road construction department - Information & Public Relations ...
road construction department - Information & Public Relations ...
road construction department - Information & Public Relations ...
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
ROAD CONSTRUCTION DEPARTMENT<br />
NAME OF WORK : Special repair of work of Chatra Bus Stand<br />
(NH-100) to Chatra DRDA Chowk Road under IAP<br />
R.C.D., Road Division, Chatra.<br />
ESTIMATED COST : Rs. 48,92,017.00<br />
DIVISION : Road Division, Chatra<br />
CIRCLE : Road Circle, Hazaribag<br />
SUB DIVISION : R.C.D. Sub Division-1, Chatra<br />
FINANCIAL YEAR : 2012-13<br />
STATE : Jharkhand
OFFICE OF THE EXECUTIVE ENGINEER<br />
ROAD CONSTRUCTION DEPARTMENT<br />
ROAD DIVISION, CHATRA<br />
NOTICE INVITING TENDER<br />
1. Sealed tenders on approved bill of quantity to be eventually drawn in PWD From-F2 will be<br />
received upto 3.00 PM on 19.05.2012 in the Office of the Chief Engineer (C), Road<br />
Construction Department, Jharkhand, Ranchi, Superintending Engineer, Road Construction<br />
Department, Road Circle, Hazaribag or Executive Engineer, Road Construction Department,<br />
Road Division, Chatra for the work . Special repair of work of Chatra Bus Stand (NH-<br />
100) to Chatra DRDA Chowk Road under IAP R.C.D., Road Division, Chatra will be<br />
opened by the officer receiving the tender in presence of the tenders or their authorised agent<br />
on the same day at 3.30 PM.<br />
2. (a) B.O.Q. may be received after payment of Rs. 5000.00 as cost (Non-refundable) of B.O.Q.<br />
from 18.05.2012 during office hours from office of the Chief Engineer (C), RCD, Jharkhand,<br />
Ranchi Superintending Engineer, Road Construction Department, Road Circle, Hazaribag or<br />
Executive Engineer, Road Construction Department, Road Division, Chatra. No B.O.Q. will<br />
be sold on the date of receiving the tender. The Bill of Quantity will be made available to the<br />
tenders on producing the certified copy of the registration and other relevant papers.<br />
(b) Other details can be seen in the office of the undersigned on any working day.<br />
3. Tendereres are required to deposit Earnest Money amounting to-<br />
Rs. 98000.00 on the estimated cost of Rs. 4892017.00<br />
4. Earnest money can be deposited in shape of 6 years N.S.C., 8 th issue, Bank Guaranty, Post<br />
offices time deposite pass book of 3/5 years from Jharkhand state duly pledged to the<br />
Executive Engineer, R.C.D., Road Division, Chatra in the specific work. Tenderers must<br />
enclosed Earnest Money in the said form with their bidding document, otherwise their<br />
tenders may be out rightly rejected, N.S.C. or other deposite furnished after the receipt of<br />
tender on specific date time will in no case be entertained.<br />
5. The work shall to be completed within 45 (Forty five) Days from the date of issue of the work<br />
order.<br />
6. No relaxation in depositing initial security money will be given.<br />
7. Tenderers should quote their rates (In figures and Words) on percentage basis on the amount<br />
mentioned on the B.O.Q. cutting and overwriting must be signed by the tenderers. The rate<br />
quoted less than 15% that of the amount of B.O.Q. calculated on the basis of current schedule<br />
of rates in absence of the same Analysis rate wherever applicable will not be entertained and<br />
tender will be rejected.<br />
8. The rate quoted by the tenderers should be inclusive of all taxes, royalty and other incidental<br />
charges.<br />
9. The contractors must furnish with their bidding document:-<br />
