Вы находитесь на странице: 1из 20

GRATER VISAKHAPATNAM MUNICIPAL

CORPORATION, VISAKHAPATNAM
Tenneti Bhavan, Ram Nagar,
Visakhapatnam

INSTRUCTION TO BIDDER
Name of Work :- Consultancy Services for Third Party Quality Assurance, Quality
Control and Vetting / Preparation of Designs for construction
works at Greater Visakhapatnam Municipal Corporation."

GREATER VISAKHAPATNAM MUNICIPAL


CORPORATION, VISAKHAPATNAM.
Tenneti Bhavan, Ram Nagar,
Visakhapatnam

GREATER VISAKHAPATNAM
MUNICIPAL CORPORATION
Tenneti Bhavan, Ram Nagar, Visakhapatnam
Phone No.- (0891)- 2676469 / 2676479, Fax No. (0721) - 2673950
OFFICE OF E.E. (2) E-TENDER NOTICE NO.- 02, DT. **/04/2016
Online E- Tenders for the following work are invited by the Exicutive engineer -2 from the
Consulting firms. which are empanelled with ministry of urban development, Government of India and
Andhra Pradesh State or consultant having ISO Aggradations. The scope of Q.C.C. includes Vetting /
Preparation of Designs.
Sr.
No.
1

Name of Work
Consultancy Services for Third Party Quality
Assurance, Quality Control
and Vetting /
Preparation of Designs for construction works
at
Greater
Visakhapatnam
Municipal
Corporation".

Earnest Money
(Rs.)

Cost of e- tender form fee


Rs. (Non refundable) (only
Demand Draft)

1,00,000/-

15,000/-

The details of bid process schedule as below :1


2
3
4
5
6
7

Download Period of online Tender


Online Bid Preparation Period
Technical & Price Bid closing period
Bid Submission Period
Date and timing of opening Financial
bid
Date and place for submission of
Earnest Money Deposit & Tender form
fee
Pre Bid meeting

Dt. 05/05/2015 at 10.00 am to Dt. 30/05/2015 1.00 pm


Dt. 05/05/2015 at 10.00 am to Dt. 30/05/2015 1.00 pm
Dt. 30/05/2015 1.00 pm
Dt. 30/05/2015 1.00 pm
Dt. 03/06/2015 11.00 am
Tender should be submit the EMD & Tender fee amount
by online Only.
Dt. 28/05/2015

at 11.30am hrs. at Commissioner of


Greater Visakhapatnam Municipal Corporation ,
Visakhapatnam - 530012

Note :1. All eligible / interested consultants who want to participate in tendering process should compulsorily
get enrolled on e-tendering portal -------------------------------------------------- or --------------------------------------------- and further need to empanel online on sub portal ----------------------------------------------------------------- in the appropriate category applicable to them.
2. The process of online tenders, difficulties in submission of online tenders, any queries and Digital
certificate, if any contact mentioned below address
Exicutive engineer -2,
2

GREATER VISAKHAPATNAM MUNICIPAL CORPORATION


Tenneti Bhavan, Ram Nagar, Visakhapatnam
Andhra Pradesh, India.
Tel.: +91 - 891 - 2746301-7
Fax: +91-891-2568545
Cell No. 9403081512/9403081521

3.

Right to reject any or all online bid of work without assigning any reasons thereof is reserved.

4.

Above Tender Notice is displayed on www.gvmc.gov.in/

Letter of Invitation
Ref No...

Dated:

To,

Sub: Letter of Invitation for "Consultancy Services for Third Party Quality Assurance, Quality

Control and Vetting / Preparation of Designs for construction works at Greater Visakhapatnam
Municipal Corporation".
Ref.:
Sir,
Request for Proposal from Consultants empanelled with Ministry of Urban Development,
Government of India (Urban Transport Wing) are invited for rendering Consultancy Services for
Third Party Quality Assurance, Quality Control

and

Vetting / Preparation of Designs

for

construction works at Greater Visakhapatnam Municipal Corporation.


In this regard, please find attached a Request for Proposal (Technical and Financial)
document for the referred work. You may peruse the document and submit the same in a sealed
envelope to this Office as per the instructions given in the RFP.
Please note that the last date of submission of the RFP is 30/05/2016 up to 1.00 hrs in the office of
Greater Visakhapatnam Municipal Corporation. Only Technical Bids shall be opened on same date at
3.00 hrs in presence of interested bidders.
Yours faithfully,
Sd/Exicutive engineer -2
Greater Visakhapatnma
Municipal Corporation
Encl. As above
Copy to:
1. Concerned file
4

Data Sheet

1.

