You are on page 1of 59

RAMP UP (NORTH) SUBPROJECT IMPLEMENTATION

SAR-E-PUL POST FLOOD ASSISTANCE SUBPROJECT


SAR-E-PUL CITY, SAR-E-PUL PROVINCE, AFGHANISTAN

INFRASTRUCTURE MANAGEMENT DOCUMENTS

EXECUTIVE SUMMARY
This document is an attempt to apply DAIs draft infrastructure management manual (IMM) including its phases, procedures, work instructions, and forms and template in RU-Ns subproject: Sar-e-Pul Post Flood Assistance Subproject. All the phases under the IMM have beeen applied with only the construction and construction management and completions phases incompleted. These phases will be followed with and completed by RU-N project office, and the lesson learned shall be provided. Overall the IMM provides sufficient and effective guidance for the RU-N engineering department and although there are questions and clarifications for topics such as design liability, ommisions from the use of design and design review service providers, risk and uncertainty management, the manual provides engineers or infrastructure subproject managers the guidance and practical applications suitable to construction management and project management for such architecture, engineering and construction activities.

SAR-E-PUL POST FLOOD ASSISTANCE SUBPROJECT GENERAL INFORMATION

A. Subproject Background 3

Ramp-Up-North Project Regional Afghan Municipalities Program for Urban Populations (RAMP UP) is to create effective, responsive, democratic, transparent, and accountable municipal governance in the nine provinces that comprise the International Security Assistance Forces (ISAFs) Regional Command North. RAMP UP North (RU-N) will:

1. increase the capacity of the Government of the Islamic Republic of


Afghanistan (GIRoA) municipal officials,

2. markedly improve the delivery of municipal services to citizens in target


municipalities, and 3. Increase municipal capacity to enable, support, and sustain economic growth. As a result of the RAMP UP North project, Afghan citizens will receive better services, understand the responsibilities of municipal leaders, play an active role in the municipal decision-making process, and see local governance structures as legitimate. SAR-E-PUL Post Flood Assistance Subproject On May 19, 2012 in Sar-e-Pul city, flash floods triggered by torrential rains gave way to forceful flood water rising to a height of nearly five meters (16 feet), damaging the citys main flood protection and retaining wall, located just about six kilometers (just under 4 miles) from the city center, causing the destruction of many of the citys infrastructure systems inclduing roads, bridges, canals and houses. The flood, reportedly the worst in 80 years, killed 22 people. The Municipality government of the city conducted a flood damage assessment and made a request to USAID/RU-N to investigate the ecological impact of this. RU-N engineers liaised with the Municipality and together developed a rehabilitation plan to build back better and improve the following infrastructure:

1. 2. 3. 4. 5.

Irrigation Canal running through the city Gravel road streets and roadside ditches Street box culverts Pedestrain concrete footbridge Vehicle bridge

Also under consideration was the building of the capacity of the Municipalitys construction department through staffing, supplies and training programs.

B. Subproject Overview
Identification Based on a review of this rahabilitation plan, the activities reconstruction works under this subproject shall include the following: designed for

1) The cleaning and dredging of the citys main canal and reconstruction of
damaged sections of stone masonry canal linings and canal intake walls

2) 3) 4) 5) 6)

The repairs of 6 kilometers of existing gravel roads The repairs of 10-20 box culverts along the roads or streets of the city The reconstruction of destroyed pedestrain footbrdige The reconstruction of destroyed vehicle bridge The provision of capacity building and technical assistance activities

Legal, Regulatory and Permitting requirements All legal, regulatory and permitting requirements for this subproject have been questioned, obtained and approved. See Appendix 1.0. Based on the information and data gathered, the subproject feasibity and risks, scope of work for design and construction as well as claims, change, and documentations have been identified and evlauted. See Appendix 1.0. This subproject did not procure design services as the size and complexities of the infrastructure under the subproject is small to medium in size; sufficient enough to use the expertise of RU-N in-house engineering deprtment and the technical assistance of the Sar-e-Pul Municipality/MRRD/NABDP-North. However, to determine the question of design liability it would have been more effective to hire the services of a design firm as well as an independent design review service provider. On the other hand this would have been a bit complicated owing to the fact that the design firm, in oder to be held liable for design defects or failures, would have had to be given full management authority of the subproject sites and change and reject orders to all works performed within the limits of the designs, thereby putting the role of DAI/RU-N engineering team as only site monitors. Project staff The subproject staffing has been organizaed to include the following personnel: Project Management Capacity Building Advisor Public Works Advisor GIS Specialist Hydrologist Engineers Engineering Clerk

Subproject Level Risk Screening After the review of the results of the legal and regulatory survey for infrastructure, the subproject level risk screening was conducted and the subproject risk was estimated to be very significant and required a risk mitigation plan.

After the screening, the subproject activities are anticipated to include the following:

1) The cleaning and dredging of 19.6 kilometers of the existing canal and
reconstruction of 50 meters of stone masonry canal linings and 12 meters reinforced concrete canal intake wall. The scope was modified to include only 30m of stone masonry canal lining because 30m of the lining repairs was done by another agency UNODC.

2) The repairs/resurfacing of 2.6 kilometers of existing gravel roads including


2640 meters roadside ditches and construction of eight (8) units of RCC box culverts

3) The reconstruction of 44.5 meters of stone masonry canal linings or


retaining/protection wall near the footibridge

4) 5)

The reconstruction of a 20 meters span pedestrain reinforced concrete footbrdige The reconstruction of a 16 meters span reinforced concrete vehicle bridge

6) The construction inspection and testings of structural components of the above activities

7)

The provision of capapcity building and technical Construction Department of the Sar-e-Pul Municipality

assistance

to

the

The DAI/RU-N engineering team provided the design and construction plans for the canal, roads, and culverts respectively, and the Sar-e-Pul Municipality through the MRRD/NABDP-North provided the design and construction plans for the flood wall, footbridge and vehicle bridge respectively. DAI/RU-N will provide capacity building training including project management and construction management under this subproject to Sar-e-Pul Municipality engineering department. See Appendix 3.0 for the Subproject Level Risk Screening Form and Risk Register. The construction is scheduled for six months beginning July 2012 and ending December 2012, which is unrealistic owing to the fact that in Sar-e-Pul the winter comes in early December reducing all possibilities of conducting construction works, such as pouring concrete (a major component for all activities), which requires the concrete remain in the formworks for at least 28 days to properly cure and obtain full structural intergrity, and ends early March, thereby actually requiring the subproject duration to be from July 2012 to June 2013 (approximately 12 months) . The subproject delivery strategy shall be to procure the construction services in a design-bid-build approach with Sar-e-Pul Municiaplity serving as infrastructure owner, technical support team and facilitator/coordinator, RU-N serving as overall construction manager and private construction company(s) serving as construction service providers. The anticipated social, public and environmental issues have been identified and mitigated against after conducting an environmental screening of all activities under this subproject. See Appendix 2.0 for Environmental Screening Checklist and Mitigation Measures Plan

Design Studies and Research To carry out the execution procedures and manage this subproject infrastructure, various design studies and research options were reviewed and evaluated to consider the design options that will define or influence the nature and extent of the ultimate design for reconstruction of the infrastructure under the subproject. Most of the design studies avalaible were obtained and made part of the scope of work required by the RU-N engineering department to form part of the final design documents before award of construction services. The infrastructure owner, Sar-e-Pul Municipality, through the MRRD/NABDP provided designs and design review for the rcc footbridge, flood wall and rcc vehicle bridge, because of their complexities, whereas, the canal dredging and linings and roads and culverts have been design by RU-N and reviewed by the engineering director and project management capapcity building advisor of RU-N. After a review of the various surveys and research data available from USAID, the GIRoAs Ministries of Rural Rehabilitation and Development, Public Works and Agriculture, Sar-e-Pul Municipality, and the various implementing partners in Afghanistan, the following types of possible design studies have been considered: Appendix 4.0 Possible Design Studies

Type of Infrastructure Sub-project Road Repair or Rehabilitation

Types of possible design studies

Topographic surveys
Flood plain analysis Rainfall data or drainage studies, including storm frequency and runoff, as well as surface and subsurface drainage Hydrologic studies at river/creek crossings Soil and/or geotechnical surveys Traffic studies (i.e. traffic impact analysis, travel demand forecasts, usage, types of use, etc.) Land Use (commercial and public) around the road

Rights of ways (current/proposed)


Rehabilitation of Existing Structures and Buildings New Structure Construction Economic and social baseline surveys Master transport plans and policies Existing or future Master Plans As-built drawings, design criteria and design studies from the original construction Previous structural assessments or designs, evaluation of load carrying capacity Existing or future Master Plans Zoning City master plans or urban development plans Soil and/or geotechnical surveys, including calculation of soil bearing capacity Service and design loads Flood plain analysis Rainfall data or drainage studies for parking or low lying areas. Traffic patterns

Planning & Feasibility Assessments Design Codes, Standards and Permitting: The Sar-e-Pul Municipality and the relevant government agencies responsible for permitting, etc has permitted all subproject activities. The relevant design codes and standards have been documented and approved by the infrastructure owner and client. See each infrastructure section for applicable design codes and standards.