(a) The plants and machineries they posses for execution of work.<br />
(b) Experience they have with details of works and its locations.<br />
(c) Certificate if any about the capacity of Executive work.<br />
(d) Technical staff they have.<br />
Executive Engineer,<br />
R.C.D., Road Division,<br />
Chatra
fufonk dh ’krsZa<br />
1- os gh laosnd bl fufonk esa Hkkx ysa ldrs gSa tks >kj[k.M ljdkj ds leqfpr Js.kh esa fu;fer iFk<br />
fuekZ.k foHkkx ls fucfU/kr gSaA<br />
2- ifjek.k foi= ds Ø; gsrq fuEufyf[kr “krksZa dks iwjk djuk gksxk %&<br />
¼d½ fufonkdkjksa dks O;fDrxr :i ls igpku i= ds lkFk mifLFkr gksdj Lo;a dk gLrk{kj<br />
fd;k vH;kosnu nsuk gksxkA<br />
¼[k½ vH;kosnu ds lkFk vk;dj lQk;k izek.k i=] okf.kT; dj lQk;k izek.k i=] Je fucU/ku<br />
,oa LoPN pfj= izek.k i=ksa dk v|ru rFkk iFk fuekZ.k foHkkx] >kj[k.M ds leqfpr Js.kh<br />
esa fucU/ku dk vfHkizekf.kr izfr layXu djuk vfuok;Z gksxkA<br />
¼x½ ifjek.k foi= dk ewY; cSad MªkV ds :Ik esa dk;Zikyd vfHk;ark] iFk fuekZ.k foHkkx] iFk<br />
ize.My] prjk ds inuke ls Hkkjrh; LVsV cSad prjk dks Hkqxrs; gksxk] tks ykSVk;k ugha<br />
tk;xkA<br />
3- fufonkrk }kjk vxz/ku dh jkf’k fufonk vfHkys[k ds lkFk LFkkuh; Mkd?kj 6 o"khZ; jk"Vªh; cpr<br />
izek.k&i= ¼8 ok¡ fuxZe½ ;k 3@5 o"khZ; lkof/k tek Mkd?kj iklcqd tks fufonk izkfIr dh frfFk ls<br />
,d o"kZ rd oS) gks] dk;Zikyd vfHk;ark] iFk fuekZ.k foHkkx] iFk ize.My] prjk ds inuke ls<br />
izrkf'k+r ¼IysTM½ djkdj layXu djuk vfuok;Z gksxkA<br />
4- vkoaVu miyC/k jgus ij gh foi= dk Hkqxrku fd;k tk;xk] blds fy;s fdlh izdkj dk nkok ekU;<br />
ugha gksxkA<br />
5- l'krZ fufonk ekU; ugha gksxkA<br />
6- fufonk dh vU; 'krZsa fufonk ds lkFk layXu jgsxh] tks fufonknkrkvksa dks ekU; gksxhA<br />
7- fufonk fu"iknu ds rhu fnuksa ds vUnj ,djkjukek djuk vfuok;Z gksxkA<br />
8- dk;Z esa yxus okyk fuekZ.k laca/kh lHkh lkexzh laosnd dks Lo;a vkiwfrZ djuk gSA foHkkx }kjk dksbZ<br />
Hkh lkexzh ;k midj.k miyC/k ugha djk;k tk;sxkA<br />
09- dk;Z esa iz;qDr gksusokys fcVqesu xzsM VG - 30 ,oa beylu laosnd dks jk"Vªh;d`r rsy dEifu;ksa ls<br />
Lo;a dz; dj ykuk gksxkA fcVqesu izkIr gksrs gha 48 ?kaVs ds vUnj laosnd }kjk dk;Zikyd@lgk;d<br />
vfHk;ark dks Ø; dk nLrkosth izek.k&i= ds lkFk lwpuk nsuk vfuok;Z gksxkA laosnd dks izkIr<br />
foVqesu ds izeq[k fof’kf"V;ksa ;Fkk xzsM lksQfuax IokaUV] ?kqyu’khyrk dk mYys[k djuk vfuok;Z gksxkA<br />
fcVqesu dk mBko >kj[k.M jkT; fLFkr dk;Z LFky ls utnhfd fMiks ls gha ekU; gksxkA<br />
10- fufonkdkj ftl dk;Z ds fy;s fufonk ns jgs gSa os LFkkuh; dk;ZLFky dk fujh{k.k Lo;a dj ysa vkSj<br />
lHkh fLFkfr ls lUrq"V gksus ds ckn gh fufonk esa nj vafdr djsa vU;Fkk dksbZ nkok ekU; ugha gksxkA<br />
11- ljdkj }kjk fu/kkZfjr U;wure etnwjh dk vfuok;Z :i ls Hkqxrku djuk laosnd dh iw.kZ tokcnsgh<br />
gksxhA<br />
12- fufonk ,d fyQkQk i)fr ds vuqlkj izkIr fd;k tk,xkA<br />
13- laosnd }kjk fu"ikfnr fd;s x, dk;ksZa dk lHkh xq.k fu;a=.k tkWap fjiksVZ foi= ds lkFk lefiZr<br />
djus dsmijkar gh foi= dk Hkqxrku fd;k tk,xkA<br />
14- laosnd =qfV iw.kZ lkefxz;ksa dh vkiwfrZ] mldk mi;ksx ,oa fd, x, dk;ksZa] dk;Zenksa ds fy, Lo;a<br />
iw.kZr;k ftEesnkj gksaxsA<br />
15- dk;Z ls lacaf/kr fo’ks"k tkudkjh ize.Myh; dk;kZy;] prjk ls izkIr fd;k tk ldrk gSA<br />
16- jkSyj] gkbZMªksfyd ,ldsHksVj] fcVqesu Lizs;j bR;kfn gksuk vfuok;Z gSA<br />
17- oSls laosndksa ftudh dk;kZfUor ;kstuk N% ¼6½ ekg ls T;knk Time Over run gks x;k gS os bl<br />
fufonk esa Hkkx ugha ysaxsA<br />
18- leqfpr Js.kh ls ,d Js.kh mij ds fucaf/kr laosnd Hkh fufonk esa Hkkx ys ldsxsaA<br />
19- osolkbZV ls MkmuyksM fufonk Hkh ekU; gksxkA<br />
20- fcuk dkj.k crk;s fdlh ,d ;k lHkh fufonkvksa dks LFkfxr ;k jnn~ djus dk vf/kdkj v/kksgLrk{kjh<br />
dks lqjf{kr gksxkA<br />
