITE ORDERS BOOK
ANNEXURE - 29
(Refer SOP No. 5/14)
SAMPLE FORM OF INSPECTION REGISTER
Name of work: ………………………………………………
Sl. Date and Officer's Items Signature Defects taken to Site Order Final
No. time Name and inspected and Book/ letter written action/
Designation specific Site Order Dat Sign. of result
defects Book page e AE / EE
noticed & no.
action to be /letter no.
taken
1 2 3 4 5 6 7 8 9
Page 46 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE - 30
(Refer SOP No. 3/14)
SAMPLE FORM OF CEMENT REGISTER
Date of receipt Quantity Progres- sive Date of issue Quantity issued Items of work Quantity returned at Total issue Daily balance Contr- actor’s JE’s Remarksof AE/EE
received total for which theend oftheday at hand initial at periodical checks
initial
issued
1 2 3 4 5 6 7 8 9 10 11 12
ANNEXURE - 48
(Refer SOP No. 7/1)
Sl. Name of Est. cost Tender % above/ Agree Agency Date of Date Physical Name
no. work & in lakhs cost in below ment Comme- of progress of
location Rs. lakhs Rs. Schedule no. ncement comp- of work Engin
Remarks
1 2 3 4 5 6 7 8 9 10 11 12
Page 47 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE - 49
(Refer SOP No. 7/1)
Sl. no. Name of Contract no. Brief Value of the Mode Sched- Present Re
the details of contract of uled status ma
organization the ten- deliver rks
with location materials dering y
required period
1 2 3 4 5 6 7 8 9
Page 48 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE – 50 (Refer SOP No. 7/1)
ANNEXURE - 52
(Refer SOP No. 7/1)
Page 50 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE - 53 (Refer SOP No. 7/2)
LIST OF EQUIPMENT FOR FIELD TESTING LABORATORY
A. For Building Work
1. Balances
(i) 7 kg. to 10 kg. capacity, semi-self indicating type - accuracy 10 gm.
(ii) 500 gm. capacity, semi-self indicating type - accuracy 1 gm.
(iii) Pan balance- 5 kg. capacity - accuracy 10 gms.
2. Ovens-electrically operated, thermostatically controlled upto 110°C - sensitivity 1°C.
3. Sieves: as per IS 460-1962.
(i) I.S. sieves - 450mm internal dia, of sizes 100 mm, 80 mm, 63mm, 50 mm, 40 mm, 25mm,
20 mm,
12.5 mm, 10 mm, 6.3 mm, 4.75mm, complete with lid and pan.
(ii) I.S. sieves- 200mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600 microns,
425
microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns, with lid and pan.
4. Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing switch
assembly.
5. Equipment for slump test- Slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauges, 25 mm travel - 0.01 mm/division least count - 2nos.
7. 100 tonnes compression testing machine, electrical-cum manually operated.
8. Graduated measuring cylinders 200 ml capacity - 3 Nos.
9. Enamel trays (for efflorescence test for bricks).
(i) 300 mm × 250 mm × 40 mm- 2 nos.
(ii) Circular plates of 250 mm dia - 4 nos.
B. For Road Works
1. Balances
(i) 7 kg to 10 kg capacity, semi-self indicating type - accuracy 10 gm.
(ii) 500 gm capacity, semi-self indicating type, accuracy 1 gm.
(iii) Chemical balance, 100 gm capacity - accuracy- 0.1 gm.
(iv) Pan balance - 5 kg. capacity - 10 gm accuracy.
(iv) Platform scale- 300 kg capacity.
2. Oven electrically operated, thermostatically controlled.
(i) Upto 200°C for determination of loss on heating of bitumen.
Page 51 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
3. Sieves as per IS 460-1962.
(i) I.S. sieves - 450 mm of internal dia of sizes 100 mm, 80mm, 63mm, 50mm, 40mm,25mm,
20mm, 12.5mm, 10mm, 6.3mm, 1.75mm, complete with lid and pan.
ii) I.S. sieves - 200 mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 60 microns, 425
microns, 300 microns, 212 microns, 150 microns, 90 microns and 75 microns with lid and pan.
4. Sieves shaker capable for shaking 200mm and 300mm dia sieves, electrically operated with
timer.
5. Dial gauge (i) 25mm travel - 0.01mm/division.
6. Load frame-5 tonnes capacity, electrically operated with speed control.
7. Aggregate impact test apparatus as per IS 2386-Part IV-1963.
8. Compaction apparatus (Proctor) as per IS 2720-Part VII-1974.
9. Modified ASHO compaction apparatus as per IS 2720-Part-III-1974.
10. Sand pouring cylinder with control funnel and tube complete as per IS 2720-Part XXVIII-1974.
11. Sampling tins with rods 100mm dia × 50mm ht., 1/2kg capacity, and miscellaneous items like
moisture tins etc.
12. Constant temperature bath for accommodating bitumen test specimen, electrically operated and
thermostatically controlled.
13. Penetrometer with automatic time controller and with adjustable weight accessories and needles
as per IS 1203-1958.
14. Oxhlet extraction apparatus complete with extraction thimbles etc.
15. Laboratory mixer, about 0.02 cu-meter capacity, electrically operated with heating jacket.
16. Hubbard field stability test apparatus complete.
17. Marshall compaction apparatus as per ASTM 1559-62T, and complete with electrically
operated leading unit, compaction pedestal bearing head assembly, dial micrometer, and bracket for
flow measurement, load transfer bar, specimen mould (4 inch. dia) with base plate, columns, mould
(4 inch, dia) with base plate, collars, specimen extracted. Compaction hammer, 4.53 kg (10lb)/457
mm (18inch) fall.
18. Distant reading thermometers.
19. Graduated cylinder 1000 ml. capacity.
20. Enamel tray
Page 52 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE - 53 A (Refer SOP No. 7/2)
FIELD TESTING NSTRUMENTS
1. Steel tapes - 3 m
2. Vernier calipers
3. Micrometer screw 25 mm gauge
4. A good quality plumb bob
5. Spirit level, minimum 30 cms long with 3 bubbles for horizontal vertical
6. Wire gauge (circular type) disc
7. Foot rule
8. Long nylon thread
9. Rebound hammer for testing concrete
10. Dynamic penetrometer
11. Magnifying glass
12. Screw driver 30 cms long
13. Ball pin hammer, 100 gms
14. Plastic bags for taking samples
15. Moisture meter for timber
16. Earth resistance tests (for Electrical Divisions)
17. Meggar (for Electrical Divisions)
ANNEXURE - 54 (Refer SOP No. 7/2)
PROFORMA FOR MANDATORY TESTS TO BE ATTACHED WITH RUNNING
BILLS
Sl.no. Item Quantities as Frequency No. of tests Upto date No. of No. of Rema
per agreement required quantity tests tests rks
as per specifi- required actually
cation done
1 2 3 4 5 6 7 8 9
Note: If the number is less than that required, then reasons shall be recorded.
Page 53 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE - 55
(Refer SOP No. 7/2)
PROFORMA FOR QUALITY CONTROL INSPECTION BY CIRCLE OFFICE QA TEAM
PART - I
1. General
1.1 Name of work.
1.2 Division and Sub-Division.
1.3 Inspecting officer.
1.4 Assisted by.
1.5 Date of present inspection.
1.6 Reference to memos of previous Inspection.
2. Particulars of work
2.1 Estimated cost put to tender.
2.2 Tendered amount.
2.3 Agreement no.
2.4 Name of contractor.
2.5 Registration class of contractor.
2.6 Date of start of work.
2.7 Due date of completion.
2.8. % age progress of work at the time of inspection
3. Routine Quality Control
3.1 Quality control aids.
3.1.1 Is field staff equipped with:
(a) Copy of agreement with relevant specifications (detailed as well as special).
(b) Copy of preliminary estimate, detailed estimate and measurements.
(c) Upto date architectural as well as structural drawings.
(d) Testing facilities with the help of necessary field instruments/equipments (List of
equipments
available at site including level, theodolite, etc. may be given).
4. Observations on compliance of Quality Control system after intensive inspection under
following sub- heads:
4.1 Earthwork.
4.2 Concrete work.
4.3 R.C.C. work.
Page 54 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
4.4 Brick work.
4.5 Stone work.
4.6 Steel work.
4.7 Flooring (including marble work, if any).
4.8 Roofing.
4.9 Finishing.
4.10 Miscellaneous.
4.11 Services, etc.
5. Quality and Testing of materials/Products
5.1 Comment on:
5.1.1 Testing facilities available with the Department at site.
5.1.2 Testing facilities arranged with other Department/institution.
5.1.3 Testing facilities further required to be arranged.
5.2 Testing
5.2.1 Are all mandatory tests being carried out at the frequency mentioned in CPWD
Specifications?
5.2.2 No. of tests failed and approximate quantity rejected.
5.2.3 General observations on tests, viz. erratic results, consistently low or high results etc.
5.2.4 Follow up action taken on unsatisfactory results, with lapses in prompt follow up
action.
5.2.5 Samples tested by Assistant Engineer (P) and their results (Samples should invariably
be taken where material/product at site does not appear to conform to the latest test results.
5.3 Is material/product of make borne on approved list of Department/ISI?
5.3.1 Are tests carried out on materials/products (covered under 5.3) found satisfactory?
6. Comments on adequacy of resources employed by the contractor at site for timely completion of
work.
Page 56 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
PART - III PROGRESS MONITORING
1. System adopted at site for monitoring progress.
2. Percentages progress achieved vis-a-vis time given for completion.
2.1 Steps taken to accelerate progress when shortfall is noticed.
3. Any extension of time required?
4. Co-ordination amongst various agencies involved in execution of work.
5. Constraints noticed in smooth progress of work and directions if any, received from Executive
Engineer/ Superintending Engineer/Chief Engineer to overcome them.