The Name of the assignment

2.

The Name of the Employer

Last

Date

of

written

Consultancy Services for Third Party Quality Assurance,


Quality Control and Vetting / Preparation of Designs
for construction works at Greater Visakhapatnam
Municipal Corporation "
Greater Visakhapatnam Municipal Corporation
27/05/2016 up to 1.00 hrs

application of queries

Email ID eproc.support@maharashtra.gov.in

Date and Time of Pre-bid

28/05/2016 at 11.30 hrs

Conference.
Place of Pre-bid Conference.

GVMC office

Non refundable document fee

Rs 15,000/- Document fees

5.

E-Tender

Processing

fee NA

(Non-Refundable)
6.

Bid Security

Rs.1,00,000/-(Rupees One lakhs only) in the form of cross


Demand Draft of Nationalised / Scheduled Bank payable at
at Visakhapatnam in favour of Commissioner, Grater
Visakhapatnam Municipal Corporation. The bid security of
the successful bidder shall be return after completion of the
assignment

7.

The address is

Exicutive engineer
Greater Visakhapatnam Municipal
Corporation:
Tenneti Bhavan, Ram Nagar
Visakhapatnam- 530012
Andhra Pradesh (India)
Phone No : - Phone No.-

Cost of Work

As per the quoted amount of the lowest bidder and as


approved by competent authority.

Bid Submission and opening

On or before 30/05/ /2016 up to 1.00 hours.

10

Bid Validity period (days, 180 days from the last date of receipt of Bid Document
date)

11

Time Limit:

Time Limit 24 months from date of signing of agreement.

12

Authority to grant extension Commissioner GVMC


and penalty.

INDEX
Sr. No.

Description

Page No.

1.

BIDDING SCHEDULE

2.

SCOPE OF SERVICES

3.

QUALITY ASSURANCE

4.

TESTS TO BE CONDUCTED

5.

ON LINE ENVELOPE

10

6.

BIDDING PROCESS

12

7.

ELIGIBILITY CRITERIA

12

8.

MANPOWER REQUIREMENT

13

9.

GENERAL BIDDING GUIDELINES AND

13

INSTRUCTION TO BIDDERS
10.

OBLIGATION OF THE CLIENT

16

1.

BIDDING SCHEDULE :

2.

Last Date of purchase of RFP


Last Date of Submission of Bids
Opening Date of Bid
Scope of Services

30/05//2016 1.00 Hrs


30/05//2016 1.00 Hrs
03/06/2016 11.00 Hrs

The services, duties & responsibilities will include but not be limited to the
following :
1.

To see that all works are executed as per the approved Design, Drawings, BOQ
and contract documents.

2.

To monitors Quality Control and furnish necessary reports.

3.

Represent the interest of the GVMC vis--vis the Contractor in any manner
related to the Construction and the proper execution thereof.

4.

Supervise, & to monitor Third Party Quality Control and ensure all steps for
effective and smooth execution of projects as per the guidelines and specifications
with due instructions from GVMC Engineering Staff.

5.

Should prepare Fortnight, Monthly, Quality Assurance Reports and submit to the
Client for the approval.

6.

To ensure that the construction works are in accordance with the technical
specifications, Management Plan and other stipulation of construction contract
documents and the construction methods proposed by the contractor in
compliance with the above stipulations particularly, in relation to contractors
construction equipment and other resource employment.

7.

To check the field tests carried out by the contractor and to carry out adequate
number of independent tests other than the regular testing check the & monitor
work by Approved QAP.

8.

To order special tests of materials and/or completed works, order removal and
substitution of improper materials and / or works as required.

To supervise and check the operations, quality control and quantity measurements
of the works carried out under Contract.

10.

Prepare quality reports fortnightly/monthly to furnish to Engineer-in-charge and


contract cell,
8

11.

Ensure testing of material in the laboratory on the basis of the provisions in the
contract and perform all laboratory and field testing of materials and products
needed to assure that the quality as specified in the contract documents is attained.

12.

Perform all other tasks not specifically mentioned above but which are necessary,
and essential to successfully supervise all construction activities in accordance
with the terms of the works contract with approval.