Environmental Mitigation and Local Environmental Law: An environmental screening was conducted and all issues and concerns and associated mitigation measures thereof have been compiled and approved. See Appendix 2.0 for Environmental Screening Checklist and Mitigation Measures Plan. Social Issues: All stakeholders have been identified (Sar-e-Pul Municipality government infrastructure owner) and all other social issues have been included in the mitigation and monitoring plan. See Appendix 2.0 for Environmental Screening Checklist and Mitigation Measures Plan. Coordination with Infrastructure Owner: The Sar-e-Pul Municipality owns all infrastructures under the subproject and there are no conflict concepts of the ownership. The works are coordinated with the infrastructure owner, who supports the subproject concept, design and operations requirements. However, the infrastructure owner does not have the capacity (personnel and budget) to maintain and operate the infrastructures after the subproject is handed over; or the means to decommission the infrastructures after its useful life is completed. It is also not clear if coordinating donors or the provincial government will provide this assistance. However, RUN will provide project management and construction management capacity building training to personnel available in the municipality so as to ensure some amount of sustainability can take the life span of the infrastructures to not less than 15 years. Technical Considerations: It is agreed the infrastructure owner will be required to carry out the following responsibilities:

Agree in writing with Confirmation Scope of Works Agree with technical design by way of signing technical design and covering all design liabilities Attend inspections and sign certificates and punchlists, etc. Sign handover document and take ownership of the property when construction is complete

The infrastructures are priority subproject in the Sar-e-Pul city municipality master plans, and the need-to-rebuild analysis has been completed. The existing sites are appropriate for the infrastructures; the solution best-fit for the identified problems; the needs independently verified; the estimated impact and beneficiaries verified; the requirements clearly defined and analyzed and are realistic; and the functional requirements and users acceptance criteria verified. The subprojects costs and schedule limits have been defined, agreed to and documented. There are no significant data missing.

After conducting a subproject level risk screening (see Appendix 3.0) the subproject activities are considered very significant but not high-risk. A risk register (see Appendix 4.0) has been developed and mitigation measures and monitoring plans in place to manage and response effectively to identified and new risks respectively. Sustainability: The infrastructure under this subproject plays a massive role in Sar-e-Pul city and helps support the peoples way of life, and the world around them, both the natural environment and communities, increasing the need for sustainability more important to individuals, organisations, communities and the government. Given the scale and impact of the infrastructure and the physical assets involved there is a real need for sustainability to become part of the way the citys physical asset operates. In order to achieve real sustainability in this subproject infrastructure and assets, it is necessary to incorporate sustainability (economic, social, environment) with associated measures, metrics and indicators, across all of the key areas and at all phases of a subproject's or asset's life. Therefore in designing and planning for construction for the activities under this subproject, the following parameters have been considered and incorporated into the design and construction plans of the subproject and infrastructure:

Management & Governance - management systems , procurement & purchasing ,


climate change adaptation

Resources - energy & carbon, water, materials

Emissions, Pollution & Waste - discharges (into the air, land & water), land (usage,
conditioning etc), waste

Ecology - functional level and state of ecosystems, biodiversity People & Places community health, well being & safety, natural & cultural
heritage, stakeholder participation, urban & landscape design

Innovation - pioneering initiatives, methods, processes, procedures, technologies


etc that assist market transforming towards a more sustainable approach. The goals for activity sustainability has been defined and measured and are achievable. The plans to meet and optimize these goals have been developed through a capacity building training program for the municipalitys engineering department. Design Professional There exist in Afghanistan no system of licensure and registration for engineering and design professionals. However, because of the size and technicalities of this subproject, the design and construction is corroborated with the Sar-e-Pul Municipality and its technical support team from the Ministry of Rural Rehabilitation

10

and Development National Area Based Development Program North. Sar-e-Pul Municipality will take professional and design liability coverage for the subproject. Construction & Construction Management There are available experienced local constructors for construction of this subproject. However the Defense Based Act insurance is not required. Notwithstanding, all bidding offerers and/or subcontractors are required to provide the necessary insurance and their failure to do so can result in possible loss of their subcontract. Local constructors will not require training to effectively bid on this subproject. However, all required site-specific queries and conditions applicable to specifications, etc. has been clarified in the RFPs and pre-bid site conferences. RU-N engineers (Site Inspectors) will be responsible for construction inspection daily on behalf of the project. All site locations are stable; all sites are open access, and on site activities can be monitored regularly. The equipment to use will be tested for design standard and specification compliance; and the constructor will be required to adhere to all site health and safety requirements stipulated in the subcontract. There is no sufficient time to complete the subproject infrastructure construction works, as there is approximatley 2-3 months of heavy winters (December-February) that will possibly halt all site construction activities. There will also not be enough time to accommodate winter period and restart and complete and closeout afterwards, as the project is for only six months beginning July and ending December 2012. However, there could be a realistic possibility for no-cost extension to this activity. Quality Assurance & Quality Control: There is adequate capacity and resources in the province and region respectively to assure quality of the subproject activity. An independent testing agency will be responsible for all quality control. The design and construction services for this subproject can be procured within the currently approved project code. The subproject complies with the clients requirements for feasibility studies, research and reviews. DAI/RU-N has put in place a quality management plan that focuses on the following: Quality Management All the design and construction activities used to direct, control, and coordinate quality, including quality policy, quality objectives, quality planning, quality assurance, quality control, and quality improvement of small-medium infrastructure have been documented. Quality Policy RU-N focuses on compliance with requirements that ensures:

11

1. No subproject activities cause significant impacts to Afghanistans physical and social environment.

2. All infrastructure design and standards are in compliance with International


Building Code and local Afghanistan technical regulations and laws.

3. All of the quality systems applied is in compliance with quality policies


based on the ISO 9000 Quality Management Principles and DAI/USAIDs other policies. Quality Plan RAMP-UP - North Quality Plan involves setting subproject quality objectives and then specifying the operational processes and resources that will be needed to achieve those objectives. The objective is to achieve acceptable levels of functionality in infrastructures reconstructed. The requirements include the review and sign-off of all deliverables or work by RU-N engineering director and project management capacity building advisor, and the Sare-Pul Municipality, and the conduct of all required testing of soil, water, and concrete slump and compression and steel yield The quality method will be iterative development in specified stages of works where the methodology to be followed will be quality assurance and quality control and continuous quality improvement including peer review of all deliverables. The quality standards include the International Building Code, Afghanistan NSP Technical Manual; Indian Standards Institute (ISI); USACE Standards; the Uniform Building Code; ISO 9000 Quality Management Principles; and USAID Environmental Screening Reporting Form procedures. Procedure covers check-in and check-out of standards and building code; documentation control and issues management Quality Assurance (QA) Under RU-N, QA is a set of activities intended to establish confidence that quality requirements of all infrastructures under this subproject will be met. See Quality Management manual for details. Quality Control (QC) Under RU-N, QC is a set of activities intended to ensure that quality requirements under this subproject are actually being met. See Quality Management manual for details. Quality Improvement (QI) Under RU-N, QI refers to anything that enhances RU-N's ability to meet quality requirements. See Lessons learned report for details

12

Canal Cleaning & Construction Improvement Works 13

Activity Identification Generally the works shall include demolition works, site preparation, water diversion, earth works, and canal cleaning and dredging and linings and intake reconstruction works. The works shall specifically be as follows: Extensive canal cleaning and removal (dredging) of approximately 13183 cubic meters of debris, sedimentation etc. along a distance of 19.6 kilometers in three (3) districts (Nayha 1, 2, & 3 ) of Sar-e-Pul City, by using unskilled workers and machineries/equipment in the following locations: Nayha 1 Masjid Haji Sidiq Haji Pahinda

14

Nayha Nayha

Education Street City Center Bandari Sayad Padshahi near Sarband Amam Kala-Amam Khord Streets Abul Fat Road Charsi Khana Area Babaudin along Amam Khord Street Amam Kalan-Sail board Kocha Khanaqa Canal Khanaqa Riverside Sarai Safid 2 Jolokai Canal Ammam Khord Canal New City Governors Office-Rahmat-Abad District 2 3 Padshahi Canal Jolokai in District 3 Jolokai Canal in Boloch Mosque near the Bridge Jolokai Canal near Sarban Padshahi Dump Check Jolokai Dump Check Brick bridge near National Security Department

Complete demolition and reconstruction of 30 meters canal stone-masonry canal linings and 12 meter reinforced concrete canal Intake wall at the following locations: Dewana Khana Canal Side Jolokai

Activity Infrastructure Planning Applicable design studies, research and other pertinent data: The applicable design studies, research and pertinent data include the following:

Exiting or future Master Plans of Sar-e-Pul City As-built drawings, design criteria and design studies from original construction Previous Structural assessments or designs, evaluation of load bearing capacity Flood Plain analysis Economic and social baseline surveys around the canal

Applicable design codes, standards and specifications: The applicable design codes, standards and specifications shall be applied as follows:

15

IBC (International Building Code) for safety, structural, and fire and life safety provisions covering seismic engineering provisions, innovative construction technology, and the latest industry standards in material design NAISC (North American Industrial Classification System) for Dredging (e.g., canal, channel, ditch, waterway)

Activity Infrastructure Design The canal underwent an accelerated eutrophication due to the flash flooding in June 2012. Therefore there was an increase in vegetation, which had not been removed over the years. And now that the canal is to undergo mechanical dredging and contruction works there will be more disturbances to the canal flow and water level controls. Based on the intended purpose of this activity, the general design critiera including minimum loads, flows or volumes, dimensions, capacities and sizes have been considered and developed. The design consideration includes the following:

1) Potential Environmental Impacts and Mitigation Measures


Location of construction camps erosion and sedimentation control conditions situation of fuel storage, refuelling and machinery maintenance dust prevention construction waste and debris management health, safety and public protection measures nuisance and other inconvenience Issues monitoring

1) Permits and Legal considerations


permits obtain by the infrastructure owner/Sar-e-Pul Municipality disposal of dredge materials indicated by the Sar-e-Pul municipalty environmental screening and mitigation measurement plan to be conducted, compiled and managed by both DAI/RU-N and Sar-e-Pul Municipality

2) Site investigation

hydrological surveys and mapping covering the entire area to be dredged, including slope areas and any areas of potential sloughing map of disposal area Characteristics of areas to be dredged showing hydrographic conditions including direction and estimated velocities of flows, tidal range. Other meteorological data such as temperature, winds, fog and ice conditions Payment method of dredging

3) Project depth determined by Sar-e-Pul Municipality 4) Overdepth dredging considerations

16

Overall depth allowances Designed overdepth Mandatory maximum dredged depth

5) Overwidth dredging considerations

dredging to excess width to provide advance maintenance to compensate for silting or sloughing of side slopes Profitability use of dredging materials for landfills, etc Environmental considerations including control of discharge, control of disturbed sediment in dredged area, and polluted sediments

6) Dredging methods
Selection of method (mechanical or manual) based on capacity and depth considering the character of materials to be handled, weight, and cohesion; and loadings on the barge and their effect on stability and structural strength.

7) Canal Linings efficient use of land and water resources


type of strata conveyance of water, uniform flow and control of seepage surface type and resistance and command area and optimal section of the canal average velocities, existing slope conditions cost structure

8) Canal Intake
overall hydrologic, environmental, geotechnical and economic factors water availability bathymetry and sediment transport environmental regulations and climatic conditions constructability and initial and maintenance dredging requirements operation and maintenance

Based on the listed design considerations, the following scope of works was developed:

1. Use of manpower (skilled and unskilled) to remove floating organic materials, etc
from the canl linings, slopes and water to achieve maximum allowable flow and control

2. Use of machineries (excavator, loader, dump trucks) to remove sediments and


mud from canal floor to improve water floor and water level efficiency to achieve overall depth and width allowances

17

3. Use of machineries and skilled and unskilled manpower to demolish and remove
damaged canal linings and intake walls and reconstruct stone masonry linings and reinforced concrete intake respectively to ensure water is conveyed uniformly without seepage, etc.

4. The works is designed to be completed within 60 (sixty) working days including 30


(thirty) days for manual works and 60 (sixty) days for mechanical dredging and reconstruction works The technical designs were developed and reviewed and approved by the infrastructure owner (Municipality authorities of Sar-e-Pul). See Appendix 5.0 for Design Review Log. Construction permit for the design and construction of the subproject has been granted or authorized by the appropriate permitting authorities. The canal dredging and protection walls subproject design has been thoroughly reviewed with several feedbacks provided by the infrastructure owner and project client. The infrastructure owner and project client have approved the subproject activity documents. Activity Construction and Construction Management The procurement strategy and solicitation type and method was discussed with the Grant, Subcontract and Compliance Manager and approved by the COP. Technical specifications and requirements, including estimates, are complete, accurate, and realistic. The design and bidding information respectively are well defined and realistic enough for bidders to prepare realistic and responsible technical and cost proposals. Considering the options appropriate for the construction of this subproject, the acquisition strategy applied is the Design-Bid-Build (DBB) delivery method. This canal dredging and construction subcontract type shall be Firm Fixed-Price Purchase Order. This strategy outlines the fitting risk sharing, incentives for performance, and reduces potential cost overruns, etc. The selection method is sealed bidding and the lowest price technically acceptable. The private sector has the capacity for understanding the requirements, estimating cost and times, handling the value of procurement envisaged, and managing within a firm fixed price subcontract agreement. The procurement officer has been supported with the requisition process. The notices for solicitation have been released, bid evaluation committee established and bids received, opened and evlauted and offerer selected for subcontract. The Subcontract has been signed and pre-construction conference and kickoff completed and the subcontractor issued the Notice to Proceed. Construction had to be delayed for 10 days due to the construction of one section of the works (20m stone masonry canal lining) by another contractor from another partner (UNODC). It has been difficult to determine where the fault for this originated, but it has been concluded that due to defaults in field coordination between the Sare-Pul Governor and Mayor and RU-Ns Municipality team may be the reason thereof for this setback. However, the problem was resolved by reducing this portion of works from within the total value and scope of works of RU-N Sub-contractor for this activity.

18

The canal construction and construction management works are ongoing. Infrastructure Completion The infrastructure completion information shall be included in this document upon completion of ongoing construction and construction management works.

19

Road and Culverts Rehabilitation & Improvement Works

Activity Identification:

20

Initial Plan - Roads After the initial assessment of the roads it was planned that 6 kilometers of roads will be repaired. The roads included:

Khurd Shrine road Municipality road Lilami road Mandawi road Khurih Abad School road Access roads between Education Department and Hag Shadiq Mosque Road between Gudan road and back side of Mahbas Road between the Governors office and Public Park Road running from Public Hopsital to Teachers Training Institute Road running west, north and east of Public Hospital Road running west of Mosque in Sar-e-Pul New town to market area Road running east to Mosque in Sar-e-Pul New town to market road junction Road running from Mosque junction in Sar-e-Pul New town and along the family park area Road between market area and family park in Sar-e-PUl New town

Initial Plan Culverts After the initial assessment it was planned to identify between ten to twenty damaged road culverts in Sar-e-Pul city and carry out repairs. The cuvlverts would be reinforced concrete box culverts and located within the vicinity of roads identified under this subproject. New Plan Roads and Culverts After another assessment it was agreed the subproject would repair critical or worst damaged sections of the roads including roadside dicthces. It was also agreed that culverts along the critical road sections would be reconditioned or rebuild respectively. After a detailed assessment it was planned to combine the road works and culverts works into one single work package, as all activities would be along the roads or streets of the city. Specifcally the works shall include road surface preparation including scarification, grading, sub-base and base construction, and new surface coursing. Other tasks include the reshaping of 2640 meters of roadside ditches and the reconstruction of RCC box culverts (4 nos. 0.6mx0.6m, 3 nos. 1mx1m, and 1 nos. 2mx2.5m). The roads shall undergo extensive cutting and filling and scarifying of 120mm of existing materials, and grading, leveling, watering and compaction of existing gravel road sections as listed below. Other works shall include the supply, transport, placement and compact of road sub-base, base and shoulders.