PART - IV RECOMMENDATION
1. Give specific recommendations for immediate attention of Superintending Engineer on:
1.1 Improving quality control on specific items.
1.2 Comments on items lagging behind for want of drawings, materials, decision etc.
To,
SE
[Assistant Engineer (QA)]
PART - V
DIRECTION OF SE ON THE REPORT
1. EE to improve quality of following items.
2. EE to issue notice to contractor for rectification of following defects at ...........
3. EE to improve slow progress.
4. Directions, if any, for solving deadlocks/problems at site.
5. Further follow up action by AE(QA) on next inspection.
To
AE (QA)
[Superintending Engineer]
Page 57 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Annexure - VI Quarterly Statement Of Works
Sl. Name Est. Tende %age Agree Age Date of Stipulated Physical Name of Rema
No of cost r cost above / - ment ncy commen date of progress Engineer rks
. work (in (in below No. - cement completio of work incharge
lakhs) lakhs) estimat n with add-
Rs. Rs. - ed ress
cost
1 2 3 4 5 6 7 8 9 10 11 12
Page 58 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE - 56
(Refer SOP No. 7/2)
PROFORMA FOR PREPARING OBSERVATIONS BY CORE WING/REGIONAL QA
UNITS
1.0 Particulars of work
1.1 (a) Name of work:
(b) Description/scope of work:
1.2 (a) Sub-Division and name of Assistant Engineer:
(b) Division and name of Executive Engineer:
(c) Circle and name of Superintending Engineer:
(d) Zone and name of Chief Engineer:
1.3 Agency/contractor:
(a) Name:
(b) Registration class:
1.4 Agreement no:
1.5 Stipulated date of start:
1.6 Stipulated time and date of completion:
1.7 (a) Estimated cost put to tender:
(b) Schedule of rates applicable:
1.8 Accepted tendered cost with overall percentage:
1.9 Percentage progress at the time of inspection vis-a-vis expected as per contract and reasons for
delay, if any:
1.10 Inspecting officer:
(Name & Designation)
1.11 Officers and contractor present during inspection:-
(Name & Designation)
1.12 Date of inspection and number:
2.0 Quality Control aids:
2.1 Is site equipped with:
(a) Copy of agreement:
(b) CPWD Specifications/along with (upto date) correction slips:
Page 59 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
(c) List of ISI marked/approved materials to be used:
(d) Guard File containing Inspection Reports of CTE/QCTA/AE(QC)/CE/SE etc.
(e) Testing facilities to check conformance to acceptance criteria:
(f) QACW Circulars on Quality Control.
2.2 Is field laboratory existing and well equipped?
3.0 Departmental procedure aspects:
3.1 Maintenance of Inspection Register
3.2 Highlights of inspections by CE, SE, AE(P) requiring compliance
3.3 Are Test Registers maintained in standard forms?
3.4 Are Test Registers reviewed by EE/SE with dates?
3.5 Cement Register:
(a) Is Cement store checked by AE/EE periodically as stipulated?
(b) Comment on cement stock with reference to Cement Register:
3.6 Site Order Book and Schedule of defects:
(a) Is Site Order Book properly maintained?
(b) Is the Site Order Book reviewed by EE and SE?
(Mention details)
(c) Have timely notices been issued to the contractor with the Schedule of defects/ damages and
date of compliance? In case of failure to rectify defects/damages whether action under clause 14/17
initiated?
4.0 Process control aspects:
4.1 Is soil investigation done? (give brief details)
4.2 Suitability of water for construction:
(a) What is the source of water?
(b) Has water been tested and approved by Engineer-in-charge before construction?
(c) Has water been tested subsequently (i.e. after every 3 months) and found fit for use in
works?
4.3 Are 10% (25% for concrete) of all samples for testing taken in presence of EE
4.4 Are all mandatory tests carried out at stipulated frequency?
4.5 Are materials approved by Engineer-in-charge?
If so, are samples available at site?
4.6 Are sample units/items completed and approved by EE before start of mass finishing work?
4.7 Specific control on RCC work like centering/shuttering, proportioning with boxes: mixing
by full bag capacity hopper fed mixer: control of slump: placing/compaction with vibrator:
Page 60 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
4.8 Any other particular comments on adequacy of process control:
5.0 Site inspection for observations and comments on Quality Control system in place:
5.1
5.2 Observations on floor slope (especially in Bath, WC, Kitchen, Terrace, Balcony etc.)
5.3 Observations on QC for dampness/leakages prevention.
If dampness/leakage noticed, then state locations and probable reasons.
5.4 Samples collected by QC Core/Cell
6.0 Observations on site material QC aspects.
(Keeping in view the requirements of contract specifications: BIS marked/CPWD approved
products etc.)
(Attach separate sheet, if required)
7.0 Observations on workmanship QC aspects. (Attach separate sheet, if required).
8.0 Test audit of RA bill:
(Indicate RA bill no., gross amount, Vr. no. and date)
8.1 Deviation in Quantities
(a) Whether deviation in quantities noticed?
(b) If so, the reason there of and whether prior approval of competent authority has been obtained
before allowing deviations?
(c) Whether revised T/S is required due to these deviation? If yes, the action taken.
Page 61 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
8.2 Items not conforming to specifications:
(a) Whether notice was issued as specified in contract?
(b) Whether approval in principle was obtained from competent authority before acceptance of
sub- standard work?
8.3 Extra/substituted items
(a) Are justification of item in remark column of EI/SI proper?
(b) Whether prior approval of competent authority for execution of EI/SI has been obtained before
execution?
(c) Whether sanction of competent authority issued?
8.4 Part Rates - whether rates held back are adequate?
8.5 Comments on secured advance paid with reference to materials lying at site.
8.6 Test Check by AE/EE
(a) Critical item:
(b) Hidden items:
(c) Extent (whether satisfactory?)
8.7 Any other observation?
[The observation made about quality of material and workmanship relate to only what could
be randomly seen at locations specified. Executive Engineer and supervisory staff shall
thoroughly inspect the entire work for such defects as observed as well as for other defects
and take suitable remedial measures properly. The Executive Engineer shall be responsible for
accepting any defective work that went unnoticed but pointed out during such inspection.]
8.8 Progress of Work and Programme Chart
(a) Whether progress of work is as per stipulated milestone/approved revised milestone? If no
action taken by EE.
(b) Whether contractor has submitted the programme to complete various activities of work
within stipulated date of completion as per contract condition duly accepted by EE?
(c) Whether monthly progress report submitted by contactor as per programme submitted has
been certified by JE/AE and reviewed by EE/SE?
(d) Any notice under clause 3 (a), (b) or (c) for inordinate delays has been issued or not. If yes,
the action taken by EE
Page 62 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
3.0 Provisions in CPWD Green Rating Manual
Page 64 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
4.0 Provisions in Rules for Enlistment
of Contractors in CPWD - 2019
Page 65 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Rule 19.2
It shall be mandatory for the contractor to submit the perfor mance report (PR) of each work
executed by him in the approved format duly filled with all the required details to respective
Executive Engineer within 3 months of completion of work under intimation to enlisting authority
as laid out in the preceding para. However, there shall be no bar for Departmental officers to take
cognizance of bad performance of the contractor where he deliberately avoids submission of
PR.
If the quality of work assessed in annexure-VII is not satisfactory during currency of the validity
of enlistment, then a show cause notice shall be issued to the contractor by the Enlistment
Authority as to why his name should not be deleted from the approved list of the contractors &
the decision taken by the Enlistment Authority on the recommendations of
Empowered Committee considering explanation of the contractor, if any, regarding suspension
of contractor for participating in CPWD tenders, shall be final and binding.
20.0 Inspection Reports
The agency shall provide all the necessary documents of work executed by him to the inspecting
authority after receipt of intimation for inspection of work from department and shall accompany
and facilitate the team of CPWD officers for inspection of work. Apart from completed works,
the ongoing works will also be inspected by team of CPWD Officers. Necessary Inspection
Report will be issued by Inspecting team in Annexure-IV- A/Annexure-VII. The grading of
Quality and Capability of contractor in the Annexure-X will be based on the said Inspection
reports of the ongoing works/completed works.
Page 66 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Annexure-IV-A (Refer Rule 10)
Assessment of Quality for Fresh Enlistment
Date of receipt of reference from Enlistment Authority:-
Date of Inspection:-
Date of submission of report:-
A. General Observation & Operational Aspects Yes/ No Remarks
1. Availability of approval from local bodies in case of Construction of
Private Buildings.
2. Availability of approved Structural drawings
3. Observation on seepage/ leakage in the Building
4. Whether Line & level Maintained
5. In case of basement, observation on seepage, if any.
6. Any Structural defects / distress observed. If yes give details
7. Whether safety measures adopted at site as per CPWD Safety Code and or
govt. guidelines are adequate or not .
8. Whether the Welfare facilities provided to labour as per Clause 19 H of
GCC for CPWD Works/and or govt. guidelines are adequate or not .
9. Whether AHU getting automatically switched off and fire damps closed
in case of fire signal
10. Whether thimbles used for termination of wires in DBs, EBDs &
Panels?
B. Quality of Work (Maximum marks in each attribute=10) Marks Assessed
1. Quality of plaster/ finishing
2. Quality of R C C / C C Work
3. Quality of Flooring
4. Quality of Wood Work
5. Quality of Steel Work / Aluminium Work
6. Quality of Plumbing and Sanitary Installation
7. Quality of Workmanship
8. Quality of Waterproofing
9. If cladding done, observation on efficiency/ quality of cladding
/Brickwork
10. Quality of internal electrification work
11. Quality of DBs, EBDs& Panels?
12. Quality of E&M equipments, panels & feeder pillar.
13. Quality of fire alarm system/ fire fighting system
14. Quality of Air Conditioning work.
15. Quality of Sub-station based on complete live diagram, capacitor panel,
power factor, insulating Mat, cleanliness, cable termination, earthing pits,
earthing of transformer / DG sets.
16. Any Other aspect (To be elaborated )
Average Marks (To be awarded out of 100 Marks based on average of marks assessed on each attribute
mentioned at B above
Page 67 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Note:-All the above parameters may be considered for assessing the overall quality of work
executed by the contractor. Relevant Documents & Photographs must be attached with the
inspection report.
In case, any attribute is not applicable, the same may not be included in assessment and mentioned
are not applicable (N/A)
PART – III
(To be filled by the department)
(Serial 1 to 7 is repeat information of Part I for proper linkage and confirmation)
1. Period
2. Name & Address of contractor
3. Class, Category and Enlistment No.
4. Name & address of enlisting authority
5. Name of Work
6. Agreement. No.
7. Name & Address of C.P.W.D. Division
12.0
A. General Observation & Operational Aspects (To be filled by Reporting Officer)
Aspects for observation Yes/ No Remar
1. Availability of approval from local bodies in case of Construction of ks
Private Buildings.
2. Availability of approved Structural drawings
3. Observation on seepage/ leakage in the Building
4. Whether Line & level Maintained
5. In case of basement, observation on seepage, if any.
6. Any Structural defects / distress observed. If yes give details
7. Whether safety measures adopted at site as per CPWD Safety Code
and or govt. guidelines are adequate or not .