3. Quality Assurance
The tasks of the Q.A. people are as detailed below,
a. Carry out pre-Construction Quality Assurance checks for all materials as
per the relevant codes and mentioned in Technical specification.
b. Carry out Quality Assurance checks during the Construction/progress of
works as per the relevant codes and Frequencies.
c. Carry out Quality Assurance checks after construction (Post Construction
checks.)
The role of Quality Assurance consultant shall be conducting random checks
of activities of construction right from the starting stage to the finishing stage.
This would involve collection of samples and arrange testing. The consultant
would be reporting to the Client through its reports.
4.

Tests to be Conducted
Required tests on materials in accordance with contract documents, relevant
specifications, MORTH relevant IS codes and good engineering practices will
need to be carried out to ensure the objective of quality inspection, which is to
ensure that the works are carried out in conformity with required standards and
specifications.
In addition the consultant need to check the manufactures test certificates for the
materials like pipes and fittings, electrical items, steel, cement, Bitumen etc., The
contractor will have to provide these certificates to the consultants through the
client.
The consultants shall faithfully conduct tests/checks and sampling required to be
executed by them as per Approved QAP.
The consultant will be fully responsible for the authenticity of the test result and
submit test result copies in two sets of original one for Client and one for
contractor.

The Consultants reporting shall be of recommendatory & suggestive nature


informing the concerned Engineer-in-charge, about the quality of material based
on test results and field observations to take corrective steps.
In case of Emergency, Consultant will have to submit specific report of that
concerned work as indicated by the client to take corrective steps.
Should see that the tests are conducted as per the standards and reports are
prepared by the Consultants in proper form and forward to the Employer for
taking further action.
To conduct special tests of materials and/or completed works, order removal and
substitution of improper material and/or works as required in consultation with
client.
The Client GVMC reserves the right to inspect the laboratory, equipment,
establishment, office and records at any time concerning to the project and the
consultant is expected to give full information and extend co-operation for
inspection.
Monitoring the quality and furnish the necessary Quality Assurance report.
The consultant engineers are expected to be available in the assignment during
execution.
The consultant should make their own arrangements for transport to different work
spots as well as place to place at their own cost and no cost will be paid by
GVMC.
The consultant should make their own arrangements for accommodation at
Visakhapatnam at their own cost and responsibility.
5. ONLINE ENVELOPE
1 CONTENTS IN ONLINE ENVELOPE NO. 1
i) Scanned copy of Original paid receipt of in the form PDF of Earnest Money
Deposit.
ii) Scanned copy of Original receipt of in the form PDF of Tender Form fee
iii) Scanned copy Letter of submission
iv) Scanned copy of , In case bidder is a partnership firm he must present
registered partnership deed.
v) Scanned copy of In case company is formed under company law Memorandum of Association and Articles of Association with company
incorporation certificate as per company act.
vi) Scanned copy of Turn over Certificate from Chartered Accountant for last 3
financial years. The average annual turnover during last Three financial years
should not be less than 1 crore .
vii) Scanned copy of Curriculum Vitae / Bio Data of the Technical staff
10
10

vii) Scanned copy of Certificate of clients and photocopies for which bidders
have successfully completed similar project or experience of running of the same
as project management consultant in last Five years in Government/ SemiGovernment/Private company .
The Certificates to be issued by an officer of the rank not less than Executive
Engineer for Govt/Semi-Govt and of rank not less than Director in Private
Organization.
The certificate must furnish following information of only completed project :1) Name of Project
2) Brief detail of project
3) Name of Authority/Organization allotting work
4) Date of work order and date of completion of project.
5) Cost of work
6) Certificate must indicate roll of bidder as Quality control Consultant or Project
management consultant.
2 CONTENTS OF ENVELOPE NO. 2
The second online envelope "Envelope No.2" shall contain only fee in the terms
of percentage rate of project cost for consultancy services taken for third party
quality assurance, quality control for construction works by Grater
Visakhapatnam Municipal Corporation.
SUBMISSION OF PROPOSALS
The bidder should submit his proposal in Two envelop system online by etendering system within time schedule which is published in Detailed Notice
Inviting Tenders.
OPENING OF TENDER
The tenders will be opened on the date specified in the Tender Notice (if possible)
in the presence of the intending bidders or their authorized representative to
whom they may choose to remain present.
Following procedure will be adopted for opening of the tender.
(A) ENVELOPE No.1 :- ( Documents)
First of all Envelope No.1 of the tender will be opened online to verify its
contents as per requirements. If the various documents contained in this envelope
do not meet the requirements of the Department, a note will be recorded
accordingly by the tender opening authority and the said tenderers Envelope No.
2 will not be considered for further action and the same will be recorded.