dk;Zikyd vfHk;ark]<br />
iFk ize.My] prjkA
SPECIAL CONDITIONS<br />
1. The contractor should satisfy themselves fully with the nature and site of work before<br />
offering their tenders. Any ignorance afterwards will not be considered.<br />
2. Tenders without earnest money or insufficient earnest money will be out rightly rejected and<br />
there will be no in position on the body of the contractor statement.<br />
3. Contractors are required to furnish up to date tax clearance certificates in respect of I.T. &<br />
S.T. copy of registration of contract failing which their may be rejected.<br />
4. Conditionals tenders will not be accepted.<br />
(a) If the tenderers is company or firm, copy of partnership deed of attorney must be enclosed<br />
with the tenders.<br />
5. After approval of rate by the competent authority, contractor shall have to deposite the initial<br />
security money in shape of N.S.C. (Post office time deposite pass book) duly pledged to the<br />
Executive Engineer, R.C.D, Road Division, Chatra within 10 days from the date of receipt of<br />
the written order from the Engineer-In-Charge failing which earnest money will be forfeited.<br />
6. Authority reserves right to reject any or all of the tenders or to distribute the work among<br />
more contractors without assigning any reason.<br />
7. No claim for idle labour due to stoppage of work or non-supply of materials drawings and<br />
designs or any delay due to condition beyond the control of <strong>department</strong> shall be entertained.<br />
8. The contractor shall have to arrange necessary site for accommodation and the facilities.<br />
medical etc for their labours or other staff cost and initiatives as well and will abide by the<br />
labour rules enforces under labour act as amended from time to time.<br />
9. The contractor shall be fully responsible for any damage to loss to the public property due to<br />
negligence of their labours or other staffs and the damage shall be made good at their own<br />
cost.<br />
10. The specification of Road Circle, Hazaribag and I.R.C. specification shall be followed during<br />
the execution of the work. In case of any difference of opinion between the <strong>department</strong> and<br />
the contractor concerning works the direction and the orders of the Superintending Engineer,<br />
R.C.D., Road Circle, Hazaribag will be final and conclusive.<br />
11. No claim shall be entertained due to fluctuation in rates of labour and materials at any time<br />
during the period of the work.<br />
12. Materials recoverable or non recoverable (direct issued to work) shall be issued to the<br />
contractor on proper hand receipt. Recovering of cost of materials will be made for the gross<br />
quantity issued and not for the quantity consumed in proportion to the work billed for the<br />
materials issued in excess of requirement beyond the circle analysis the recovery of the cost<br />
of excess materials will be double the issue rates as stipulates in the agreement.<br />
13. The contractor deploying trucks for carriage of materials and other work shall be to abide by<br />
the latest rules of Motor Vehicle Act, Bihar.<br />
14. It will be obligatory on the part or the tenderers to keep his tender open for a period of 6<br />
months (180 days) from the date of opening of tender for acceptance.<br />
15. The contractor shall not be entitled to any claim or compensation for any loss sustained by<br />
him due to.<br />
(a) Natural Calamities.<br />
(b) Difficulties in procurement transportation and<br />
(c) Circumstances beyond the control of the state government.