8. Whether the Welfare facilities provided to labour as per Clause 19
H of GCC for CPWD Works/and or govt. guidelines are adequate or not.
Page 68 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
9. Whether AHU getting automatically switched off and fire damps
closed in case of fire signal
10. Whether thimbles used for termination of wires in DBs, EBDs & Panels?
(Signature of
Reporting
Officer)Name
and Designation
B. Quality of Work (Maximum marks in each attribute=10) Marks Assessed
By By
Reporting Revie
Officer wing
Offic
1. Quality of plaster/ finishing er
2. Quality of R C C / C C Work
3. Quality of Flooring
4. Quality of Wood Work
5. Quality of Steel Work / Aluminium Work
6. Quality of Plumbing and Sanitary Installation
7. Quality of Workmanship
8. Quality of Waterproofing
9. If cladding done, observation on efficiency/ quality of cladding /Brick
10.
workQuality of internal electrification work
11. Quality of DBs, EBDs& Panels?
12. Quality of E&M equipments, panels & feeder pillar.
13. Quality of fire alarm system/ fire fighting system
14. Quality of Air Conditioning work.
15. Quality of Sub-station based on complete live diagram, capacitor panel,
power factor, insulating Mat, cleanliness, cable termination, earthing pits,
earthing
16. Any of transformer
Other / DG
aspect (To be sets.
elaborated )
Average Marks*
(*To be awarded out of 100 Marks, based on average of marks assessed on each attribute
mentioned at B above).
Note:-
1. All the above parameters may be considered for assessing the overall quality of work
executed by the contractor.
2. In case of difference in scores of quality by Reporting officer and Reviewing officer,
average of the two will be considered.
3. Average marks obtained shall be rounded off to next full marks.
In case, any attribute is not applicable, the same may not be included in assessment and
mentioned as “ Not applicable (N/A)”
Page 69 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
13.0 Grading on capability of contractor
13.0 Parameters Marks Assessed on a scale of 20
By Reporting By Reviewing
Officer Officer
i. Technical proficiency
ii. Financial soundness
iii. Mobilizations of adequate T&P
iv. Mobilizations of man power
v. General behavior
Total Marks
Note:-
1. In case of difference in scores on capability by Reporting officer and Reviewing
officer, average of the two will be considered.
2. Average marks obtained shall be rounded off to next full marks.
Page 70 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
ANNEXURE – X (Refer Rule 21)
Criteria For Evaluation Of Contractor’s Performance
For Fresh Enlistment/Up-gradation/Revalidation
Name of Contractor:
Present Class & Category in which Enlisted if any:
Details of Works assessed:
Page 71 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
5.0 Provisions in General Conditions of Contract
Page 72 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Clause 10B:Plant Machinery & Shuttering Material Advance
An advance for plant, machinery & shuttering material required for the
work and brought to site by the Contractor may be given if requested by the contractor in
writing within one month of bringing such plant and machinery to site. Such advance shall
be given on such plant and machinery which in the opinion of the Engineer-in-charge will
add to the expeditious execution of work and improve the quality of work.
Clause 11: Work to be Executed in Accordance with Specifications, Drawings,
Orders etc.
The contractor shall execute the whole and every part of the work in the most
substantial and workmanlike manner both as regards materials and otherwise in every respect
in strict accordance with the specifications. The contractor shall also conform exactly, fully
and faithfully to the design, drawings and instructions in writing in respect of the work signed
by the Engineer-in-Charge and the contractor shall be furnished free of charge one copy of the
contract documents together with specifications, designs, drawings and instructions as are not
included in the standard specifications of Central Public Works Department specified in
Schedule ‘F’ or in any Bureau of Indian Standard or any other, published standard or code
or, Schedule of Rates or any other printed publication referred to elsewhere in the contract.
Clause 16: Action in case Work not done as per Specifications
All works under or in course of execution or executed in pursuance of the
contract, shall at all times be open and accessible to the inspection and supervision of
the Engineer-in - charge, his authorized subordinates in charge of the work and all the
superior officers, officer of the Quality Assurance Unit of the Department or any organization
engaged by the Department for Quality Assurance and of the Chief Technical Examiner’s
Office, and the contractor shall, at all times, during the usual working hours and at all
other times at which reasonable notice of the visit of such officers has been given to the
contractor, either himself be present to receive orders and instructions or have a
responsible agent duly accredited in writing, present for that purpose. Orders given to the
Contractor’s agent shall be considered to have the same force as if they had been given to the
contractor himself.
If it shall appear to the Engineer-in-charge or his authorized subordinates in charge of the work
or to the Chief Engineer in charge of Quality Assurance or his subordinate officers or the
officers of the organization engaged by the Department for Quality Assurance or to the Chief
Technical Examiner or his subordinate officers, that any work has been executed with
unsound, imperfect, or unskillful workmanship, or with materials or articles provided by him
for the execution of the work which are unsound or of a quality inferior to that contracted or
otherwise not in accordance with the contract, the contractor shall, on demand in writing which
shall be made within twelve months (six months in the case of work costing Rs. 10 Lac and
below except road work) of the completion of the work from the Engineer-in-Charge
Page 73 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
specifying the work, materials or articles complained of notwithstanding that the same may
have been passed, certified and paid for forthwith rectify, or remove and reconstruct the work
so specified in whole or in part, as the case may require or as the case may be, remove
the materials or articles so specified and provide other proper and suitable materials or
articles at his own charge and cost. In the event of the failing to do so within a period specified
by the Engineer-in- Charge in his demand aforesaid, then the contractor shall be liable to pay
compensation at the same rate as under clause 2 of the contract (for non-completion of the
work in time) for this default.
In such case the Engineer-in-Charge may not accept the item of work at the rates applicable
under the contract but may accept such items at reduced rates as the authority specified
inschedule ‘F’ may consider reasonable during the preparation of on account bills or final bill
if the item is so acceptable without detriment to the safety and utility of the item and the
structure or he may reject the work outright without any payment and/or get it and other
connected and incidental items rectified, or removed and re-executed at the risk and cost of
the contractor. Decision of the Engineer-in-Charge to be conveyed in writing in respect of the
same will be final and binding on the contractor.
Page 74 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Clause 43: Compensation during warlike situations
The work (whether fully constructed or not) and all materials, machines, tools
and plants, scaffolding, temporary buildings and other things connected therewith shall be at
the risk of the contractor until the work has been delivered to the Engineer-in-Charge and a
certificate from him to that effect obtained. In the event of the work or any materials
properly brought to the site for incorporation in the work being damaged or destroyed in
consequence of hostilities or warlike operation, the contractor shall when ordered (in writing)
by the Engineer-in-Charge to remove any debris from the site, collect and properly stack or
remove in store all serviceable materials salvaged from the damaged work and shall be paid at
the contract rates in accordance with the provision of this agreement for the work of clearing
the site of debris, stacking or removal of serviceable material and for reconstruction of all
works ordered by the Engineer-in-Charge, such payments being in addition to compensation
upto the value of the work originally executed before being damaged or destroyed and not
paid for. In case of works damaged or destroyed but not already measured and paid for,
the compensation shall be assessed by the Divisional Officer upto Rs.2,00,000/-- and by the
next higher officer concerned for a higher amount. The contractor shall be paid for the
damages/destruction suffered and for restoring the material at the rate based on analysis of
rates tendered for in accordance with the provision of the contract. The certificate of the
Engineer-in-Charge regarding the quality and quantity of materials and the purpose for which
they were collected shall be final and binding on all parties to this contract.
Page 75 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
6.0 Quality Assurance Circulars
Page 76 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Quality Assurance Circulars
भारत सरकार
केंद्रीय लोकनिर्माणविभमग
तकिीकीअिप्र
ु योग एिंर्मिक एकमई
कर्रम॰ स॰ 418, ए- विंग, निर्माण भिि िई
दिल्ली
http://cpwd.gov.in
टै लीफ़ैक्स-011–23062339 ईर्ेल-delsetascsq.cpwd@nic.in
OFFICE MEMORANUDM
Sub:- Ensuring Quality and Strength of Cement Concrete procured from RMC Plants.
(DIVAKAR AGRAWAL)
Superintending Engineer (TAS)
CSQ, CPWD,
Nirman Bhawan,
New Delhi.
(Through CPWD
website)
1. All SDGs, ADGs and CEs and equivalent officers.
2. All SEs and EEs and equivalent officers.
(DIVAKAR AGRAWAL)
Superintending Engineer (TAS)
Page 77 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
CENTRAL PUBLIC WORKS DEPARTMENT
CONTRACT, SPECIFICATIONS & QUALITY
QUALITY ASSURANCE CORE WING
NIRMAN BHAWAN, NEW DELHI.
CIRCULAR-QACW/01/2011
Subject: Observations of QA -Core Wing on Quality Aspects & Suggestions for Improvement in
CPWD Works.
Quality Assurance Unit under CSQ conducts regular inspection of works with the aim to
guide the field units for improving the quality. Based on the experience gathered by inspections,
Quality Assurance Unit has listed down the common observations noticed during these inspections and
prepared a bookleton "Observations of QA -Core Wing on Quality Aspects & Suggestions for
Improvement in CPWD Works”. The aim is to guide field Engineers and to draw their attention
towards quality.
2. A copy of above-mentioned booklet is enclosed herewith for implementation and with the request
Encl. Booklet
(Vinayak Rai)
SE (QA)-II
To
1. PPS to DG,CPWD, Nirman Bhawan, New Delhi.
2. All ADGs
3. All Chief Engineers
4. On CPWD Website
Page 78 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Page 79 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
7.0 Third Party Quality Assurance Circulars
Page 80 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
CENTRAL PUBLIC WORKS DEPARTMENT
Olo Superintending Engineer, (QA) CPWD,
Room No-419, A-Wing Nirman Bhawan,
New Delhi
Tel. (011) 23062340, 23062449
Office Memorandum
It has been decided to adopt following Third Party Quality Control process in all projects
costing 5 crores and above, executed by CPWD
(i) Social Audit of the projects is to be done by groups of students of nearby reputed Engineering
College. These groups will conduct the audit and submit their report which will be uploaded on
the CPWD website.
(ii) Comprehensive Technical Audit will be conducted by a group of professors of nearby NIT/IIT
or by Professional Bodies like CBRI, CRRI for all the projects above Rs. 5 crores. The report of
this Audit will also be uploaded on the CPWD website.