21

The road works is conducted along a distance of 2.6 kilometers in four (4) sections of Sar-e-Pul City, using unskilled workers and machineries/equipment at the following locations:

Lilami Road 320m Emam e Khurd Shrine Road 1280m Between the Governors office and Public Park 450m Between Gudan road and back side of Mahbas 520m

Activity Infrastructure Planning Applicable design studies, research & other pertinent data: The applicable design studies, research and pertinent data include the following: Topography surveys Flood Plain analysis Rainfall data and drainage studies Hydrologic studies of creek/river crossing Geotechnical surveys Traffic studies Land use Current & proposed Right of ways Existing or future Master Plans for Sar-e-Pul City Municipality As-built drawings, design criteria and design studies from original construction Previous Structural assessments or designs, evaluation of load bearing capacity Economic and social baseline surveys along the roads Master transport plans and policies

Applicable design codes, standards and specifications: The following applicable design codes, standards and specifications shall be applied: Ministry of Rural Rehabilitation and Development and Ministry of Public Works Standards, (latest edition) ASTM D422 - Standard Test Method for Particle-Size Analysis of Soils ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D1883 - Standard Test Method for CBR (California Bearing Ratio) of Laboratory-Compacted Soils IBC (International Building Code) for safety, structural, and fire and life safety provisions covering seismic engineering provisions, innovative construction technology, and the latest industry standards in material design Applicable codes, standards and specifications of the Federal Highway Administration (FHWA) and American Association of State Highway and Transportation Officials (AASHTO)

22

Activity Infrastructure Design During the flood in Sar-e-Pul city gravel roads absorbed so much water on the steep parts and the road camber to shed water become poor, allowing water to remain on the road, creating maximum potential for damage from washouts. This water caused increased damage all along the roadway. Also the roads were easier to damage because of the long absence of grading thereby becoming steep, creating no flow of water from the roads. Coupled with this, vehicles caused movement of gravels due to braking and wheel spinning action. Based on the intended purpose of this activity, the general design critiera, the traffic loads and volumes, driving surface crowning, shoulder area slopes direction, driving surface edges, ditch, capacities and basic shape of the cross section, and seives for grade, sub-base, base and surface aggregate have been considered and developed. The design consideration includes the following:

1) Potential Environmental Impacts and Mitigation Measures


Location of construction camps erosion and sedimentation control conditions drainage features borrow pits and collection areas management situation of fuel storage, refuelling and machinery maintenance dust prevention construction waste and debris management health, safety and public protection measures nuisance and other inconvenience Issues monitoring

2) Earthworks
Cutting of earthwork and rock construction of embankment and subgrade surface drains

3) Granular sub-bases, bases & surfacings


subgrades granular sub-base gravel/soil-aggregates base & surface course soil for improved subgrade/sub-base shoulder construction local materials for road construction materials for stabilised soil sub-base Grading requirements for approved target grading, tolerances and coarse sand ratio Granular sub-bases, bases & surfacings

4) Road Reinforced Concrete Culverts 23

Minimum strength requirements Material type and construction method Span and shape Bedding and invert protection

5) Other areas of concern


dealing with corrugation or washborading shaping of intersections and bridge approaches intersection with paved roads superelevation/banking at/of curves drainages, ditches, culverts and bridges and underdrain

Based on the listed design considerations, the following scope of works was developed:

1.

Use of road equipment (grader, excavator, roller, compactor, etc.) to excavate, prepare, and scarify grade, sub-base and base and new surface coursing for 2.6 kilometers of gravel road

2. 3.

Use of road equipment (grader, excavator, etc.) to excavate, prepare, and reshape 2640 meters of roadside ditches Use of skilled and unskilled manpower to demolish and remove damaged box culverts and reconstruct and cast-in-place reinforced concrete box culverts of sizes 06.mx0.6m (4 nos.), 1mx1m (3 nos.), and 2mx2.5m (1 nos.).

4.

The works is designed to be tendered and subcontracted in two work packages and completed within 180 (sixty) working days including 120 (one hundred-twenty) days for work package 1 (1.280 Km roads and 2 box culverts) and 180 (one hundred-eighty) days for work package 2 (1.320 Km roads, 2640m roadside ditches, 6 box culverts) respectively

5.

The works is designed to be completed within 96 (ninety-six) working days including preparation, filling, scarifying, grading and surfacing and testing and commissioning works The technical designs were developed by DAI/RU-N engineering department and approved and reviwed by DAI/RU-N engineering director and project management capacoty building advisor, and approved by the infrastructure owner (Municipality authorities of Sar-e-Pul). See Appendix 5.0 for Design Review Log. Construction permit for the design and construction of the subproject has been granted or authorized by the appropriate permitting authorities. The roads, roadside ditches and box culverts designs have been thoroughly reviewed with several feedbacks provided by the infrastructure owner and project client. The subproject activity documents have been approved by the infrastructure owner and project client. Activity Construction and Construction Management

24

The procurement strategy and solicitation type and method was discussed with the Grant, Subcontract and Compliance Manager and approved by the COP. Technical specifications and requirements, including estimates, are complete, accurate, and realistic. The design and bidding information respectively are well defined and realistic enough for bidders to prepare realistic and responsible technical and cost proposals. Considering the options appropriate for the construction of this subproject, the acquisition strategy applied is the Design-Bid-Build (DBB) delivery method. This roads and culverts rehabilitation subcontract type shall be Firm Fixed-Price Purchase Order. This strategy outlines the fitting risk sharing, incentives for performance, and reduces potential cost overruns, etc. The selection method is sealed bidding and the lowest price technically acceptable. The private sector has the capacity for understanding the requirements, estimating cost and times, handling the value of procurement envisaged, and managing within a firm fixed price subcontract agreement. The procurement officer has been supported with the requisition process. The notices for solicitation have been released, bid evaluation committee established and bids received, opened and evlauted and offerer selected for subcontract. The Subcontract shall be signed and pre-construction conference and kickoff completed and the subcontractor issued the Notice to Proceed. Infrastructure Completion The infrastructure completion information shall be included in this document upon completion of ongoing construction and construction management works.

25

Flood Wall Reconstruction Works

26

Activity Identification: During the initial assessment no flood wall was considered as the flow control of the stream was considered satisfactory with no harm to the footbridge. However, after another assessment by the Sar-e-Pul tevhnical support team from MRRD/NABDP-North, it was observed that soil near and around the existing proposed wing wall of the proposed footbridge would overtime become unstable by any increase in the water flow and level and would therefore become an active force to the footbridge wing wall. To resolve this there is required the construction of a wall to retain the soil and also control the water flow from flowing behind the wing wall of the footbridge. The flood/retaining wall will be located near the proposed reinforced concrete footbridge in Chamray, Sar-e-Pul city. The wall shall be 44.5 meters long and 8m high. It shall be constructed using unskilled workers at the following location:

Northeast of Sar-e-Pul Municipality offices in Charmgry, Sar-e-Pul City

Activity Infrastructure Planning Applicable design studies, research & other pertinent data: The applicable design studies, research and pertinent data include the following: Topography surveys Flood Plain analysis Rainfall data and drainage studies Hydrologic studies of creek/river crossing Geotechnical surveys Traffic studies Existing or future Master Plans for Sar-e-Pul City Municipality As-built drawings, design criteria and design studies from original construction Previous structural assessments or designs, evaluation of load bearing capacity Economic and social baseline surveys along the canal Master transport plans and policies

Applicable design codes, standards and specifications: The applicable design codes, standards and specifications shall be applied as follows:

27

Ministry of Rural Rehabilitation and Development and Ministry of Public Works Standards, (latest edition) Indian Standard (IS):1888-1971-Methods of load tests on soils. Indain Standard (IS):892-1962-Code of Practice for site investigations for foundations. Indian Standard(IS):1893-1975-Criteria for earthquake resistant design of structures American Society for Testing and Materials (ASTM) Standard 1371 National Concrete Masonry Association (NCMA) Standards applicable, American Association of State Highway and Transportation Officials (AASHTO) Specifications applicable. IBC (International Building Code) for safety, structural, and fire and life safety provisions covering seismic engineering provisions, innovative construction technology, and the latest industry standards in material design

Activity Infrastructure Design During the flood in Sar-e-Pul city the existing canal retaining/flood wall underwent serious damages due to obastacles flowing in the water thereby creating significant lateral soil pressure and low lateral passive resistance of the soil. Also the proposed footbridge to be constructed near the wall will have no resistance to water flowing along its embankment if the wall is not contructed to retain both the lateral soila and water flowing in the canal. Based on the intended purpose of this activity, the general design critiera, the stability of soil around the wall; the stability of the retaining wall itself; the structural strength of the wall; the magnitude of the earth pressure which will be exerted on a wall; and the damage to adjacent structures due to the wall construction have been considered and developed. The design consideration includes the following:

1) Potential Environmental Impacts and Mitigation Measures


Location of construction camps erosion and sedimentation control conditions situation of fuel storage, refuelling and machinery maintenance dust prevention construction waste and debris management health, safety and public protection measures nuisance and other inconvenience Issues monitoring

2) Basic Loading
basic pressure loading including normal loading or static earth pressure, water pressure and pressure due to live loads or surcharge possible occurrence of other design cases caused by construction sequence or future development of surrounding areas additional surcharges the effect of excavation on the wall bearing capacity unit length of the cross-section of the wall and retained soil

28

3) Support of existing fills slopes


Fill slopes end tipped or inadequately compacted

4) Soil Properties
estimation of soil properties of natural ground and backfill determination of ground water levels visual examination of the materials

5) Selection and use of backfill


final choice of material based on the costs and availability provision of drainage to prevent the built-up water pressure drainage measures to prevent build-up of water pressure 6) Earth Pressure lateral deformations the nominal load due to live load surcharge

7) Effect of water
hydrostatic pressure including rising height of water in the backfill and the volume of flow ground water conditions the effect of leakage from services

8) Stability of Retaining walls


Moments or forces aiding stability and causing instability Factors of safety for sliding of the wall outwards from the retaining soil, overturning of the retaining wall about its toe, foundation bearing failure, and larger scale slope or other failure in the surrounding soil

