Académique Documents
Professionnel Documents
Culture Documents
T
H
I
O
P
I
A
N
R QUALITY
O
A
D
MANUAL
S
A
U
T
H
O Volume 7A
R
I Maintenance
T Management
Y
(Administration)
March 2012
Quality Manual Ethiopian Roads Authority
Contents
Ref. No.
Volume 1 Quality Management and Monitoring
Foreword
Preface
Acknowledgements
Contents
Abbreviations
ERA Quality Systems
ERA Organisation Chart
1.1 Purpose of Quality Manual
1.2 User Guide
1.3 Procedures for Control and Revision of ERA Documents
1.4 Roles and Responsibilities of Quality Directorate
1.5 Quality Appraisal / Audit Methods and Procedures
Activity Schedule, List of Standard Form, Memos, Checklists
Standard Forms and Checklists Q1.01 - Q1.08
Appendix 1.1 Approved List of Manuals, Standard Documents, Procedures
Appendix 1.2 ERA Policy on Document Retention and Disposal
Appendix 1.3 ERA Quality Monitoring Committee, Memorandum of Objectives
Volume 2 Planning
Contents
Abbreviations
Activity Schedule, List of Standard Forms
Project Numbering System Q2.01
Road Classification Table Q2.02
Project Data Sheet Q2.03
Standard Format for Road Project Profile Q2.04
Budget Guidelines and Forms Q2.05 - Q.07
Traffic Survey Forms Q2.08 - Q.12
Economic Vehicle Costs Data Collection Form Q2.13
Volume 3 Procurement
Contents
Abbreviations
Procurement of Services
Activity Schedule and List of Standard Forms, Checklists
Standard Forms, Reports, Checklists, Memos and Letters Q3S.01 - Q3S.23
Procurement of Works
Activity Schedule and List of Standard Forms, Checklists
Standard Forms, Reports, Checklists, Memos, Letters Q3W.01 - Q3W.26
Abbreviations
BPR Business Process Re-engineering (within ERA)
CAC Contract Award Committee
CQM Cost & Quality Monitoring (Committee)
EIA Environmental Impact Assessment
EOI Expression of Interest
EMA Ethiopian Mapping Authority
EMP Environmental Management Plan
EPA Environmental Protection Authority
ERA Ethiopian Roads Authority
EVS Estimate Validation System
EFY Ethiopian Financial Year
IDA International Development Association (World Bank)
IRI International Roughness Index
IRR Internal Rate of Return
ISO International Standards Organisation
MOFED Ministry of Finance and Economic Development
MOT Ministry of Transport
NPV Net Present Value
PMUR Performance Monitoring and Units Rates Project
PAS Performance Appraisal System
PMS Pavement Management System
QSAE Quality Standards Authority of Ethiopia
QARISM Quality Assurance Road Inspection & Safety Management (Directorate)
RAP Resettlement Action Plan
RFP Request for Proposal
TAC Tender Assessment Committee
TAS Tender Analysis System
TOR Terms of Reference
WMS Works Monitoring System
WB World Bank
4. Soft copies are provided in MS Office Word format which should be used to create new letters,
memos and reports from the standard formats given. Adobe pdf formats shall be used as control
copies for reference purposes.
5. Forms can be directly copied either from the hard copy or the soft copy provided, and used without
the need for revision or addition
6. Every new project report shall be prepared using the standard format from the Quality Manual as the
base. (The use of previous project reports as a base is not allowed, as over time this leads to
unauthorised changes).
7. The original softcopies provided are read-only documents and should only be used to copy from, by
selecting the required text and copying and pasting into a new MS Word document. Headers and
footers should automatically copy and paste with the selected text
8. Header and Footers
i. Each standard form, memo, letter and report has a unique reference number that is shown as
a small footer. The footer where appropriate also includes a date reference indicating the
latest revision of the Quality Manual. These number and date references should be retained
and not deleted.
ii. The header for project and evaluation reports should be revised to include the name of each
project.
iii. Page numbering for reports should be added as a centred footer.
iv. The header for standard letters and memos should be deleted to conform to the standard ERA
layout for letters and Memos.
PERFORMANCE ACCOUNTABILITY
APPRAISAL ADMINISTRATIVE
PROCEDURES
Code of Ethics
QUALITY
The ERA Quality Manuals are very important in achieving quality for services. However, the Quality
Manuals should be applied in parallel with other systems if meaningful results are to be achieved. It
is also clear that commitment to a set of ethical rules and standards is also needed, and the ERA
Code of Professional Conduct and Ethics provides this. All ERA staff and service providers will be
required to commit to the code.
In addition to the Quality Manual, ERA has a full set of systems aimed at ensuring quality,
including:
1. Design Manuals
2. Technical Specification and Method of Measurement
3. Standard Detailed Drawings
4. Low Volume Roads Manual, Specifications and Bidding Documents
5. Pavement Management System (PMS)
6. Bridge Management System (BMS)
7. Estimate Validation System (EVS)
8. Tender Analysis System (TAS)
9. Works Monitoring System (WMS)
10. Performance Appraisal System (PAS)
The adoption of Quality Manual will be enforced through audits. Tools like WMS and EVS will
supplement the auditing and inspection aspect and also provide information to be analyzed so that
there is future improvement.