(iii) TPQA as per para (ii) above shall be engaged to check the work during execution for the
following purposes:
To ensure that the site is equipped with necessary documents like agreement, CPWD
Specifications, BIS Codes, Guard file containing inspection reports, list of approved
manufacturers, tools for checking quality of work & testing facilities.
To ensure that sites records like inspection register, cement register, test register & site order
book etc. are being maintained in prescribed forms and under continuous watch of higher
officers.
To ensure specific control on various process of execution by controlling various factors such as
testing of material & developing check list of important items of work.
Inspection of work during execution for two factors:
(a) Material aspect- Quality & Testing of materials keeping in view the requirement of contract
specifications, BIS Marked/CPWD approved products. The agency shall conduct
independently at least 10% tests of the total tests as required as per mandatory tests/contract
specifications/BIS/IRC/MORTH requirements.
(b) Workmanship aspects to ensure execution of work with sound engineering practice and lay
down procedures.
Test audit of R.A. bill to ensure proper procedure/lay down procedure adopted for making
payment to executing agency.
2. The above mentioned aspects are to be prepared as per check list proforma as per Annexure-l
attached.
3. TPQA will develop minimum quality assurance plan considering all the provisions under Para
53.2 of CPWD Works Manual 2014 and get it approved from NIT approving authority. They will
ensure that all the provisions of QA plan are being observed at site.
4. TPQA will ensure that all the tests should be conducted as detailed in QA plan.
Page 81 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
5. TPQA will ensure that test should be carried out in field lab or outside lab as per provisions of the
agreement.
6. TPQA will inspect the work as and when required, at least once a month and before making any
payment to the executing agency. Further, the inspection is to be planned in such a way that the pre-
requisite formalities such as testing of material and approval of resource plan for materials and
labour is carried out well in advance so that work may be progressed as per milestones fixed in the
agreement.
7. The inspection report shall be submitted within 15 days of inspection to the concerned Executive
Engineer, Superintending Engineer and Chief Engineer.
8. TPQA shall check and certify the quality of the work and monitor the compliance of removal of
defects, pointed out during inspection, before completion of the work.
9. TPQA shall monitor and ensure that defects are removed before making the payment of items of
work having defects.
If, it is observed by TPQA that defects are not removed by executing agency, this matter shall be
reported to the concerned Chief Engineer & Superintending Engineer to take necessary action in
the matter as per agreement clause.
TPQA shall also recommend in reduction of rate in case of substandard work, to be accepted
being structurally safe on the recommendations of concerned Superintending Engineer.
10. TPQA shall mention the details of defective work in inspection report, to be dismantled by executing
agency.
11. TPQA shall mention details of defective material, brought at site, which is to be removed from the
site immediately in inspection report.
12. The payment to the TPQA shall be made by the Executive Engineer who is not concerned with the
work on the basis of the bills submitted by TPQA duly verified by the concerned field engineer. This
Executive Engineer making payment shall be nominated by the Zonal CE. No advance payment shall
be made to TPQA. Running payment shall be made on proportionate basis.
13. 5% of the due amount of TPQA during the month shall be deducted from TPQA for not carrying out
inspection and preparation of details, required for work, in performa as per Annexure-l, mentioned at Sr.
No.2 above, by TPQA.
14. The 3 party quality assurance body shall report quality control test results and suggestions
regarding remedial measures, if any, from time to time.
All Chief Engineers will inform as soon as, TPQA as per above guidelines is fixed as a report is
to be sent to Hon'ble UDM for making a public statement.
These issues with the approval of DG, CPWD
(P. P Singh)
Superintending Engineer
(QA)
Copy to:
Page 82 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
1. All SDGs in CPWD/E-in-C, PWD, Delhi, for information and necessary action.
2. All ADGs in CPWD, for information and necessary action.
Superintending Engineer
(QA)
Page 83 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE MEMORANDUM
ISSUED BY AUTHORITY OF DIRECTOR GENERAL
CPWD, NIRMAN BHAWAN, NEW DELHI.
Sub:- Modifications in guidelines for 3rd Party Quality Assurance issued (TPQA) vide O.M. even
no.651 dated 01/01/2015.
Superintending Engineer(QA)
Superintending Engineer(QA)
Page 84 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Letter No. DG/CE(CSQ)/SE(QA)/G-3/75 Dated : 11-02-2015
Third Party Quality Assurance has been made mandatory for all CPWD Works above 5
crores which has been communicated to all CPWD Officers vide OM No. CE
(CSQ)/SE(QA)/G-3/651dt. 01/01/2015.. .
Hon'ble UDM during video conferencing with Senior Officers of CPWD on 20/1/2015
has again emphasized that social audit and Third Party Quality Assurance is made mandatory
for all works more than 5 crores and no payment is to be made without compliance of the same
w.e.f. 01/04/2015.
I reviewed the status of the implementation of this Directive of Hon'ble UDM in a
meeting in my office on 04/02/2015 and it was observed that no serious efforts have been made
on the issue and no feedback has been received from most of the Zonal Offices as requested
vide OM NO.CE (CSQ)/SE(QA)/G-3/02 dated 02/01/2015.
As some doubts have been expressed how to assign TPQA agency, the officers are
directed to refer to para no.6.13(V) of CPWD Works Manual 2014. According to this Para,
Third Party Quality Control of the work can be assigned to IITs, NITs, Govt. Engineering
College, CBRI and other Central / state Govt. Institutes, without call of tenders.
[
It is once again emphasised that TPQA is a mandatory policy of MOUD, GOI and is to
be implemented invariably. The CEs / CPMs are directed to make all out efforts to implement
this Directive and meet the Directors of IITs, Principal of Engineering Colleges and HODs of
other professional bodies for engagement of TPQA. In case any lapses are observed, the
concerned CEs/CPMs shall be held personally responsible.
(DIVAKAR GARG)
To
All SDGs in CPWD, All ADGs in CPWD/PWD,
All CEs in CPWD.
Page 85 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Additional Director General (TD)
Central Public Works Department Nirman
Bhawan, New Delhi - 110 011
OFFICE MEMORANDUM
In this connection, if there is any difficulty for assigning the work to these Central
/ State Govt. Institutes, 34 Party Quality Assurance work may be assigned to other
Empanelled agencies having working experience in the field of Quality Assurance work of
the similar nature. Empanelment may be done by concerned Special DGs for their Regions
after call of Expression of Interest.
It is, once again, emphasized that TPQA is mandatory policy of MOUD, GOI and
is to be implemented invariably. All Special DGs are requested to look into the matter so
that TPQA is engaged immediately, keeping in view the above mentioned provisions.
(Mukesh Vij)
ADG (TD)
To
All Spl. DGs in CPWD, All ADGs in CPWD, PWD.
All CEs in CPWD
Page 86 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
केन्द्रीय लोक निर्ााण विभाग
कायाालय अधीक्षण अभभयन्द्ता(गु0आ0)
कर्रा सं0 419-ए विंग, निर्ााण भिि, िई दिल्ली ।
टे लीo(011)23062340, 23062449
कमयमालय ज्ञमपि
Third Party Quality Assurance has been made mandatory for all CPWD Works
above 5crores which has been communicated to all CPWD officers vide O.M. No.
CE/CSQ/SE/QA/G-3/651 dt. 01-01-2015.
(पी0पी0ससंह)
अधीक्षण असभयन्तम (गु0आ0)
To
All SDGs in CPWD, All ADGs in CPWD/PWD.
All CEs in CPWD,
Page 87 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Government of India
Additional Director General (TD)
Central Public Works Department ,
First Floor, Room No. 118, A-Wing, Nirman Bhawan,
New Delhi-110011, Phone : 23063389, Fax: 23061608
E-mail : adgtd@nic.in
OFFICE MEMORANDUM
It has been observed that field officers are endorsing the copy of note regarding fixing
of TPQA charges to the Directorate.
As such SDGs, ADGs & CEs are requested to take necessary action regarding rate for
TPQA as per manual provision & scope of work to be done. This office cannot vet the rates
etc. approved by them, based on merits of each case.
In view of the above all field officers are hereby advised not to endorse any
correspondence regarding fixing of TPQA agencies & rate thereof.
Mukesh VIJ
ADG (TD)
Copy to:-
1. All SDGs, ADGs of CPWD, PWD.
2. All CEs in CPWD.
Page 88 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE MEMORANDUM
ISSUED BY AUTHORITY OF DIRECTOR GENERAL
CPWD, NIRMAN BHAWAN, NEW
DELHI.
Office Memorandum
Sub: Modifications in the proposal for 3rd Party Quality Control / Assurance for various projects
executed by CPWD.
In continuation of this Office Memorandum even no.651 dated 1/01/2015 & no. 312 dated
07/08/2015, it has been decided:
1) CPWD shall adopt 3rd Party Quality Assurance in projects costing to Rs. 20 crores & above.
2) The payment of executing agencies has been delinked with 3rd Party Quality
Assurance report. However, the Superintending Engineers / Project Managers concerned shall be
responsible to check observations of TPQA before making payment to the executing agencies.
All Zonal Engineers are requested to submit monthly report showing engagement of TPQA
agencies to submit the report to the MOUD.
Superintending
Engineer(QA)
1. All Spl. DGs, ADGs, CÉs CPWD for information & necessary action. (through website)
2. Director(Works), Ministry of Urban Development, Works Division, Nirman Bhawan, New
Delhi for information in response of MOUD ID no. 15011/6/2014-W-11 dated 01/06/2015.
Superintending
Engineer(QA)
Page 89 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
8.0 Testing Criteria for Construction
Materials in CPWD Specifications
Page 90 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
LIST OF MANDATORY TESTS FOR BUILDING WORKS
Page 91 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Material Clause Test Field/ Test Min.qty Frequency
From Laborat procedur of of Testing
CPWD ory e Material
specificat for
ion Carrying
out test
1 2 3 4 5 6 7
3.1.3.2 Silt Content Field Appendix 20 cum -do-
C
3.1.3.4 Particle size Field or Appendix 40 cum 40 cum or
B part thereof
distribution Laboratory
a,b,c,d & e As
decided
by the
Engineer-
in- charge
Page 92 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Material Clause Test Field/ Test Min.qty Frequency of
From Laborat procedure of Material Testing
CPWD ory for Carrying
specifica out test
tion
1 2 3 4 5 6 7
Concrete 4.2.2 Slump test Field Appendix ‘D’ 10 cum 15 cum or part
thereof
Reinforced 5.4.1 (a) Slump test Field/ Appen- dix (i) 5 cum in (i) Ever
cement Lab ‘D’ of Para 4 case of y5
concrete column cum
(Nominal (ii) 20 cum of
Mix) for part
slabs, there
beams of
and
connecte (ii) Eve
d ry
columns 20
(iii) 20 cum cum
for or
other part
R.C.C. ther
work for eof
all other
small
items
Page 93 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
and (iii) -Do-
Page 95 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
day is less
than 50
cum test
may be
carried out
as required
by
Engineer-in-
Charge
Fresh (b) Cube Lab Appen- dix 10 cum or 50 cum or
ConcreteTest ‘A’ part thereof 10 batches
of 5-7 cum
each for
R.C.C.
work in all
location
taken
together.