11
11

The decision of the tender opening authority in this regard will be final and
binding on the bidders.
(B) ENVELOPE No.2: (Financial Bid)
This envelope shall be opened after opening of Envelope No.1, only if contents of
Envelope No.1 are found to be acceptable to the Department. The tendered offer
shall then be read out, in the presence of bidders who remain present at the time
of opening of Envelope No.2.
6.

BIDDING PROCESS
The Owner intends to conduct a bidding process based on a Competitive Bidding.
The Bidders are required to submit their Techno-Commercial and Price bid in two
separate sealed envelopes.

7.

Eligibility Criteria
The Bidder shall have following minimum criterion to participate in the tender.
I. The firm should be in Third Party Quality Control business at least since last
7 years.
II. The c on s u lta nt having ISO certification / c e n t r a l G ovt ., State
G o v t . empanelled those agency only applicable.
III. Last 5 years working with anyone Municipal Corporation work/State
Govt. as TPQC consultant / on going also applicable.
IV. Joint venture is not permitted.
V. Selection of bidder will be based on lowest qualified bidder.
VI. The agency should have well equipped civil material testing lab including
Mobile Lab for easy access in GVMC. area.
VII. Testing capacity should have 300 sample per month.
VIII.
The average annual turnover of the Bidder in the three (3) financial years
immediately preceding the Bid Submission Date of RFP Bid shall be not
less than Rs. 1 Cr. (Fifty Cr. only). Copies of Audited Financial
Statement for last 3 years must be submitted. In case audit is not
completed, the financial statement must be certified by a practicing charted
accountant.
IX. Must have firm / Company registration number, PAN and service tax
registration number.

12
12

Note :- If the firms fail to meet any of the above qualification criterion will be
disqualified.
8.

MANPOWER REQUIREMENT
Quality Assurance Assistance :
Sr.
No.

Position

Sr. Structural Engineer ( Post Graduate in Structural


Engineering with minimum experience of 10 years in
Structural Designing of various Structures.
Quality Control Senior Engineer (Degree in Civil
Engineering with minimum experience of 10 years in Quality
Control, Quality Assurance and Quantity Survey of Housing,
Water Supply, Sewerage, Roads, Drains, Buildings, Interior
work etc.
Mechanical Engineer (Graduate in Mechanical Engineering
with minimum experience of 10 years )
Sr. Electrical Engineer ((Degree in Electrical Engineering
with minimum experience of 10)
Junior Engineer (Degree in Civil Engineering with minimum
3 Years or Diploma in Civil Engineering with 5 years
experience in Quality Control, Quality Assurance and
Quantity Survey of Housing, Water Supply, Sewerage, Roads,
Drains, Buildings, Interior work etc.
Technical Inspectors ( Diploma in Civil Engineering with
5 years experience or ITI with 5 years experience in Quality
Control, Quality Assurance and Quantity Survey of Housing,
Water Supply, Sewerage, Roads, Drains, Buildings, Interior
work etc.

3
4
5

No.

1 (One)
1(One)

1 (One)
1 (One)
8(One)

16 (One)

4(One)
Lab Assistant
5 years experience in Quality Control, Quality Assurance and
Quantity Survey of Housing, Water Supply, Sewerage, Roads,
Drains, Buildings, Interior work etc.
4(One)
Lab Technicians
5 years experience in Quality Control, Quality Assurance and
Quantity Survey of Housing, Water Supply, Sewerage, Roads,
Drains, Buildings, Interior work etc.

Note :
If required, Extra Engineer will have to be deployed as per the requirement as and
when informed by GVMC.
The deployment is on a continuous basis throughout the contract period.
17
17

9.