9) Other Considerations
materials type type of wall design or on-site placement drainage foundations cant or batter anchors or "deadmen

29

Based on the listed design considerations, the following scope of works was developed:

1. The construction of a stone masonry flood protection wall with the height of 8
meters and length 45.5 meters

2. The wall shall be located at Charmgry, South of the Sar-e-Pul Municipality


offices and North of the Sar-e-Pul Telecommunication Department

3. Works shall include the demolition and removal of debris, the diversion of flow
and bailing out of water, excavation of foundation, pouring of plain cement concrete and other concrete works and construction of 45.5 meters stone masonry flood protection walls

4. The works is designed to be completed within 72 (seventy-two) working days


for preparation, demolition, water diversion, excavation, casting, laying, pointing, backfilling and testing and commissioning works The technical designs were developed by Sar-e-Pul technical support team (MRRD/NABDP-North) and reviewed by the Quality Management Office of the Ministry of Rural Rehabilitation and Development - Kabul and DAI/RU-N engineering director and project management capacity building advisor respectively, and approved by the infrastructure owner (Municipality authorities of Sar-e-Pul). See Appenmdix 5.0 for Design Review Log. Construction permit for the design and construction of the subproject has been granted or authorized by the appropriate permitting authorities. The flood wall design has been thoroughly reviewed with several feedbacks provided by the infrastructure owner and project client. The subproject activity documents have been approved by the infrastructure owner and project client. Activity Construction and Construction Management The procurement strategy and solicitation type and method was discussed with the Grant, Subcontract and Compliance Manager and approved by the COP. Technical specifications and requirements, including estimates, are complete, accurate, and realistic. The design and bidding information respectively are well defined and realistic enough for bidders to prepare realistic and responsible technical and cost proposals. Considering the options appropriate for the construction of this subproject, the acquisition strategy applied is the Design-Bid-Build (DBB) delivery method. This flood wall reconstruction subcontract type shall be Firm Fixed-Price Purchase Order. This strategy outlines the fitting risk sharing, incentives for performance, and reduces potential cost overruns, etc. The selection method is sealed bidding and the lowest price technically acceptable. The private sector has the capacity for understanding the requirements, estimating cost and times, handling the value of procurement envisaged, and managing within a firm fixed price subcontract agreement.

30

The procurement officer has been supported with the requisition process. The notices for solicitation have been released, bid evaluation committee established and bids received, opened and evlauted and offerer selected for subcontract. The Subcontract has been signed and pre-construction conference and kickoff completed and the subcontractor issued the Notice to Proceed. Flood protection wall construction and construction management works are ongoing. Infrastructure Completion The infrastructure completion information shall be included in this document upon completion of ongoing construction and construction management works.

Reinforced Concrete Footbridge Reconstruction Works

31

Activity Identification: Generally the works shall include demolition works, site preparation, water diversion, earth works, and cast-in-place construction works of substructure including abutements and wing walls, and superstructure including bridge deck, structural members and parapets such as bridge railings, handrails, sidewalk, and drainage features and diaphragms. The Works shall specifically be as follows: Demolition of damaged existing pedestrain footbrdige and the reconstruction of a 20 metere simple span reinforced concrete pedestrain footbridge at the following location:

Northeast of Sar-e-Pul Municipality offices in Charmgry, Sar-e-Pul City

Activity Infrastructure Planning Applicable design studies, research & other pertinent data: The applicable design studies, research and pertinent data include the following: Topography surveys Flood Plain analysis Rainfall data and drainage studies Hydrologic studies of creek/river crossing Geotechnical surveys Traffic studies Existing or future Master Plans for Sar-e-Pul City Municipality As-built drawings, design criteria and design studies from original construction Previous structural assessments or designs, evaluation of load bearing capacity Economic and social baseline surveys along the bridge Master transport plans and policies

32

Applicable design codes, standards and specifications: The applicable design codes, standards and specifications shall be applied as follows: Ministry of Rural Rehabilitation and Development and Ministry of Public Works Standards, (latest edition) Indian Standard (IS):1888-1971-Methods of load tests on soils. Indain Standard (IS):892-1962-Code of Practice for site investigations for foundations. Indian Standard(IS):1893-1975-Criteria for earthquake resistant design of structures American Society for Testing and Materials (ASTM) Standard 1371 National Concrete Masonry Association (NCMA) Standards applicable, American Association of State Highway and Transportation Officials (AASHTO) Specifications applicable. IBC (International Building Code) for safety, structural, and fire and life safety provisions covering seismic engineering provisions, innovative construction technology, and the latest industry standards in material design

Activity Infrastructure Design During the flood in Sar-e-Pul city the existing footbridge got destroyed. The floods removed the existing footbridge along with significant amount of earthen embankment. During assessment it was realized that the footbridge be reconstructed with a design objective to build back a better and stronger flood-resistant structure using reinforced concrete abutements and decking with deeper foundation to avoid scouring. Based on the intended purpose of this activity, the general design critiera, the vertical loads from self weight of deck, live loading conditions, the weight of the fill actions on the footings and horizontal loads from temperature, creep movements, wind, and the breaking and skidding effects of motorcycles and cart wagons, and horizontal pressures exerted by the fill material against the abutment walls have been considered and developed. The design consideration includes the following: 1) Potential Environmental Impacts and Mitigation Measures


2)

Location of construction camps erosion and sedimentation control conditions situation of fuel storage, refuelling and machinery maintenance dust prevention construction waste and debris management health, safety and public protection measures nuisance and other inconvenience Issues monitoring Safety, Serviceability, economy and appearance -

33

concerning structural collapse and capability to carry required loading concerns against local deterioration/failure, excessive deflection or vibration minimal demands on labour and capital costs to construct, operate and maintain overall look and pleasantry 3) Effect of water

hydrostatic pressure including rising height of water in the backfill and the volume of flow ground water conditions the effect of leakage from services 4) Stability of abutements and wing walls

Moments or forces aiding stability and causing instability Factors of safety for sliding of the wall outwards from the retaining soil, overturning of the abutement wall about its toe, foundation bearing failure, and larger scale slope or other failure in the surrounding soil 5) Other design considerations construction depth available including approach embankments condition of the bridge site based on soil survey, existing services, rivers and streams, and existing property and rights of way selection of bridge type based on span, deck type and skew length of structure, span to depth ratio, continuity over supports and differential settlement substructure including appraisal of piers, abutments and foundations earth pressures from the backfill material and weepholes surcharge from live loading hydraulic loads from saturated soil conditions expansion and or contractions Based on the listed design considerations, the following scope of works was developed:

1. The construction of a 20 meter span, 2.1 meter wide and 11 meters height
pedestrain footbrdige composed of reinforced concrete deck slab, girders, and diaphragms; stone masonry wing walls and 7mm welded handrails

2. The footbridge shall be located at Charmgry, South of the Sar-e-Pul


Municipality offices and North of the Sar-e-Pul Telecommunication Department

3. Works shall include the demolition and removal of debris, the diversion of flow
and bailing out of water, excavation of foundation, pouring of plain cement concrete, construction of stone masonry abutements and wing walls, construction

34

of reinforced concrete decking, girders, diaphragms and other concrete works, and fabrication and installation of metal railings, expansion joints, paintings, and backfillings 4. The works is designed to be completed within 120 (one hundred and twenty) working days including preparation, demolition, water diversion, excavation, casting, laying, pointing, backfilling and testing and commissioning works The technical designs were developed by Sar-e-Pul technical support team (MRRD/NABDP-North) and reviewed by the Quality Management Office of the Ministry of Rural Rehabilitation and Development - Kabul and DAI/RU-N engineering director and project management capacity building advisor respectively, and approved by the infrastructure owner (Municipality authorities of Sar-e-Pul). See Appenmdix 5.0 for Design Review Log. Construction permit for the design and construction of the subproject has been granted or authorized by the appropriate permitting authorities. The footbridge design has been thoroughly reviewed with several feedbacks provided by the infrastructure owner and project client. The subproject activity documents have been approved by the infrastructure owner and project client. Activity Construction and Construction Management The procurement strategy and solicitation type and method was discussed with the Grant, Subcontract and Compliance Manager and approved by the COP. Technical specifications and requirements, including estimates, are complete, accurate, and realistic. The design and bidding information respectively are well defined and realistic enough for bidders to prepare realistic and responsible technical and cost proposals. Considering the options appropriate for the construction of this subproject, the acquisition strategy applied is the Design-Bid-Build (DBB) delivery method. This footbridge reconstruction subcontract type shall be Firm Fixed-Price Purchase Order. This strategy outlines the fitting risk sharing, incentives for performance, and reduces potential cost overruns, etc. The selection method is sealed bidding and the lowest price technically acceptable. The private sector has the capacity for understanding the requirements, estimating cost and times, handling the value of procurement envisaged, and managing within a firm fixed price subcontract agreement. The procurement officer has been supported with the requisition process. The notices for solicitation have been released, bid evaluation committee established and bids received, opened and evlauted and offerer selected for subcontract. The Subcontract has been signed and pre-construction conference and kickoff completed and the subcontractor issued the Notice to Proceed. The footbridge construction and construction management works are ongoing. Infrastructure Completion The infrastructure completion information shall be included in this document upon completion of ongoing construction and construction management works.