There will also be performance monitoring and evaluation of Consultants and Contractors, and
ERA contract management. Rating Consultants and Contractors and using past performance for
selection of future projects will encourage firms to strive for best service delivery.
Quality Cycle
Stage Activities Outputs Controls, Systems & Tools
PLANNING
Data Collection / Analysis Road Inventory / Condition Data Quality Manual Volume 2
Government Liaison Annual Plan Ministry of Finance & ED Directives
Budgeting Annual Budget PMS Procedures
Prioritisation 5 Year Plan WMS Reports
Project Selection Budget Management & Adjustment
PROCUREMENT
Tender Preparation Tender Documents Quality Manual Volume 3
Tender Process Evaluation Reports, TAS, EVS Output Public Procurement Directives
Tender Evaluation, TAS Input Contract Documents & Award Standard TORs, Tender Documents
Estimate Validation, EVS Input List of Suitable Firms (White list) PAS Reports
IMPLEMENTATION
Consultation Route Selection Quality Manual Volumes 4, 5, 6, 7
Contract Management (Design) Feasibility Studies Environmental, Social Directives
Contract Management (Works) Detailed Design and Eng Estimate Design Manuals
Works Monitoring, WMS Input EIA and RAP Standard Specifications and Drawings
Performance Evaluation, PAS Input Road and Bridge Completed Works
Road and Bridge Maintenance
CONTINUAL
DEVELOPMENT Feedback by ERA on controls etc. Updated Standard Design Manuals Quality Manual Volume 1
Q7A.01 Agenda Agenda for Kick-Off Meeting with Consultant Consultant RE PE (ERA)
Q7A.02 Agenda Agenda for Initial Site Meeting Consultant RE PE (ERA)
Q7A.03 Agenda Agenda for Site Progress Meeting Consultant RE PE (ERA)
Q7A.04 Format Minutes of Meeting Format Consultant RE PE (ERA)
Q7A.05 Report Format Monthly Status Report Consultant RE PE (ERA)
Q7A.06 Report Format Completion Report Consultant RE PE (ERA)
4. Technical Issues
a) Maintenance methods and proposals, critical areas to be addressed and lessons learned
from previous projects of similar nature.
b) Land acquisition issues (borrow areas)
c) Coordination with local authorities and key stakeholders
d) Any other technical issues
5. Financial Management
a) ERA to confirm format for Consultants invoicing process, supporting documents required,
and number of copies to be submitted
b) ERA to confirm IPC format supporting documents required, and number of copies to be
submitted
c) ERA to confirm Advance Payment process, supporting documents required, and number of
copies to be submitted
6. Quality Management
a) ERA to issue CD to Consultant and Contractor with current Quality Manual including
relevant design manuals and guidelines, and standard forms to be used
b) Procedures for site administration, Standard Forms in Volume 6 of ERA Quality Manual
c) ERA to advise Consultant on Performance Appraisal and Unit Rate Systems
7. Documentation
a) Documentation to be provided by ERA for the Consultant as per Terms of Reference
b) Requests for information from Consultant
c) Documentation to be provided by ERA for the Contractor, and per Works Contract
d) Requests for information from Contractor
i) Appointment of sub-contractors
6. Information Required
a) Requests for information or documentation from Contractor
b) Requests for information or documentation from Consultant
7. Quality Control
a) Joint Quality Control Programme from Contractor and Consultant, including test
requirements, test frequencies, location of tests on-site, site laboratory or external
laboratory, assignment of responsible persons for sampling, testing and reporting.
8. Environmental Management
a) HIV/AIDS Mitigation Plan
b) Submission of Environmental Management Plan, responsibility for preparation and timing
of submission
9. Financial Management
a) ERA to confirm format for submission of Interim Payment Certificates, supporting
documents required, and number of copies to be submitted
b) Contractors to submit cash flow forecast
c) Processing of advance payments
d) Insurance, guarantees, confirmation as per contract requirements (Consultant to provide
table showing dates of issue and validity for each item, and outstanding items.)
Apologies
Agreement of Minutes of Previous Meeting
1. Introduction
a) Matters arising from Section 1, Introduction of previous meeting
2. Mobilisation
a) Matters arising from Section 2, Personnel and Facilities of previous meeting
b) Personnel
i. Consultants mobilisation
ii. Contractors mobilisation
c) Insurance, CAR Policy, CPM, Third Party Insurance, Workmen Compensation, Vehicle
insurance (Consultant to ensure table showing dates of issue and validity for each item, and
outstanding items.)
d) Guarantees, Advance payment, Performance Security, Retention Guarantee (Consultant to
ensure table showing dates of issue and validity for each item, and outstanding items.)
e) Consultants facilities
f) Contractors facilities
g) Contractors materials
5. Public Coordination
a) Matters arising from Section 5, Public Coordination of previous meeting
b) Land acquisition (borrow pits)
c) Road management, diversions
d) Coordination with Local Authorities, local key stakeholders, etc.