R.C.C.
done in a
day is less
than 50
cum test
may be
carried out
as required
by
Engineer-
in-Charge
Materi Clau Test Field/ Test procedure Min, Frequency
al se laborator quantity of testing
From y test of
CPW material
D for
speci carrying
ficati out the
on test
1 2 3 4 5 6 7
Reinforced Coarse 50 cum or
Cement Aggre- part thereof
Concrete gates & also on
(Ready each change
Mix) of
source
Fine 50 cum or
Aggre- part thereof
gates & also on
each change
of
source
Cement 50 MT or on
each change
of source
Page 96 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Fresh (a) Slump test Field/La Appendix 10 cum 50 cum
Concrete b ‘D’of Para 4 for
R.C.C.
work
including
in all
other
small
location.
R.C.C.
done in a
day is
less than
50 cum
test may
be carried
out as
required
by
Engineer-
in-Charge
Fresh (b) Cube Lab Appen- dix ‘A’ 10 cum or 50 cum or
ConcreteTest part thereof 10 batches
of 5-7 cum
each for
R.C.C.
work in all
location -
taken
together.
R.C.C.
done in a
day is less
than 50
cum test
may be
carried out
as required
by
Engineer-
in-Charge
Page 97 of 133
DRAFT CPWD HANDBOOK ON TOTAL QUALITY MANAGEMENT
Material Clause Test Field/ Test Min, Frequency of Material
From laborat procedure quantity of testing
CPWD ory test material
specifi for
cation carrying
out the test
1 2 3 4 5 6 7 1
Steel for 5.1.3 (A) (a) For (b) For
Reinforced Physical consign- consign-
cement Test and ment below ment over
concrete chemical 100 tonnes 100 tonnes
tests (i) Under
(i) under 10 mm
10 mm
dia, one
dia, one
sample for
sample
each 40
for each
tonnes or
25
part
tonnes
thereof
or part
(ii) 10 mm to
thereof
16 mm,
(ii) 10 mm
one sample
to 16
for each
mm dia
45 tonnes
one or part
sample thereof
for each
(iii) over
35 16 mm
tonnes
dia, one
or part sample for
thereof each 50
(iii) over 16 tonnes
mm dia or part
one thereof
sample
for each
45
tonnes
or part
thereof
98
LIST OF MANDATORY TESTS
99
LIST OF MANDATORY TESTS
100
LIST OF
MANDATORY TESTS
101
Material Clause Test Field/ Test Min. quantity Frequency of
from Laboratory Procedure of material for testing
CPWD Test carrying out
specificati the test
on
1. 2. 3. 4. 5. 6. 7.
Terrazzo 11.10.1 & 1. Transverse Laboratory I S: 1237 5000 Nos. One test for every
Tiles 11.11.1 strength (no testing 10,000 Nos. or part
2. Water need be done thereof for each type
absorption if total and size from a
3. Abrasion
number of single manufacturer.
Atest tiles of all (One test to be done
types of all even if the number
sizes from all of terrazo tiles of any
manufacturers type and size from a
used in a single manufactur-
work is less ers is less than 5000
than 5000 Nos. provided the
Nos) total number of
terrazo tiles of all
types and sizes from
all manufacturers
used in a work
exceed 5000 Nos.
Pressed 11.4,11.5 1. Dimensions Laboratory I S: 13630 3000 Nos. 3000 Nos. or part
ceramic & 11.16 and surface thereof
tiles (for quality
floor 2. Physical
& wall) properties
3. Chemical
properties
102
LIST OF MANDATORY TESTS FOR ROAD WORKS
103
1 2 3 4 5 6 7
104
4. Deleterious -Do- IS 2386 - Before approval of the
material (Part II)
quarry and at every
subsequent change in the
source
of supply
1 2 3 4 5 6 7
5. Moisture content -Do- IS 2386 - Regularly as required
(Part III)
subject to a minimum of
one test
per day
Fine Aggregate
1. Silt content Field As per - One test per 15 cum.
CPWD
specifica
ti- on
Vol. I.
2. Gradation of sand -Do- IS 2386 - -Do-
(Part II)
3. Deleterious material -Do- IS 2386 - Before approval of the
(Part II) quarry and at every
subsequent change in
the source of supply
4. Moisture content -Do- IS 2386 - Regularly as required
(Part III)
subject to a minimum of
two tests per day
5. Mix Aggregate Field IS 2386 - One test per 15 cum of
(Part I) concrete
6. Flextural strength Laborat IS - One test consisting of 8
ory 526
specimen for 30 cum. of
concrete
105
APPENDIX A
A -2. Procedure
All the blisters, loose particles of clay and small projections shall be removed from the
surface of bricks. Each specimen of 20 bricks shall then be arranged upon a level surface
successively as indicated in Fig. A, B and C of para A-4 below in contact with each other
and in straight line. The overall length of the assembled bricks (20 Nos) shall be measured
with a steel tape sufficiently long to measure the whole row at one stretch.
A-3. Tolerance
The actual dimensions of bricks when tested as described in A-2 shall be within the
following limits per 20 bricks.
Modular Bricks
Length 3720 to 3880 mm (3800 ± 80 mm)
Width 1760 to 1840 mm (1800 ± 40 mm)
Height 1760 to 1840 mm (1800 ± 40 mm) for 90 mm high brick
760 to 840 mm (800 ± 40 mm) for 40 mm high brick
Non-Modular Bricks
For class 10
Length (4520 to 4680) mm (4600 ± 80 mm)
Width (2240 to 2160) mm (2200 ± 40 mm)
Height (1440 to 1360) mm (1400 ± 40 mm) for 70 mm high bricks
(640 to 560) mm (600 ± 40 mm) for 30 mm high bricks
106
APPENDI
XB
In case the concrete fails when tested as per the method prescribed in Appendix A,
one or more of the following check tests may be carried out at the discretion of Engineer-
in-Charge to satisfy the strength of the concrete laid. All testing expenditure shall be borne
by the contractor, the number of additional tests to be carried out shall be determined by
the Engineer-in-Charge. He shall be the final authority for interpreting the results of
additional test and shall decide upon the acceptance or otherwise. His decision in this regard
shall be final and binding. For the purpose of payment, the Hammering test results only
shall be the criteria. Some of the tests are outlined below:-
107
section of the structures may be used for the purpose of assessing the strength of concrete
in the suspected portion.
108
B-5.2 Test Load
The test loads to be applied for the limit state of deflection and local damage are the
appropriate design loads i.e., the characteristic dead and superimposed loads. When the
limit state of collapse is being considered the test load shall be equal to the sum of
characteristic dead load plus one and a quarter times the characteristic imposed load and
shall be maintained or a period of 24 hours. In any of the test temporary supports of
sufficient strength to take the whole load shall be placed in position underneath but not
in contact with the members being tested. Sufficient precautions must be taken to
safeguard persons in the vicinity of the structure.
109
(a) Quality of Reagents
Unless otherwise specified, pure chemicals of analytical reagent grade and
distilled water (see IS 1070) shall be used in the test.
(b) Nitric Acid (HNO3) Concentrated (Specific Gravity 1.42)
Prepare the solution, (6N (approximately), by diluting 38ml of concentrated
Nitric acid to 100 ml with distilled water.
(c) Ferric Alum(FeNH4 (SO4)2 12 H2O)
Dissolve 10 g of ferric alum in 100 ml of distilled water and add 1 ml of Nitric
acid.
(d) Potassium Chromate 5% Solution
Dissolve 5 g of potassium chromate (K2 CrO4) 100 ml of distilled water to form
5% Solution.
(e) Nirabenzene
(f) Silver Nitrate (AgNO3)Solution, 0.02 N
Weigh 1.7 g of silver nitrate, dissolve in distilled water and dilute to 500 ml in a
volumetric flask. Standardize the silver nitrate solution against 0.02 N sodium
chloride solution using potassium chromate solution as indicator ( 5 percent m/v)
in accordance with the procedure given in IS 3025 (Part 32).
(g) Ammonium thiocyanate (NH4 SCN) Solution
Weigh 1.7 g of ammonium thiocyanate (NH4 SCN) and dissolve in one litre of
distilled water in a volumetric flask. Shake well and standardize by titrating with
0.02 N silver nitrate solution using ferric alum solution as an indicator. Adjust the
normality exactly to 0.02 N.
(h) Sodium chloride (NaCl) 0.02N
Weigh 1.1692 g of sodium chloride (NaCl) dried at 105 +/- 2ºC, dissolve in
distilled water and make upto 1000 ml in a volumetric flask.
(i) Use of Filter Paper
(j) In the methods prescribed in this standard, relative numbers of Watman filter
paper only have been prescribed since these are commonly used. However, any
other suitable brand of filter papers with equivalent porosity may be used.
110
Procedure for Acid Soluble Chloride
Weigh about 1000 +/- 5 g of the fresh mortar or concrete sample in a 2 litre
capacity beaker and add 50 ml of 6 N nitric acid and 450 ml of distilled water
(chloride free) after stirring for few Minutes. Stir the mixture vigorously for 15
minutes. After allowing the mixture to stand for 10 to 15 minutes for settling,
decant about 200 ml of the supernatant solution into a clean dry 250 ml capacity
beaker. Immediately, filter the solution through Watman filter paper No.1 and
collect the filterate.
111
Check Lists for quality assurance
112
schedule of defects/ damages and date of compliance?
In case of failure to rectify defects/damages whether
action under clause 14/17 initiated?
4.0 Process control aspects:
4.1 Is soil investigation done? (give brief details)
4.2 Suitability of water for construction
(a) What is the source of water?
(b) Has water been tested and approved by Engineer-in-charge
before construction?
(c)Has water been tested subsequently (i.e after every 3
months) and found fit for use in works?
4.3 Are 10% (25% for concrete) of all samples for testing taken in
presence of EE as per DG(W)’s OMNo.28/7/86-WI(DG),
Circular No. 9/87 dated 1.9.1987/6.10.1987
4.4 Are all mandatory tests carried out at stipulated frequency?
4.5 Are materials approved by Engineer-in-charge? If so, are
samples available at site?