GENERAL BIDDING GUIDELINES AND INSTRUCTION TO BIDDERS


9.1

Interpretation

Capitalized terms used but not defined in the RFP shall have the meanings
ascribed to such terms in the instructions to Bidders.
9.2

Inspection Prior to Bid

Bidder shall
9.2.1.Become familiar with the Site and the surrounding areas, the Scope of work
and other information set forth in the RFP, and
9.2.2.Make a complete and careful examination to determine the nature and extent
of the difficulties and hazards associated with the performance of the Work
and other work here under, including without limitation :
Location of the Site and Facility;
Condition of the Site and the surrounding areas;
Proximity of the Facility to adjacent facilities and structures;
Nature and location of local communities;
Applicable Laws, permits, import and clearance procedures, Taxes and real estate
rights;
Ambient conditions;
Local weather conditions; and
Any other matters that might affect the schedule & performance.
9.3. Pre-Bid Meeting:
9.3.1 Pre bid meeting open to all bidders who desire to submit bids will be held on date,
Time and place mentioned in Tender Notice, wherein, the bidders will have an
opportunity to obtain information/ clarifications regarding the project and the
conditions in the Bid Documents.
9.3.2 The bidders will also be free to ask for any additional Information or clarifications
either in writing before the pre-bid meeting mentioned in RPF
9.3.3 Based on the written queries sent by the bidders before the pre-bid meeting and
raised during the pre-bid meeting, a Common Set of Deviations shall be issued
18
18

which shall form part of the Bid Document (which will be common and applicable
to all bidders irrespective of whether the bidder has attended the Pre Bid Meeting
or not)
9.3.4 The offers submitted by the bidders shall be based on the Bid Documents and
Common Set of deviation issued. Bidders are cautioned that the offers containing
any material deviation from the contractual terms and conditions of contract
specifications and other requirements relating to the project(s) specified in the Bid
documents shall be liable to be summarily rejected.
9.3.5 Failure to attend the pre-bid meeting will not be a cause for disqualification of a
bidder
9.4 Late Bids
The Bidders should ensure that their offer is received before the expiry of
the due date and time. Delayed offers will not entertain irrespective of any
cause. The bids offered or received, after the due date and time shall not be
accepted or if inadvertently accepted, shall not be open and shall be returned to the
bidder unopened.
9.5 Bid liable for rejection
The bid is likely to be rejected if on opening it is found that.
a) The bidder has not strictly adhered to the procedure laid down for submission.
b) The bidder has proposed conditions or qualifications, which are
inconsistent or contrary to terms and conditions specified.
9.6 Correction of Errors
If there is any discrepancy between the offer quoted in figures and in
words, the lower of the two will be treated as offer.
9.7 Negotiations.
The Greater Visakhapatnam Municipal Corporation may carry out
negotiations with the lowest quoted bidder for modification of the bid by calling
the bidder in its office and the bidder shall remain present in the office for
negotiations.
9.8 Bid Validity
Completed bids in the prescribed formats with requisite enclosures should
indicate that the bid would remain valid for a period of 180 days from the date
19
19

of submission of the bid. Greater Visakhapatnam Municipal Corporation reserves


the right to reject any bid that does not meet this requirement. In exceptional
circumstances, prior to the expiry of the bid validity period, Greater
Visakhapatnam Municipal Corporation may request the bidder in writing to
extend the period of validity for a specified additional period. A bidder may refuse
the request, but a bidder accepting the request will not be allowed to modify his
bid but will be required to extend the validity of the bid for the period of
extension.
9.9 GVMC right to accept any Bid and to reject any or all Bids
Notwithstanding anything contained in these instructions, the Greater
Visakhapatnam Municipal Corporation reserves the right to accept or reject any
bid, and to annul or suspend the bidding process, and reject all the bids at any
time prior to award of contract, without thereby incurring any liability of costs to
the affected bidders and without any obligation to inform the affected bidder's the
grounds for Greater Visakhapatnam Municipal Corporation action. However, if all
bids are found non-competitive, they shall be rejected.
9.10 Notification of Award and Signing of Agreement
Prior to expiration of bid validity period or any such extended period, the
Greater Visakhapatnam Municipal Corporation will notify the successful Bidder through
letter that his bid has been accepted. The Greater Visakhapatnam Municipal
Corporation will award the contract to the selected bidder whose bid has been
determined to be substantially responsive and who has, complied with all required
documentation and information. The Successful bidder has to enter in to an agreement
with Greater Visakhapatnam Municipal Corporation for the purpose executing the
work as per the scope of work mentioned elsewhere in the document. The
agreement will incorporate all terms and condition between the Greater Visakhapatnam
Municipal Corporation and successful bidder. It will be signed in the Greater
Visakhapatnam Municipal Corporation within 15 days from notification of award.
10. OBLIGATIONS OF THE CLIENT
10.1 Assistance and Exemptions
Client shall use its best efforts to ensure that the client shall provide the Consultants, Sub
consultants and Personnel with all requisite facilities pursuant to applicable law as shall
be necessary to enable the Consultants, Sub-consultants or Personnel to perform the
Services.
10.2 Access to Land
20
20