7. Information Required
a) Contractor to provide an updated summary/register of information, design details, and
clarifications requested with
i. date of request
ii. date information provided
iii. comments on whether matter is closed or information is still outstanding
iv. requests for further information and clarifications since last meeting
9. Environmental Management
a) Matters arising from Environmental Management Section of previous meeting
b) HIV/AIDS Mitigation Plan and monitoring
Project Name:
Project No:
Venue:
Members Present
Apologies
Copies To
I. Contract Data
Dates
Notification of Award
Contract Signing Date
Commencement Date
Original Completion Date
Original Contract Period
Maintenance Period
EOT Approved (days)
Revised Completion Date
Actual Completion Date
Delay period (days)
Contract Amount
Liquidated Damages
Advance Payments
Price Adjustment to date
Interest on Late Payments
Value of Variations Approved
Payments to date (incl. advance)
Guarantees (Construction)
Performance Guarantee
Date Received
Expiry Date
Amount (Foreign Currency)
Amount (Local Currency)
Advance Guarantee
Date Received
Expiry Date
Amount (Foreign Currency)
Amount (Local Currency)
Physical Accomplishment
F. Y This Month This Quarter Cumulative F.Y. Total to date
% km % km % km % km % km
Plan
Actual
Actual/Plan %
Actual/Plan %
Linear Progress
This Month Total to end of Date
Item Description Unit Plan Actual Plan Actual Actual / Plan
No.
Quantity %
1
2
3
4
5
6
7
8
9
10
Totals to date
V. Delays/Problems Encountered
Identify and summarise key issues that may impact of the progress or cost of the works.
X. Disputes to Date
Provide a table giving details of any disputes
Table 9.1 Disputes
Item Date of
Description Remarks
No. Notification
Dates (Supervision)
Notification of Award
Contract Signing Date
Commencement Date
Original Completion Date
Original Contract Period
Contract Amount
Advance payments
Price Adjustment to date
Interest on Late Payments
Payments to date (incl. advance)
Guarantees (Supervision)
Advance Guarantee
Date Received
Expiry Date
Amount (Foreign Currency)
Amount (Local Currency)
Completion Report
CONTENTS
Abbreviations
1.0 Introduction
1.1 Introduction and Purpose
1.2 Project Description
1.3 Contract Data
1.4 Scope of Services and Objectives
2.0 Implementation
2.1 Consultant Inputs and Outputs
2.2 Cooperation and Coordination
3.0 Time and Budget on Works Contract
3.1 Approved Variations, Extensions of Time, Changes on Quantities
3.2 Works Contract Issues
4.0 Contract and Financial Management
4.1 Services Contract
4.2 Works Contract
5.0 Conclusions and Recommendations
Tables
Table 1.2.1 Project Description
Table 1.3.1 Contract Data, Works
1.0 Introduction
1.1 Introduction and Purpose
The Name of Financier/Donor has allocated funds through the Road Sector Development
Programme Phase IV (RSDP IV) for Consultancy Services for Construction Supervision for
Project Name.
The purpose of this report is to summarise any design or construction issues that caused cost or
time overruns on the works contract, and draw any conclusions and lessons learned for future
projects.
Road No (s)
Region(s) / Zone(s)
Length (km)
Length (km)
Start Point
End Point
Road Functional Classification
Road Surface
Type of Contract Remeasurement
Construction Type Backlog, Periodic, Recurrent
Contractor
Dates
Notification of Award
Contract Signing Date
Commencement Date
Original Completion Date
Original Contract Period
Maintenance Period
EOT Approved (days)
Revised Completion Date
Actual Completion Date
Delay period (days)
Guarantees (Construction)
Performance Guarantee
Date Received
Expiry Date
Dates (Supervision)
Notification of Award
Contract Signing Date
Commencement Date
Original Completion Date
Original Contract Period
Guarantees (Supervision)
Advance Guarantee
Date Received
Expiry Date
Amount (Foreign Currency)
Amount (Local Currency)
2.0 Implementation
2.1 Consultant Inputs and Outputs
Provide a comparison of actual inputs against those defined in the contract documents for:
Key professional staff
Equipment or facilities provided by Consultant
Equipment or facilities provided through the Works Contract
Duration of services
Comment on any issues that may have arisen during the contract with respect to adequacy of
inputs, and any solutions that were provided
What difficulties were encountered in carrying out the services and producing the required outputs,
e.g. in mobilisation and staff resources, availability of data and facilities, consultation with
stakeholders, security, etc. What was done to overcome any difficulties?
Summarise any contractor issues that caused delays to the works contract, giving causes and
comments.