4.6 Are sample units/items completed and approved by EE before
start of mass finishing work?
4.7 Specific control on RCC work like centering/shuttering,
proportioning with boxes: mixing by full bag capacity hopper
fed mixer: control of slump: placing/compaction with vibrator:
4.8 Any other particular comments on adequacy of process
control:
5.0 Site Inspection for observation and comments on Quality
Control system in place:
5.1
113
8.3 Extra/substitute items: (Modified vide OM DG/MAN/290 dt
01.10.2013)
a) Are justification of item in remark column of EI/SI proper?
b) Whether prior approval of competent authority for
execution of EI/SI has been obtained before execution?
c) Whether sanction of competent authority issued?
8.4 Part Rates- whether rates held back are adequate?
8.5 Comments on secured advance paid with reference to
materials lying atsite.
8.6 Test check by AE/EE
a) Critical item:
b) Hidden items:
c) Extent (whether satisfactory?)
8.7 Any other observation?
(The observation made about quality of material and
workmanship relate to only what could be randomly seen at
location specified. Executive Engineer and supervisory staff
shall thoroughly inspect the entire work for such defects as
observed as well as for other defects and take suitable
remedial measures properly. The Executive Engineer shall be
responsible for accepting any defective work that went
unnoticed but pointed out during such inception.)
8.8 Progress of work and programme chart (Modified vide OM
DG/MAN/290 dt 01.10.2013)
a) Whether progress of work is as per stipulated milestone/
approved revised milestone? If no action taken by EE.
b) Whether contractor has submitted the programme to
complete various activities of work within stipulated date
of completion as per contract condition duly accepted by
EE?
c) Whether monthly progress report submitted by contractor
as per programme submitted has been certified by JE/AE
and reviewed by EE/SE?
d) Any notice under clause3(a),(b) or (c) for inordinate
delays has been issued or not. If yes. The action taken by
EE.
114
9. Check for Quality Assurance
115
CHEK LISTS FOR EXAMINATION OF BUILDING WORKS(CIVIL)
I.-----EARTH WORK
1. Classification of soil
2. General quality of work, lines, levels, dressing of sides and bottom etc.
3. Whether levels made up by filling in beds of foundations.
4. Disposal and Leads.
5. Check up the place of disposal, if necessary.
[[
1. Quality and size of coarse aggregate, whether the metal is over size whether the same
contains disintegrated or soft pieces. Whether it is mixed with earth or other foreign
matter. Sieve analysis record to be seen.
2. Quality of sand. Record of fineness modulus and silt content.
3. Strength of concrete by physical examination or texture and resistance to picking by a
sharp instrument.
4. Thickness of concrete by making trial pits.
5. General quality of work, lines, levels etc. Honey-combing of surface.
6. Curing arrangements.
7. Mixing of mortar / concrete, whether done by hand or by machine vis-à-vis the
contractual provisions.
116
17. Whether the thickness of finishing on R.C.C. surface is excessive, trueness to design,
dimensions and quality and quantity of mortar used for making up the trueness and
consequent departure from design and dimensions.
18. Whether steel used for reinforcement tested.
19. Design of centering / shutting for floor height more then 3.50 m for safety.
20. In the case of controlled concrete whether special provision for it as per detailed
specifications was kept in view while executing the work.
21. Whether throating, moulding and drips to chajjas provided.
22. Whether noising in steps provided.
23. Finish of RCC shelves with special attention to underside trueness, to dimensions,
thickness uniformity, strength of rendering done, lines and levels.
1. Quality of bricks
2. Strength of mortar
3. Quality of sand. Record of fineness modulus and silt content.
4. Mixing of mortar, whether, done by hand or by machine vis-à-vis the contractual
provisions
5. Curing arrangements
6. Raking of joints
7. Soaking of bricks in tanks
8. General quality of works, lines, levels, thickness and trueness of joints etc.
9. Whether cut brick corners provided in brick-on-edge in top courses of plinths etc.
10. Whether joints of bricks were fully filled with mortar, specially the stretch or joints of
9” walls
to be checked.
11. Type of scaffolding vis-à-vis the specifications.
12. Reinforcement in brick partitions
13. Whether cross walls properly bonded with long walls.
14. Whether thickness of joints excessive.
V. STONE WORK
1. Quality of stones.
2. Same as items 2,3,4,5,6,8 and 14 of S.H brick work above.
3. Whether joints fully filled with mortar
4. Whether required number of bond stones provided and suitably marked.
5. Bushing in stones.
6. Height of individual stones as compared to the width on face or the depth inwards
7. Cramps and dowels provided(dimensions and material) for stone lining/venerring
8. Whether edges of marble lining table rubbed.
9. Whether the dressing of various types of stone work as per specifications, specially at
jambs, corner sills etc
10. The extent of use of spalls in the joints.
117
vi. Wood Work.
1. Classifications of timber.
2. Timber to be free from cracks, shakes, dead-knots, etc. as laid down in the
specifications for various classes.
3. If contract provides for kiln seasoning, whether this was done in an approved kiln.
Name of kiln and order of Engineer–in-charge regarding prior approval thereof.
Checking of moisture contents at site.
4. General quality of work, lines, levels, finish
5. Whether appropriate joints provided for joining various members neat and strong;
whether joints are secured with bamboo / hardwood pins.
6. Whether dimensions of various members are within land down tolerance.
7. Whether portions of timber coming in contact with masonry treated with coaltar or
some other wood preservative.
8. Size of hold-fasts in door and window frames.
9. Plaster rebates in door and window frames, where required.
10. Thickness and dimensions panel in door and window shutters..
11. Thickness of glass panes and quality of glass.
12. Fittings for doors and windows, hinges, aldrops, tower, bolts, locks, handles, door
closer etc.
13. Size of screws for fixing of various fittings.
14. Whether glass panes fixed with wooden beading.
15. Whether layer of putty provided between glass panes and sash bars and between
glass panes and beadings.
16. Quantity of putty-beading used.
17. Quantity of flush-door shutters, whether tested as per ISI quantity and dimensions of
timber used for wooden frame; quality of plywood, quality of glueing; whether
wooden strips glued to each other; whether peep holes and holes made in the factory
and providing on the inside of holes.
18. Quality of planning and sand papering prior to painting.
118
viii. --- FLOORING
x--- FINISHING
119
XI--- WATER SUPPLY AND SANITARY INSTALLATIONS
1. Whether supervisory staff employed by the contractor as per terms of the contract.
2. Whether various items of the agreement overlap each other.
3. Whether all the provisions in various items(specially lump-sum items) of the contract
kept is views, while executing the work.
4. Whether the progress of work as per time schedule laid down in clause 2; if not, the
reasons therefor.
5. Any cracks noticed in slabs, beams, brickwork, plaster, flooring etc.
120
MANDATORY TEST PROFORMA
PROFORMA 1
PROFORMA 2
121
10. Common observations/ issues
122
SALIENT POINTS
Earth work
2.0 The earth work is normally classified as of ordinary-soil, hard-soil, soft-rock and hard-
rock.
The ordinary soil is a soft variety, whereas hard-soil, requires application of pick-axe,
at close intervals. In a contract it was seen that the quality of excavation in hard-soil had
unduly increased with a corresponding reduction in case of ordinary soil. However, no record
was maintained to show how the classification of soil was done and by whom. This precaution
of properly classifying soil is very much necessary as the contractors stand to gain when the
soils are not properly classified.
2.1 In a work, most of the hard-rock obtained from excavation was paid as removed and
disposed off. However, no record to indicate where and how much quality was disposed off
was maintained. It was found out later that the contractor had installed a crusher very near the
site where the rock in excavation was transported and rushed and the aggregate so obtained
was utilized by the contractor in the work. The remedy in such matter would be that the site
staff has to be vigilant. It should take necessary action to see that any rock which is paid as
disposed off is really disposed off by the contractor and not mis-appropriated.
2.2 In one of the bridge works, it was seen that the area for sinking wells of 30 to 40 sq. m.
was indicated in the schedule of quantities. In the actual contracts, the area was 25 to 30 sq. m.
It is necessary that whenever any specific dimensions are mentioned, in the contract,
agreement, all the supporting conditions should be in consonance with the contract conditions.
3.0 Cement concrete flooring as laid sounded hollow at corners and at junctions. Reasons
for the hollow sound is obviously some portion of the flooring being separated out from its
base.
3.1 In the case of RCC in cup-board, shelves, normally the underside is not finished
smooth.
3.2 It was observed that bed block which were intended to be provided in the RC beam had
width equal to that of the beam. This mistake indicate ignorance on the part of site staff in as
much as there is no reason to provide bed block of equal width of the beam. The basic function
of a bed block is to be spread the load from the beam over a large area of the masonry. With a
bed block of width equal to that of the beam this basic function is vitiated.
3.3 Contract stipulated use of mechanical mixer and vibrator for the concrete work. There
was no record to show that these plants were brought by the contractor at site and utilized for
the work. Mechanically mixed concrete is much better than hand-mixed concrete. As such it is
necessary that such stipulation of use of mechanical means for mixing and placement of
concrete are insisted upon.
123
3.4 In a work, water for construction and chemical for anti-termite treatment was not tested.
This is fraught with danger as water for construction might be absolutely unsuitable for
concrete work and chemical might not be proper.
3.5 In the case of chajjas and other projecting structures, the projection provided for
throating should be made in concrete. In place of making the projection in the concrete, the
same was provided by plaster. Making throating by plaster will not be long-lasting and it is
necessary that the throating is prepared in concrete itself while casting.
3.6 In the concrete, gravel/shingle was utilized in place crushed stone specified. A part
from the strength characteristics, shingle requires less cement to be utilized in the concrete,
compared to the crushed stone aggregate. This salient aspect was forgotten and the cement
constants normally used for calculation of cement consumption in case of concrete with
Crushed stone aggregate were also adopted in the case of concrete with shingle.
R.C.C. Work
4.0 It was observed that mild-steel railing in stair-case had been done by casting bottom
end of the rod in a separate concrete block. There was no bond between the concrete block and
the R stair-case; the stair case railing had separated out.
4.1 RCC beam was found to be sagging and the slope provided in the balcony was reverse.
4.2 The steel reinforcement for RCC column was not in proper position and the entire case
work was found twisted and not equidistant from the shuttering surface.
4.3 It was observed that the RCC work had the following defects :
(1) The sections of the RCC were less when compared to the sections as indicated on the
structural drawing.