16. "Site order book" with numbered pages and bearing the certificate of the E/I containing so<br />
much pages shall have to be maintained by the contractor at site of work and it will have to<br />
be produced to the E/I or inspecting authorities as desired for any instruction concerning the<br />
work. This shall be the properly of the Department after completion of the work.<br />
17. No work beyond agreement shall be executed by the contractor unless specifically ordered by<br />
the E/I in writing. Claim for extra work beyond agreement shall have to be submitted<br />
regularly otherwise it will as time barred and may be disallowed.<br />
18. The following materials will be supplied by the <strong>department</strong> on rate noted against each item. If<br />
available in stock Ex. R.C.D. Godown or state.<br />
(a) Bitumen (60/70) Supplied by Agency packed Rs. ………………… Per MT.<br />
Bulk Rs. …………………………..<br />
(b) Cement Supplied by Agency Rs. ………………… Per MT.<br />
(c) M.S. Rod (plain) Supplied by Agency<br />
(i) 6 mm dia @ Rs. ……………….. Per MT.<br />
(ii) 8 mm to 12 mm dia @ Rs……………….... Per MT.<br />
(d) Tor Rod Supplied by Agency<br />
(i) 8 mm dia @ Rs……………….... Per MT.<br />
(ii) 10 mm to 12 mm dia @ Rs……………….... Per MT.<br />
(iii) 16 mm to 36 mm dia @ Rs……………….... Per MT.<br />
(iv) 40 mm and above @ Rs……………….... Per MT.<br />
(e) On non return of empty bitumen drums and empty cement bags in R.C.D. godown of Road<br />
Division, Hazaribag on Rs.160.00 per drum and Rs. 3.00 per empty cement bag will be<br />
recovered respectively.<br />
19. On account of Income Tax 2.266% will be deducted from the Bill of the contractor for the<br />
contract value of more than Rs. 5,000/- vide Deputy Secretary to Government of Bihar<br />
P.W.D. Patna Letter No.- 1835 dated 02.02.73, 2% Sale Tax also be deducted form the bill<br />
of the Contractor, 1% will be deducted on the bill value as the building and other<br />
<strong>construction</strong> works welfare cess vide Letter No.- 3707(S), Ranchi dated 20.07.09 of<br />
Engineer-in-Chief, Road Construction Department, Jharkhand, Ranchi.<br />
20. On- non production of royalty clearance certificate necessary recovery on account of royalty<br />
chargers will be made from the bill of contractor at the rate presented by Mining Department.<br />
21. Notice Inviting Tender and special condition will be a part of the agreement.<br />
22. The progress of the work should strictly be maintained proportionately with respect to time of<br />
completion.<br />
Executive Engineer,<br />
R.C.D., Road Division,<br />
Chatra
SPECIAL CONDITIONS FOR SUPPLY OF MATERIALS<br />
1. Tenderes shall have to furnish samples of materials such as metal, stone chips and moorum<br />
etc. in sealed packets weighting not less than one Kg. with name of parties from which<br />
supplies will have to be made for approval & the supply for materials strictly confirming to<br />
the approval samples, will only be taken.<br />
2. Supply of Bricks shall be taken at site work and will be stacked in countable stacks as per<br />
direction of E/I which shall be approved by the competent authority.<br />
3. Supply of materials will always be taken in standard stack mentioned in the agreement or as<br />
directed by the E/I.<br />
4. The quantity of supply may increase or decrease as per requirement and direction of E/I.<br />
5. If the stacks of materials supplied do not confirm to the quality as per approved samples and<br />