35

36

Reinforced Concrete Vehicle Bridge Construction Works

Activity Identification: Generally the works shall include demolition works, site preparation, water diversion, earth works, and cast-in-place construction works of substructure including abutements, and superstructure including bridge deck, structural members and parapets such as bridge railings, handrails, sidewalk, and drainage features and diaphragms. The works shall specifically be as follows: Demolition of damaged existing vehicle brdige and the reconstruction of a 16 metere simple span reinforced concrete vehicle bridge at the following location:

Emman e Khurd Shrine road near the existing Khisti bridge and Khan Aqa Mosque in Sar-e-Pul City

Activity Infrastructure Planning Applicable design studies, research & other pertinent data: The applicable design studies, research and pertinent data include the following: Topography surveys Flood Plain analysis

37

Rainfall data and drainage studies Hydrologic studies of creek/river crossing Geotechnical surveys Traffic studies Existing or future Master Plans for Sar-e-Pul City Municipality As-built drawings, design criteria and design studies from original construction Previous Structural assessments or designs, evaluation of load bearing capacity Economic and social baseline surveys along the roads Master transport plans and policies

Applicable design codes, standards and specifications: The applicable design codes, standards and specifications shall be applied as follows: Ministry of Rural Rehabilitation and Development and Ministry of Public Works Standards, (latest edition) Indian Standard (IS):1888-1971-Methods of load tests on soils. Indain Standard (IS):892-1962-Code of Practice for site investigations for foundations. Indian Standard(IS):1893-1975-Criteria for earthquake resistant design of structures American Society for Testing and Materials (ASTM) Standard 1371 National Concrete Masonry Association (NCMA) Standards applicable, American Association of State Highway and Transportation Officials (AASHTO) Specifications applicable. IBC (International Building Code) for safety, structural, and fire and life safety provisions covering seismic engineering provisions, innovative construction technology, and the latest industry standards in material design

Activity Infrastructure Design During the flood in Sar-e-Pul city the existing bridge section from the northeast approach got destroyed. The floods created severe cracks and structural failures approxiamtely 16 meters stretching from the existing reinforced concrete wall near the existing brick bridge. During assessment it was realized that the section of the vehicle bridge be demolished and a new bridge be constructed with a design objective to build back a better and stronger flood-resistant structure using stine masonry abutements and reinforced concrete decking with deeper foundation to avoid scouring. Based on the intended purpose of this activity, the general design critiera, the vertical loads from self weight of deck, live loading conditions, and from the weight of the fill actions on the footings, and horizontal loads from temperature, creep movements, wind, and the breaking and skidding effects of vehicles, and horizontal pressures exerted by the fill material against the abutment walls have been considered and developed. The design consideration includes the following: 1) Potential Environmental Impacts and Mitigation Measures

38

Location of construction camps erosion and sedimentation control conditions situation of fuel storage, refuelling and machinery maintenance dust prevention construction waste and debris management health, safety and public protection measures nuisance and other inconvenience Issues monitoring

2) Safety. Serviceability, economy and appearance -

concerning structural collapse and capability to carry required loading concerns against local deterioration/failure, excessive deflection or vibration minimal demands on labour and capital costs to construct, operate and maintain overall look and pleasantry

3) Bearings and Joints Bearing type including materials, grade, seat, lamination, moldings, hardness, cover, compression type and placement joints including type, placement and method of construction

4) Other design considerations construction depth available including approach embankments condition of the bridge site based on soil survey, existing services, rivers and streams, and existing property and rights of way selection of bridge type based on span, deck type and skew length of structure, span to depth ratio, continuity over supports and differential settlement substructure including appraisal of piers, abutments and foundations earth pressures from the backfill material and weepholes surcharge from live loading hydraulic loads from saturated soil conditions

5) Effect of water

hydrostatic pressure including rising height of water in the backfill and the volume of flow ground water conditions the effect of leakage from services 6) Stability of abutements and wing walls

Moments or forces aiding stability and causing instability

39

Factors of safety for sliding of the wall outwards from the retaining soil, overturning of the abutement and wing walls about its toe, foundation bearing failure, and larger scale slope or other failure in the surrounding soil

Based on the listed design considerations, the following scope of works was developed:

1. The construction of a 16 meter span, 8 meters wide and 14.6 meters height
vehicle bridge composed of reinforced concrete deck slab, girders, and diaphragms; and stone masonry abutement and wing walls and 7mm welded handrails

2. The vehicle bridge shall be located at Emman e Khurd road near the existing
Khisti bridge and Khan Aqa Mosque in Sar-e-Pul City

3. Works shall include the demolition and removal of debris, the diversion of flow
and bailing out of water, excavation of foundation, pouring of plain cement concrete, construction of stone masonry wing walls, construction of reinforced concrete decking, girders, diaphragms and other concrete works, fabrication and installation of metal railings, paintings, and backfillings

4. The works is designed to be completed within 144 (one hundred forty-four)


working days for preparation, demolition, water diversion, excavation, casting, laying, pointing, backfilling and testing and commissioning works The technical designs were developed by Sar-e-Pul technical support team (MRRD/NABDP-North) and reviewed by the Quality Management Office of the Ministry of Rural Rehabilitation and Development - Kabul and DAI/RU-N engineering director and project management capacity building advisor respectively, and approved by the infrastructure owner (Municipality authorities of Sar-e-Pul). See Appenmdix 5.0 for design Review Log. Construction permit for the design and construction of the subproject has been granted or authorized by the appropriate permitting authorities. The vehicle bridge design has been thoroughly reviewed with several feedbacks provided by the infrastructure owner and project client. The subproject activity documents have been approved by the infrastructure owner and project client.

Activity Construction and Construction Management The procurement strategy and solicitation type and method was discussed with the Grant, Subcontract and Compliance Manager and approved by the COP. Technical specifications and requirements, including estimates, are complete, accurate, and realistic. The design and bidding information respectively are well defined and realistic enough for bidders to prepare realistic and responsible technical and cost proposals. Considering the options appropriate for the construction of this subproject, the acquisition strategy applied is the Design-Bid-Build (DBB) delivery method. This

40

vehicle bridge construction subcontract type shall be Firm Fixed-Price Purchase Order. This strategy outlines the fitting risk sharing, incentives for performance, and reduces potential cost overruns, etc. The selection method is sealed bidding and the lowest price technically acceptable. The private sector has the capacity for understanding the requirements, estimating cost and times, handling the value of procurement envisaged, and managing within a firm fixed price subcontract agreement. The procurement officer has been supported with the requisition process is ongoing. The notices for solicitation shall be released when and bids are received, opened and evlauted and offerer selected for subcontract. The Subcontract shall be signed and pre-construction conference and kickoff completed and the subcontractor issued the Notice to Proceed. Infrastructure Completion The infrastructure completion information shall be included in this document upon completion of ongoing construction and construction management works.

41

Construction Inspection and Testing Works

Activity Identification: Generally the works shall include inspection of slimp test process, documentation, and results, and collection of soila and concrete specimens and laboratory testing results evaluation, reproting and recommendations. The works shall specifically be as follows: Construction inspection related services, sampling, testing, and documentaion and QA/QC compliance monitoring of following sub projects activities:

42

Sar-e-Pul Post flood Assistance subproject inclduing: Roads, Side Ditch and Culverts Rehabilitation Works Footbridge Reconstruction Works Flood Protection Walls Reconstruction Works Vehicle Bridge Construction Works

Activity Infrastructure Planning Applicable design studies, research & other pertinent data: The applicable design studies, research and pertinent data include the following:

Field and office surveys QC and regulatory requirements surveys Principles and techniques construction and inspection certifications Local commercial testing laboratory survey and evaluation Testing data and reporting scope and content requirements Previous procedures, evaluation and testing applications Economic and social baseline surveys

Applicable testing codes, standards and specifications: The applicable design codes, standards and specifications shall be applied as follows: Ministry of Rural Rehabilitation and Development and Ministry of Public Works Standards, (latest edition) Indian Standard (IS):1888-1971-Methods of load tests on soils. American Society for Testing and Materials (ASTM) Standard 1371 American Association of State Highway and Transportation Officials (AASHTO) Specifications applicable. IBC (International Building Code) for safety, structural, and fire and life safety provisions covering seismic engineering provisions, innovative construction technology, and the latest industry standards in material design

Activity Infrastructure Design As construction and construction management activities get underway it becomes imperative that RU-N quality management and construction health, security and safety be put in place to assure and control quality and health and safety respecctively.