(3) The shape of the beam with its junction with column was not of uniform shape and
the junction point between the column and the beam was found to be hollow to a
large extent and the reinforcement was exposed.
4.4 During detailed inspection of the work, it was seen that ground floor columns in the
foundations below were not rendered. On an impression that these columns would not be seen,
no proper shuttering was done.
4.5 Balcony parapet in the railings was not in line and levels and beams had bulged.
4.6 RCC water tank which is cast at site was not cast with outlet and drain pipe pieces.
These pipes were being fixed at site later on, which would be a constant source of leakage and
trouble.
4.7 In a foundation work, piles, were to be utilized and a record of the cement-concrete
utilized individual pile wise was to be kept. Such record was not kept with the result that in
many piles necking had occurred which could not be detected till the piles failed.
124
4.8 In the specifications for RCC work, centering to the lower slabs when upper slabs have
to be cast was provided for. However, this condition was not adhered to in practice. This
precaution is necessary especially when the lower slab on which centering / shuttering rests is
not mature enough to take the load of the wet concrete shuttering / centering people working
on the concrete job etc.
4.9 The support provided for centering / shuttering was short in length and smaller in
diameter compared to the provisions made in the specifications. The RCC work requires
intense supervision.
Brick Work
5.0 In a work, bricks were not tested for efflorescence test. Large amount of efflorescence
action was noticed in the brick work. Efflorescence on a brick work can be harmful to the brick
work as well as to the plaster work etc. on account of salt content, if action is not taken in right
time.
(2) Brick-course at the top of the plinth, cill and at the top of the wall below the
roof slab were required to be set with brick on edge. This was not done.
(4) Joints in the brick work below the ground level were not finished flush as work
proceeded.
(5) There were gaps between the door and window frames and the brick work.
The above defects indicate that much closer supervision is needed to be done
when the brick work is in progress.
5.2 The half-brick work was required to be reinforced by hoop iron reinforcements. The
same was not done. Un-reinforced half-brick wall can be utilized only upto certain dimensions,
after which it requires to be reinforced. Hence non-reinforcing of the half-brick work is
structurally incorrect.
(2) The mortar used in the brick work is not fully filled in the vertical joints.
(4) Mortar for brick work is mixed manually in lieu of using a mechanical mixer as
specified.
125
(5) Soaking of bricks in water is not done properly and water is only lightly
sprinkled on stack of bricks.
Stone Masonry
6.0 During examination of the contract, the following defects were seen :
(1) Joins in the stone masonry below the ground level were not finished flush as the
work preceded. Many of the joints are left hollow.
(2) Percentage of chips utilized in the hearting of random rubble and course
masonry was much in excess of those specified in the specifications. No attempt
was made by the staff to regulate use of these chips.
(3) Joints on the face of the wall were much more than the maximum width of the
joints specified in the contract.
(4) The joints of quoins and jamb were not dressed as specified.
6.1 The surface undulations of the exposed face of chisel-dressed stone work in Plain
Ashlar Cyclopean were more than the permissible limit of 1 mm. as specified in the agreement.
It was stated by the site formation that with the workmen available, it was not possible to stick
to the limit as specified in the agreement. Better way would have been prepare sample pieces
of stone work and get it approved instead of embarking on a large scale stone dressing
programme.
Wood Work
7.0 The thickness of the shutters provided for doors and windows was found to be
generally less than specified.
7.1 During inspection of a works, it was seen that in the window shutters. The joints were
found to be opening out, sockets had not been provided for sliding and tower bolts. A gap
existed between the window frame and the lintel soffit which was filed in by a plaster. Grills
were not fitted properly in the wooden frame.
7.2 In a building under construction, the door frames had not been fixed earlier to the
raising of the brick work. On account of this, it was observed that there were gaps upto 75 mm.
width between door frame and the brick work. These gaps were filled up with brick bats and
mortar which is not correct.
7.3 In one of the works inspected, it was found that the contractor had used some bad,
knotty and rotting wooden planks for platform work and covered the defects up from vision
126
with plank pieces from bottom nailed up. The departmental staff had not exercised thorough
check up as the planking erected at site presented a good look on the top surface.
7.4 In the item of wood work shutters, it is normally specified that cleats and blocks which
are utilized for keeping the shutter in position and for avoiding banging of shutter at the rear
side on the wall are included in the rate. Therefore, if any other arrangement is utilized,
necessary cost adjustment has to be made.
7.5 For the grill, M.S. bar with flat was specified. However, the welding was not proper
and it looked rough and ugly. Excess weld were not removed.
7.6 In the case of flush door, it was seen that the core members were not bonded with
synthetic resin and lipping as was mentioned in the agreement.
7.7 Tower bolts, bow-handles, peg-stays were found to be under-size. This is a defect,
which arises out of improper purchase of fittings by the contractor for which prior approval of
the sample by the engineer is the only remedy.
7.8 The contract stipulated that the timber required for the work shall be kiln-seasoned.
During site examination, it was observed that neither the testing with regard to the moisture
content had been carried out nor the site staff got a certificate from the seasoning kilns that
seasoning of timber was done for the contract.
7.9 Instead of 64 to 85 mesh per sq. in mesh wire gauge coarse wire-gauge of 48 meshes
per sq. inches were utilised.
7.10 With the scarcity of good seasoned timer, secondary species timber is being used
extensively. Specifications to the contract indicates that the timber should have specified
moisture content.
In spite of very clear cut provision for moisture content of the timber, the site staff was
not in possession of moisture meter for measuring moisture content. In many cases, the
moisture metres were not in working order. Stipulation in a contract without proper machinery
to get it executed and checked is of little use.
7.11 Sockets of Mortise plates were not provided where shoots of the board entered wood-
work/brick work. The iron mongery was not oxidized even though specified.
Wire gauge fixed for wire-gauge shutters was not of the specified mesh.
127
It is very necessary that the fittings which are specified in the contract are duly
approved before use. There are many types of fittings available in the market and due care by
the site staff in selection of fittings in terms of contract is necessary.
7.12 In the doors, angle iron frames were utilized. This frames were out of plump by almost
1 cm. The steel frame being a thin member, it is necessary that due care is taken while fixing
the same. If due care is not taken, the frame is likely to get out of shape and the door frame is
likely to crack on this account.
7.13 Putty was not provided or was provided in patches while fixing glass. This gave rise to
rattling of window panes. Detailed supervision is necessary.
7.14 The wire gauge shutters were stipulated. However, the wire gauge in the panels had not
been fixed by way of double fold as required under the specifications. A single fold wire gauge
is likely to come out when pressed.
7.15 In a work, cellular core flush door of 38 and 28 mm. thickness were to be provided for
the cupboards. Before installation of these doors, necessary test according to Indian Standards
was not carried out. During the test, the shutter failed in respect of adhesion test.
It is very much necessary that test to check whether the manufactured article conformed
to relevant I.S. should be done before they are utilized.
Steel Work
8.0 It was observed that the grills were not of proper shaped uniform geometrical pattern.
Proper welding was also not done.
8.1 Steel windows of standard sections were specified. The steel windows provided at site
were of non-standard sections which were thinner than the requisite standard. Thinner sections
of the leaf are likely to have lesser life when compared to thicker sections.
8.2 The contract indicated that the steel windows shall conform to IS-1038/1968. It was
noticed that the IS provisions were not followed.
8.3 Hidden surface in steel trusses were not found to be painted before fabrication.
In the manufacture of the steel members, it is necessary that all surfaces are given a
coat of paint before they are fabricated. It is impossible to paint these surfaces once the
members are fabrication as the surfaces a butting each other cannot be painted later on.
Painting of a steel surface is a Science by itself and knowledge has to be gained by the site-
staff in understanding the intricacies of steel painting.
Flooring
9.0 The terrazzo-flooring, dado and skirting were not polished properly thereby giving a
dull appearance. For polishing of the floors, the correct practice of using finer and finer grades
of carborandom stones has to be followed with the repair of the surface. If the final surface
contains many scratches, dust settles in these scratches and the entire appearance is dull.
128
9.1 The special type of acid-resisting flooring was specified. The tiles used in the flooring
were found to be of interior quality and were functionally not suitable. Any specific
requirement which is technically necessary is required to be carefully seen by the site-staff
before executing work.
9.2 In the terrazzo-tile following, the abrasion value of the terrazzo tile was not found out.
Abrasion resistance of a terrazzo tile floor is one of the important qualities expected.
Roof Work
10.0 The drip course in brick was found mostly broken and no throating was provided in the
brick.
(2) Bitumen washers used in the AC sheet roofing were of lesser diameter and J-
washers were thinner.
Proper drilling of the AC sheets roofing has to be followed; otherwise leakages occur.
10.2 Rain water pipe in the iron rain water pipe joints, spun yarn soaked in bitumen were not
used for jointing. This is likely to give rise to a defective joint. Lead caulked joints for these
pipes lines were found to be deficient in lead. These defects require intense supervision.
During inspection it was observed that the felt was not properly embedded in the
vertical walls. It was also not laid properly in rain water pipes / spouts and in many places the
work done was not in one plane and lot of depressions were visible in which water could
stagnate. As a result of these in spite of providing water-proofing layer, leakages were
observed.
10.4 Water proofing felt is required to be properly inserted in a chase in the vertical face of
the wall. This was not done in many places which resulted in a clear joint between the vertical
face of the wall and the horizontal face of the roof. The water leakage is observed.
10.5 Roofing provided was of mud phuska with broken tiles were utilized on the terrace
thereby increasing the width of the joint and the number of joints. This is not a good practice
and strict supervision is called for.
Painting
129
(ii) Fan hooks in ceiling;
(iv) Wind ties. The surface of wood work are also not sand paper smooth before
painting.
11.1 General finish of the plaster work was poor and many columns and beams were not in
line and level.
Road Work
12.0 During the inspection of a road work, it was seen that the cross sections for the original
ground level were not plotted and whatever plotting was done was only in pencil. There was no
level book properly authorized and the note book which was being utilized for entering ground
level was not authorized by the Executive Engineer. There were no level and alignment piers
provided. The toe-line of the embankment was not marked properly.
12.1 In a road work, the overall thickness of the water-bound macadam including sub-base
was less than the specified minimum thickness required for the work. Whenever thickness of
the road crust is mentioned, it is very much necessary that this thickness of the road curst with
the proper density is obtained. Otherwise, the road is likely to have a failure earlier than it
would have been normally projected.