The Client warrants that the Consultants shall have, free of charge, unimpeded access to
all land in respect of which access in required for the performance of the Services. The
Client will be responsible for any damage to such land or any property thereon resulting
from such access and will indemnity the Consultants and each of the Personnel in respect
of liability for any such damage, unless such damage is caused by the default or
negligence of the Consultants or the Personnel or either of them.
10.3 Changes In The Applicable Law
If, after the date of this Contract, there is any change in the Applicable Law with respect
to taxes and duties which increases or decreases the cost or reimbursable expenses
incurred by the Consultants in performing the Services, then the remuneration and
reimbursable expenses otherwise payable to the Consultants under this Contract shall be
increased or decreased accordingly by agreement between the parties hereto with proper
sanction of Greater Visakhapatnam Municipal Corporation sanctioning authority

21
21

GVMC THIRD PARTY AUDIT SERVICES


General Bidding Guidelines and Instruction to Bidder.
Type of works:All Type of works in Greater Visakhapatnam Municipal Corporation area e.g. all
types of roads, channel, storm water drain, gutter, building construction, cross drain,
retaining wall, community toilet, water supply, drainage, electrical works etc.
The third party technical audit team shall visit each site for minimum three times
during the work under progress.
A) First visit :
Visit at site for reviewing location / design drawings / QAP / MTC and programme
schedule.
1. The third party shall check the Designs , quality of the materials brought on the site
for the work and ensure that the materials are in accordance with the specifications
generally observed and prescribed for the work.
2. The third party should suggest methodology to check and ensure the quality of work done
by concern contractor and check accordingly.
3. The third party should suggest the ways and means for economic construction and to
reduce the cost of construction keeping the quality work.
4. The third party shall have to prepare Manual for good construction practice and
Checklist & get it approved.
5. The Audit shall be carried out on the basis of approved drawings, specification standards
and I.S. norms.

18
18

6. Making sure that there is no breach of contractual obligation and proper approvals are
obtained from competent authority.
B) Second visit : On going work- Auditing & sampling of used material and its witnessing.
7. In order to ensure the quality and timely completion of the work, Third party should
remain present in the co-ordination/review meeting to be held at Corporation as decided
at no extra cost.
8. The third party shall submit report in formats prescribed by Commissioner/ SE GVMC
about the general progress of the work for each work, and any specific issue about major
deviation and also serious points must be communicated with photo copy to concerned
engineer of GVMC and copy to higher technical authority Commissioner of
GVMC
9. Samples for Laboratory Test/ Field test shall be collected by third party in the presence of
the concerned contractor. These samples shall be handed over to the concerned contractor
for onward submission to the Laboratory (Approved lab by GVMC) after putting
an identification mark of third party. The Cost of Laboratory Tests / field test
conducted shall be borne by the concerned Contractor.
10. For conducting the all tests responsibility is to be taken by the third party only. Minimum
Frequency of test should be as per I.S. codes of various works.
11. The third party will conduct quality control test on input materials and construction
activities as per relevant I.S. code and convey the comments on reports to the GVMC

19
19

12. Review of Manufacturers Certificates for all bought out items like Cement, Steel,
Structural steel, admixture, Asphalt, pipe etc. to check that the material brought to site are
as per specifications.
13. Review all test report tested from outside approved laboratory for the bought out
materials.
14. The third party will assist for resolving technical field problems for nonconforming
works.
15. The third party shall suggest the remedial measures to improve the quality of the works if
found defective during their audit.
16. Witnessing and recording of quality control testing of Constructions materials.
17. Checking of workmanship aspects of specifications of quality of the completed / in
progress works during site visits.
18. Cross checking of receipts of materials with the technical specification.
C) Final visit: - Auditing after completion of work.
19. Issuance of completion certification after final visit within 02 working days.
20. Review all the reports & record for the regular field testing carried out by Executing
Agencies as per the requirement of tender specifications and standard codes.
21. Identifying stretches for rework in case of substandard materials used in the Work.

20
20

Вам также может понравиться