It is the responsibility of RU-N as construction project management of the subproject to ensure an internal repetitive cycle continuous processes is in place for this subproject and that all the subproject activities are consistent with RU-N and its client, and the infrastructure owners commitments to produce quality infrastructures to meet requirements of the contract, by measuring quality management; putting in place activity evidence to create confidence among all stakeholders that the activities are being performed effectively, and that all planned actions are being done to provide adequate confidence that infrastructure function, structural integrity and appearance will satisfy

43

the acceptable quality requirements; and that these set of activities intended to ensure that quality requirements are actually being met. Based on the intended purpose of this activity, the general construction inspection and test critiera, inclduing quality assurance plan, and quality control measures, procedures and processes, targeted management performance and test results have been considered and developed. The construction inspection and tests consideration includes the following: 1) Equipment inspection

engine oil condition filters (air, fuel, oil) condition coolant quality blow-bysStall or cycle-time leaks

2) Construction Inspection

concrete slump tests

3) Soil

california bearing ratio specific gravity density sand equivalent value moistire density relationship (proctor standard and method) in-place nuclear density testing sieve analysis (wash)

4) Aggregates sieve analysis for fine aggregates and finess module sieve analysis for caorse aggregates material finer than #200 sieve organic impurites in fine aggregates clay lumps and friable particles in aggregates specific gravity & absoprtion of fine aggregates and coarse aggregates unit weights and voids in aggregates soundness of aggregates los Angelse abraison tests determination of Crushed particles in aggregates fine material content pasing #200 sieve

5) Concrete Mix design

44

Compressive strength of cylinder speciemen Compressive strength of cube specimen Sampling and casting of specimen Temperature of feshly mixed concrete Making and curing speciment in laboratory Air content testing Compressive strength of cement/concrete mortar

Based on the listed construction inspection and test considerations, the following scope of works was developed:

1. The inspection of slump test procedures, processes and specimen for roads,
side ditch and culverts rehabilitation Works, footbridge reconstruction works, flood Protection wall reconstruction works and vehicle bridge construction works

2. The implementation of field and laboratory test, and recording and reporting
for roads, side ditch and culverts rehabilitation Works, footbridge reconstruction works, flood Protection wall reconstruction works and vehicle bridge construction works The technical spcifications were developed by DAI/RU-N engineering department and reviwed by DAI/RU-N engineering director and project management capacity building advisor respectively, and approved by the infrastructure owner (Municipality authorities of Sar-e-Pul). See Appenmdix 5.0 for design Review Log. Permit to conduct construction inspection and test of the subproject infrastructures has been granted or authorized by the appropriate permitting authorities. The construction inspection and test procedures, processes and specifications and standards have been thoroughly reviewed with several feedbacks provided by the infrastructure owner and project client. The subproject activity documents have been approved by the infrastructure owner and project client. Activity Construction and Construction Management The procurement strategy and solicitation type and method was discussed with the Grant, Subcontract and Compliance Manager and approved by the COP. Technical specifications and requirements, including estimates, are complete, accurate, and realistic. The design and bidding information respectively are well defined and realistic enough for bidders to prepare realistic and responsible technical and cost proposals. Considering the options appropriate for the construction of this subproject, the acquisition strategy applied is the Design-Bid-Build (DBB) delivery method. This construction inspection and testting subcontract type shall be Unit Price payment Purchase Order. This strategy outlines the fitting risk sharing, incentives for performance, and reduces potential cost overruns, etc. The selection method is sealed bidding and the lowest price technically acceptable. The private sector has the capacity for understanding the requirements, estimating cost and times, handling the value of procurement envisaged, and managing within a firm fixed price subcontract agreement.

45

The procurement officer has been supported with the requisition process is ongoing. The notices for solicitation shall be released when and bids are received, opened and evlauted and offerer selected for subcontract. The Subcontract shall be signed and pre-construction conference and kickoff completed and the subcontractor issued the Notice to Proceed. Infrastructure Completion The infrastructure completion information shall be included in this document upon completion of ongoing construction and construction management works.

46

CAPACITY BUILDING TRAINING PROGRAM

Overview

47

The objective of the capacity building training for Sar-e-Pul Municipality engineering department shall be to for the department staff to improve the implementation of its term of reference by understanding the fundamenetals of project management for construction and infrastructure and integrating this knowledge with construction management and engineering activities implemented by the department in support of the municipalitys infrastructure asset management framework. The training shall cover scenarios of basic infrastrure asset management and public works and include topics in project management and construction management. Project Manageemnt The project management training shall be to provide knowledge especially suitable for gaining a fundamental but solid grounding on project management, understanding the structured and integrated approaches, processes, tools and techniques that are applicable to managing phases in project life cycle. The objective is for the municipality engineers to learn the structured and integrated approach to initiating, planning, executing, monitoring & controlling and closing out projects, apply and relate project management to their work place, understand the role and selection of project manager as well as project organization structure & issues, project management methodologies, tools and techniques. The training shall cover the following topics:

balancing time, resources, results and quality developing the Work Breakdown Structure understanding Critical Path and Precedence Methods of time management how to implement a time schedule using Microsoft Project how to perform resource scheduling understand the importance of timeous monitoring developing personal skills critical to effective project management how to organise and improve performance understanding cost estimating and budgeting implementing basic change management how to identify, analyse and manage risk determining cost and schedule variance recognizing the essential qualities necessary in a project manger and learning how to develop the requisite skills understanding the essential elements of a contract

Construction Management Construction management will provide broad understanding of the major aspects of controlling the building processes such as construction operations, focusing on construction sites and challenging operations to run, and other issues such as the setting up of the site, selecting the methodology of construction, the sequence of work and resourcing, the management of changes and the increasing regulations that affect site management. The objective is for the engineers to understand construction planning and operations such as the issues and methods of successful administering construction safety,

48

quality and environmental planning, measurement and mitigation, and the management of relationships with third parties, selection of materials, waste management and sustainability. The training shall cover the following topics:

overview of construction industry comparing infrastructure asset management and public works construction management function and practices basic project planning, scheduling, and cost estimating using software such as AutoCAD and Rivet Architecture, etc the fundamentals of construction planning how to accelerate project construction time construction resource management basic construction contract methods and forms how to plan and manage construction equipment construction site human resource management site management health, safety and security construction productivity planning, progress calculation and reporting

49

CONCLUSION

EXECUTIVE CONCLUSION

50

In an attempt to test DAIs draft infrastructure management manual (IMM) the Sar-ePul Post flood Assistance Subproject implemented by DAI/RU-N program applied the manuals phases, procedures, work instructions, and forms and template to determeine its workability and value especially for infrastructure field work carried out by the organization. Overall the manula has been useful, but its lack of basic engineering considerations for design, estimation and construction applications, yet understandable as DAI is not an infrastrure design and construction company, still lacks the provisions such as quality management and change management, core to engineering management, and its integration with professional project management practives. Having considered this, it is also important to note that much assistance did come from the grant, subcontract and compliance department as well as the program department, suffocient enough to support, assist and guide the infrastructure management department in project management. During the implementation of this subproject the key issues was about quality and change management, which the manual does not address, but must be provided under a coaching or training program continuously in project life time to enable the engineers managing infrastructure subprojects to effectively manage cost, time, resources, risk and quality in an integrated subproject life cycle management approach. The IMM is basic and valuable in providing immediate impact of engineers in understanding the fundamentals of managing infrastructure subprojects, not only under DAI, but anywhere else required. The manual provides the guidance and practical applications suitable to construction management and project management for such architecture, engineering and construction activities.

51

Appendix

Appendix 1.0 Legal & Reguilatory Questionnaire

52

No . 1. 0 1 2 3

Question Engineering and Design Are engineers and/or architects registered and/or licensed? What is the procedure for licensure? How can licensure in good standing be verified? What is the legal definition for design liability and how is it applied?

Response

5 6 7 8 9 10

11 12 13

What are the design standards and/or codes? Is there an authority that determines and/or certifies who legally owns property? Is there a publicly accessible land cadastre? How are third-party claims to property addressed? Are there significant instances of competing claims to land or property? What is typical rule-of-thumb design costs expressed as a % of total construction costs in the country/region? What are the laws and regulations concerning involuntary resettlement and/or eminent domain? Is there a design requirement for independent design review? Where or who are appropriate sources for independent third-party design review?