12.2 In a work of a water-bank macadam, without rolling the loose stone aggregate, the
screenings were spread. It was also observed that specified number of rolling operations were
not carried out even after application of screening.
12.3 In a water bound macadam layer, compacted thickness of water bound macadam layer
was more than specified. This is indicative of insufficient compaction.
12.4 The pre-mixed carpet thickness is always indicated in the contract documents. For
example, laying of 40 mm. thick pre-mix bitumen on concrete road. The site-examination
revealed that the thickness was less at many place thereby indicating that proper care was not
taken to find out the extent of compression which occurs when the bitumen carpet is rolled. It
shows how a contractor can derive undue benefit by providing substandard work.
12.5 In a case of road-work, were dense asphalt concrete was specified to be used as a
wearing course, the mix was designed. The bitumen / asphalt percentage was expected to be
5% of the total weight of the mix. The India Road Congress Code allows for 0.3 variation in
the percentage of asphalt on account of variation in the mixing process and laying process. The
contractor had, however, adjusted the mix at 5(-) 0.3 = 4.7 in the mechanical plant; thereafter at
site when the mix was checked, it was found that it contained asphalt content of 4.1% or 4.2%.
The contractor intended to get substantial benefit by way of less use of asphalt.
12.6 During inspection of work, it was observed that there were no alignment or control line
pillar for the bridge as well as for the well foundations under sinking.
130
The gauge marks on the well foundations were not properly marked nor were they
visible. Improper gauge marks will lead to inaccurate assessment of tilt and shift of the well.
The earth work which was carried out for excavation in placing of well kerb was placed from
cross-sections, which contained usual position of wells. Whenever cross sections of earth work
is the basis of payment, it is necessary that the records are properly made.
12.7 In the case of road work, the materials were not tested for impact value and flakiness
index. These are very important tests for any aggregate which is utilized in a road work.
12.8 Sometimes the contract provides for the arrangement of bitumen to be made by the
contractor directly from various stockiest / suppliers. In a number of cases fictitious vouchers
are produced for purchase of the bitumen. In many cases vouchers are not produced. This
indicates laxity on the part of the site staff.
(3) Less quantity of pig-lead utilized in the joints of pipes. Salt-glazed stone ware pipes
were not of class ‘A’ or ‘AA’ as needed.
(7) Soil waste, vent pipes are not fixed with holder bat clamps.
(9) Cowls are simply placed over vent pipes and they are not jointed.
13.1 Holder-bat clamps were not provided for fittings and where these were provided, they
were not of proper weight.
G.I. pipe lines were not provided with unions near stop-cocks.
The shower rose provided were of sheet brass instead of cost-brass heavy pattern.
Cement mortar was not provided upto full depth in joints or pipes and fittings.
131
13.2 For proper function of the floor trap, a seal of water not less than 50 mm. is stipulated.
In many cases, of the floor traps, such seal was not checked before installation. As such many
fittings with 0 to 10 mm. seal were seen.
13.5 Gutties and plugs fixed to the wall were not set in mortar although specified. This
makes the gutties shaky in course of time. Proper size of the gutties and the shape of the gutties
was also not insisted upon. This defect indicates incompetent supervision.
13.6 Water from over-flow of the tank was not properly led to the outlet. As such it had
damaged the water proofing treatment. It had further caused seepage from the underside of the
roof slab on the top floor.
132
11. Do’s and Don’ts for Field Engineers
133
Sub Head DO’s Don’ts
4.1 Ensure structural drawing signed by competent authority. Do not forget to provide proper chair specially for
cantilever.
4.2 Check reinforcement as per structural drawing. Do not forget to check continuity of reinforcement at L &
T sections as well as over opening for lintel bands.
4.3 Use spacers where more than one layer bars or where reinforcement is congested. Do not leave reinforcement short of support.
4.4 Stagger laps. Do not forget to leave dowels for railing in balcony and
waist slab/landing.
4.5 Put proper cover blocks. Do not provide stirrups/rings of improper size reducing
cover.
4.6 Record measurements in MB before allowing concreting.
4.7 Check lap length which is different for different mix. Do not forget to check that all column reinforcement bars
are projecting at different level as required.
4.8 Bars to be cleaned of rust before putting in position. No bar to be used if section reduced due to rust.
5.0 R.C.C.
5.1 Materials – Refer to subhead “Concrete”. Do not use sand falling in zone IV & V.
Do not use old cement.
5.2 Ensure structural drawing signed by competent authority and numbered.
5.3 Considering weather and nature of work, use minimum water.
5.4 Concrete to be properly vibrated.
5.5 Use slump: Beams, slabs, column – 25 to 40 mm).
Raft - 10 to 25mm) Try to have
Piles - 150 to 200mm) minimum slump.
137
5.6 To have proper control on cement/water ratio, identity one person of the
contractor to control mixed permanently for project life.
5.7 Use water with PH value 6 to 8. In case of excessive alkalinity compare 28 days Do not use water having chloride and sulphates.
strength on cubes cast with distilled water & those cast with water used in the Do not add acid to naturalise alkalinity of water for use in
work and difference not to be more than 10%. RCC work.
5.8 To avoid labour movement directly over reinforcement, provide Jalies supported
over angle iron chairs.
5.9 Ensure proper depth of concrete with depth gauge. Do not keep time lag more than 30 minutes between final
vibration of concrete and its initial mixing.
5.10 Leave holes for services before casting of R.C.C. to avoid cutting of Do not cast column upto beam level. Leave it 45 cm
reinforcement and R.C.C. below soffit of beam and cast with the beam only.
5.11 Provide proper construction joint as given in C.P.W.D. specification. Do not forget to ensure trowel finishing of RCC slab on
top.
5.12 For vertical joints slurry is to be applied on the surface. For horizontal joints the Do not forget to ensure trowel finishing of RCC slab on
surface shall be covered with a layer of mortar 10 to 15 mm thick of the same top.
ratio as of concrete.
5.13 Put date of casting to ensure that the curing is started within 24 hours after Do not provide box type fan clamp for Roof slab. Use
casting of the slab and surface is kept wet atleast or 10 days. M.S. fan book and not Tor steel hook.
5.14 Repair honey-combing immediately after removal of form work.
5.15 Ensure hacking (depth 3mm) immediately after removal of form work.
5.16 Check the quality of concrete by hammering. In case of double of strength, take
core.
5.17 Ensure number of CC cubes required with reference to quantity of R.C.C. done. 28 days test to bd got done from the same Lab where 7
days test got done.
5.18 Cubes should bear name of work, mix, date, block and signature of JE/AE taking
the cube
5.19 Check bearing of lintels at ends. Do not provide bearing of lintels less than 15 cm.
5.20 If sulphate is there in sub-soil water and earth, take specific design from
designers for the foundation.
5.21 For precast members do mark top and bottom surface.
6.0 BRICK WORK
6.1 Check, if mandatory tests like compression strength, water absorption, size and
efflorescence done for bricks.
138
6.2 Ensure Brick work in horizontal layers/even thickness of joints. Check Do not allow out of plumb Brick if more than 6mm in
distribution of courses done on a vertical plane with measuring rod (Kainda). 3meter height.
6.3 Soak bricks in plenty of water on previous evening for use next day. Do not allow outer Brick work without external
scaffolding.
6.4 Do check use of queen closer at junction of walls. Do not allow toothing. Ensure brick work in full block at cut
off levels like sill level and lintel level before further brick
work is allowed. If necessary, provide stitching blocks at
junctions at cut off levels during construction itself.
6.5 Check if joints staggered by 4 ½ “ or not in case of half brick wall. Do not leave vertical construction joint. Always rake back
at 45 to have proper bond with subsequent Brick Work.
6.6 Check if size of opening for doors and windows is not excessive. Do not fill excessive gap around door/window openings
with cement mortar. Use micro concrete.
6.7 Put date to watch curing to be done for 7 days.
6.8 Do not carry out more than 1M ht. of Brick work on a day.
6.9 Do have Brick on edge in plinth, below RCC slab and top of parapet with proper Do not make cost adjustment of Marucona Alternatively
Marucona. provide Cement Concrete block.
6.10 Fil vertical joints with trowel. Do not believe in grouting of vertical joints.
6.11 Use bed block under beams.
6.12 Check mortar strength and filling of joints by scratching with sharp instrument Do not mix brick stacks of different class designatiou.
like screw driver. Stack them separately. Do not allow mortar mixing
without Mechanical Mixer and proper plat form. Do not
use tokries for measurement.
Do not forget to get joints raked for 15 mm depth on both
sides, when mortar is green.
6.13 Check specially cup board openings for trueness at right angles.
6.14 At the end of day check that frog in brick work in top layer are not filled with Do not use fallen mortar for joint filling. Take it to mixer
mortar. & use after mixing adequate quantity of cement.
For balcony railing in half brick wall do not forget to
provide vertical RCC posts with horizontal RCC band.
6.15 Check bearing plaster done or not before centering, shuttering is started.
6.16 Height of brick masonary in foundation should be measured @ 15 cm. for 2 Do not join yard wall with main load bearing wall.
bricks height and difference, if any, w.r.t. structural drawing should be accounted Do not raise partition wall beyond lintel level till roof is
for in 230 mm brick wall (Top courses). cast.
139
6.17 Check provision of expansion joint before start of brick work. Do not provide expansion joint from lean concrete level.
It is required from ground level.
6.18 Allow filling of scaffolding holes with properly soaked bricks buttered with Do not leave scaffolding holes in stretcher courses. Keep
mortar on all four faces only. their numbers minimum.
Do not allow horizontal chasing in load bearing walls for
series for more than 60 cm.
7.0 STONE MASONARY:
7.1 Wet stone before use.
7.2 Mark bond stone for identification. Do not forget to provide bond stone whether it is R.R.
masonary or course rubble masonary.
7.3 Overlap bond stone by 15cm if wall thickness is more than 60 cm and bond stone
of full length is not available.
7.4 Ensure proper curing of masonary for 7 days. Do not forget to put construction date.
7.5 Fill scaffolding holes with Cement Concrete 1:3:6.
7.6 Ensure overlapping of stones for braking joints. Do not rack joints of pointing is not be done and finish
joints flush.
7.7 Use chips for levelling in joints. Do not allow use of more than 20% chipping.
7.8 Size of stone used should be with length not less than 3 times heights and Breadth Do not allow use with bushing more than 4 cm.
on base should not be more than 3/4th of wall thickness or less than 15 cm.
7.9 Pointing should be along the mortar joint and not over the stone.
152
Sub Head Do’s Don’ts
161