No. Engineers and/or architects have to present their degrees/diplomas to show proof of the qualifications There is no procedure Engineers and/or architects have to present their degrees/diplomas and references to show proof of their good standing design risk, responsibility for design, redress when it goes wrong and the courts approach to the assessment of damages is all DAI/RAMP-Up-North responsibility Local NSP, International Building Code, Indian, British, Eurocodes and US Codes Yes. This is the responsibility of the infrastructure owner the Municipality of Sar-e-Pul for this subproject

Usually 15% - but not applicable to this subproject There are laws and there is always cost settelement There is but it is not applicable to this subproject The MRRD, NABDP

53

No . 2. 0 1 2 3 4

Question Permitting Requirements What are the permitting requirements for the types of projects anticipated? What other governmental approvals are required for construction? Are usage or occupancy permits applicable and will they be required? Is there a legal definition for the role of the utility or infrastructure owner in project permitting and supervision Construction Are construction firms registered and/or licensed? What is the procedure for registration? How can registration in good standing be verified? Is bonding for construction contractors available in country? Is professional liability insurance available in country? Are bank guarantees available? What are typical costs to obtain the various financial guarantees available in country? Health and Safety on Construction

Response

The Sar-e-Pul Municipality shall solicit all permits for land, design and construction A Confirmation Scope of Works by the Sare-Pul Municipality The Sar-e-Pul Municipality shall solicit all permits for land, design and construction The role of the infrastructure owner (Sat-ePull Municiplaty is make available land rights, design approvals and construction perimits and Yes Business registration and categorization Verifiying business certificates, company categorization certificates and references Yes Yes Yes 10-15% of contract value Sites Health & safety plan; construction sites free of unsanitary, hazardous, or other conditions; accident prevention, employers protective and emergency equipment Contractor, DAI/RU-N engineer & site inspectors, & infrastructure owner Yes

3. 0 1 2 3 4 5 6 7 4. 0 1

What are the occupational health and safety requirements for construction?
Who oversees requirements? Accessibility or enforces those

2 5. 0 1

Are there universal accessibility requirements for public buildings or other design requirements for access by persons with disabilities?

54

No . 2 3

Question Who oversees and enforces those requirements? When rehabilitating an existing structure, is there a requirement to bring the building up to standards outlined in the accessibility requirements, and at what threshold is this required? Disputes and Claims

Response Contractor and DAI/RU-N engineer and site inspector It is required the building be brought to accessibility requirements, and the treshold is that the site remian secure, healthy and safe and secure

6. 0 1 2

3 4 7. 0 1

How constructions claims are typically resolved or negotiated? What types of insurance, bonding, or Bid bonds, performance bonds, payment other financial guarantees are bonds, bank guarantee, available in country for both design retainage/withholding and constructions? What arbitration and/or mediation options are available and/or required? What is the realistic condition of the judicial system in enforcing contract law or remedying contract disputes? Construction subcontract and construction purchase order What changes must be made to the standard DAI construction subcontract template in order to be compliant with the host-country regulations and requirements? What changes must be made to the construction purchase order template? Documentation Where can we obtain copies of all the construction and environmental laws in English? Where can we obtain copies of permitting requirements in English? Where can we obtain copies of permit application forms? No changes

2 8. 0 1 2 3

None

Appendix 2.0 Subproject Environmental Screening Form and Environmental Mitigation Measures Plan

55

2.1 Canal Cleaning and Improvement 2.2 Roads and Culverts 2.3 Flood Wall 2.4 Footbridge 2.5 Vehicle Bridge Appendix 3.0 Subproject Level Risk Screening Form and Risk Register Sar-e-Pul Post Flood Assistance Project Appendix 4.0 Possible Design Studies Sar-e-pul Post Flood Assistance Project Type of Infrastructure Sub-project
Road Repair Rehabilitation or Rehabilitation of Existing Structures and Buildings New Construction Structure

Types of possible design studies


Topographic surveys Flood plain analysis Rainfall data or drainage studies, including storm frequency and runoff, as well as surface and subsurface drainage Hydrologic studies at river/creek crossings Soil and/or geotechnical surveys Traffic studies (i.e. traffic impact analysis, travel demand forecasts, usage, types of use, etc.) Land Use (commercial and public) around the road Rights of ways (current/proposed) Economic and social baseline surveys Master transport plans and policies Existing or future Master Plans As-built drawings, design criteria and design studies from the original construction Previous structural assessments or designs, evaluation of load carrying capacity Existing or future Master Plans Zoning City master plans or urban development plans Soil and/or geotechnical surveys, including calculation of soil bearing capacity Service and design loads Flood plain analysis Rainfall data or drainage studies for parking or low lying areas. Traffic patterns

Appendix 5.0 Design Review Log

56

Even though the risk screening consider Sar-e-Pul Post flood Assistance Project very significant risk, the various activities including 19.6 Km canal cleaning and construction improvements, 2.6 kilometers gravel road repairs, 8 units of RCC box culverts of various sizes, 44.5 meter flood wall reconstruction, 20 meter RCC pedestrain footbridge reconstruction and 16 meter RCC vehicle bridge construction, are not complex infrastructures; therefore not requiring the services of a design service provider nor a independent third-party design review team. The structural elements of the canal, roads and culverts are simplified geometry; subjected to minimum displacement, and idealized simple material behaviours; requires less complex suitable constitutive models theoretically and computationally; and shall undergo minimum excitations (forces and moments) exerted by the surrounding environments; thereby not necessarily requiring the involvement of a professional structural engineer by rather a civil engineer and or construction engineer. The canal, roads and culverts were designed by DAI/RU-N in-house engineering department and reviewed by DAI/RU-N engineering director and project management capacity building advisor (also a construction engineer). On the contrary, the flood wall, RCC footbridge and RCC vehicle bridge respectively, though with simplified geometry; are subjected to maximum displacement and deformation; subjected to undergo complex excitations (forces and moments) exerted by their surrounding environments; requiring the construction of complex suitable constitutive models theoretically and computationally challenging; and therefore requiring the involvement of a professional structural engineer. These structures were designed and reviewed by the Sar-e-Pul Municipality technical support team from the National Area Based Development Program North (NABDP-North) through the Quality Management Department of the National Ministry of Rural Rehabilitation and Development. Based on this the following information was gathered and logged: A. Genrally

1. The designs were not submitted within the amount of time as per the contract
because the design review team is located in Kabul, approximately 400 Km from the project location and the design review coincided with the national holidays (Eid)

2. All copies of designs are available in digital and multiple hardcopies 3. All drawings and technical specifications are accurately labeled with the project
name, number, location, and client name

4. All the materials specified can be obtained either near the subproject site, or within
Afghanistan and do not have to imported within the amount of time available; and all materials identified in the drawings and BOQ, are also addressed in the technical specifications, which is compatable to the specifications listed on the drawings B. Function 1. The function of all the structures and facilities of this project serves the primary expected purpose and use

2. The functions of the infrastructures satisfied the expected general design criteria,
including minimum loads, flows or volumes, minimum and/or maximum dimensions, and capacities or sizes; and is functionally well integrated with other nearby infrastructure

3. The materials specified in each infrastructure meet the expected quality goals 4. There are concerns about operations and maintenance of the infrastructure upon
completion, including availability of spare parts, and possible improper use by infrastructure users. This will be address by providing asic project management and

57

construction management training for Sar-e-Pul Municicpality Engineering Deprtment as well as enagaging the community in basic community asset management maintenance. C. Technical 1. Technical computations and calculations have been spot checked by the Quality Management Department of the National Ministry of Rural Rehabilitation and Development and DAI/RU-N Engineering Department; and the thought process behind the calculations is appropriate and mathematically correct, and the calculations was prepared with sufficient information included to justify resulting decisions. All assumptions, design criteria and available data are clearly listed and realistic, and sources listed with realistic results

2.

The technical design was checked by discipline, including structural, mechanical, civil, architecture, instrumentation etc., including loads, bearing capacities, moments, factors of safety, etc. Also there was cross checked between the
disciplines.

D. Code and Zoning 1. Designs are consistent with local and international design codes specified in the DAI contract; consistent with zoning requirements; and also accommodates persons with disabilities, and provide access to all persons, disabled or not disabled in compliance with required accessibility codes
E. Aesthetics and Appearance

1. End-users including the infrastructure owner are proud, happy, and satisfied with the
infrastructures finished appearance; and there are no visual characteristic that are problematic, creates confusion or dissatisfaction for beneficiaries or users, and the finished product is fit for the purpose and visually well integrated and coordinated with other nearby infrastructure
F. 1. Safety The design is consistent with local and international design codes, addressing all the health, fire, or safety issues addressed in the respective codes

G. Environmental and Social

1. The designs comply with the projects and the subprojects environmental
management and mitigation plan or EMMP, documenting the description of how to mitigate any existing dangerous or harmful materials (asbestos, lead paint, etc.); and extends beyond the original approved footprint of the subproject site, but does not affect any protected areas, land, or communities 2. The designs consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable; and have no unexpected side effects or impact on neighboring infrastructures or populations
H. Completeness

1. No pages in the design documents are missing, calls out detailed designs or
schedules, which are all present, including scale-provided drawings and details with all dimensions and unit of measure indicated. Based on the reference information provided above, see below design review Log for the subproject activities: 5.1 Canal Cleaning and Improvement 5.2 Roads and Culverts

58

5.3 Flood Wall 5.4 RCC Footbridge 5.5 RCC Vehicle Bridge

59

You might also like