size as per I.R.C. and circle specification they will be out rightly rejected and the contractor<br />
at his own cost will have remove these materials from the site failing which the materials<br />
would be thrown away by Departmental labour and the cost incurred shall be recovered from<br />
him.<br />
6. No credit will be issued by the <strong>department</strong> in any case.<br />
7. Supply shall be proportionate to the time of completion mentioned in the agreement.<br />
8. The supply should be uniform in the entire length or as directed by the E/I.<br />
9. Collection of materials will not allowed on the flanks unless written permission of E/I. in<br />
special circumstances.<br />
10. No stacks to materials should be consumed in the work they are measured on measurement<br />
book and duly checking officers.<br />
11. The contractor shall have to offer all the facilities to the <strong>department</strong>al officers at the time of<br />
supervision, measurement and checking to the hills and shall have to restack if desired by<br />
them.<br />
ADDITIONAL SPECIAL CONDITIONS<br />
1. Contractor will be held responsible for supply of defective materials and their use in work. In<br />
the case of contractors (doing work more than Rs. Ten Lakh) who have to employ their<br />
Junior Engineer/Assistant Engineer. If they will be doing defective work the concerned<br />
Junior Engineer/Assistant Engineer will be held responsible.<br />
2. Contractors having their own Hotmix Plant, Road Roller, Tar Boiler, Paver Tipper, Sprayer<br />
etc. will be given priority.<br />
3. laosnd dks iSDM fcVqesu 60@70 xzsM dh [kjhnkjh Hkkjr ljdkj ds fdlh miØe ls Lo;a djuh<br />
gksxh rFkk fcVqesu dh xq.koÙkk dk izek.k i= ,oa [kjhn dk izek.k i=@jlhn nsuk vfuok;Z gksxkA<br />
[kkyh fcVqesu Mªe ize.Myk/khu xksnke eas tek djus ds ckn gh muds }kjk dk;Z eas yxk, x,<br />
fcVqesu dk Hkqxrku fd;k tk;sxkA [kkyh fcVqesu Mªe laosnd dks ykSVkuk vko';d gSA [kkyh fcVqesu<br />
Mªe ugha ykSVkus ij :ñ 160-00 :ñ ek=½ dh nj ls foi= eas dVkSrh gksxkA<br />
4- laosnd dks fof'kf"V ds vuq:i Ordinary Port Land cement IS Gr.- 53 dk gh mi;ksx fd;k<br />
tk,xk ,oa [kkyh flesUV cksjk ize.Myh; xksnke esa ykSVkuk vko';d gksxkA [kkyh flesUV cksjk ugha<br />
ykSVkus ij 3-00 ¼rhu½ :ñ izfr [kkyh cksjk dh nj ls foi= esa dVkSrh gksxhA<br />
Executive Engineer,<br />
R.C.D., Road Division,<br />
Chatra
OFFICE OF THE EXECUTIVE ENGINEER<br />
ROAD CONSTRUCTION DEPARTMENT<br />
ROAD DIVISION, CHATRA<br />
1. Name of the Work : Special repair of work of Chatra Bus Stand (NH-<br />
100) to Chatra DRDA Chowk Road under IAP<br />
R.C.D., Road Division, Chatra.<br />
2. Amount of Bill of Quantity : Rs. 4892017/-<br />
3. Rate of be tendered by tenderer :<br />
(a) …………………………………… Percent above the amount of B.O.Q.<br />
(b) …………………………………… Percent below the amount of B.O.Q.<br />
(c) …………………………………… On B.O.Q rate.<br />
4. Time of completion of work………………………………………………………................<br />
5. E.M. Deposited vide ………………………………………………………………...<br />
………………………………………………………………...<br />
………………………………………………………………...<br />
………………………………………………………………...<br />
………………………………………………………………...<br />
6. Name and Address of the Tenderer ………………………………………………………...<br />
………………………………………………………...<br />
………………………………………………………...<br />
………………………………………………………...<br />
7. Registration:<br />
(a) Present Registration No. ………………………………………………………...<br />
(b) In the category of the Tenderer ………………………………………………………<br />
8. Income Tax and Sales Tax, Labour Licences Certificates<br />
Not :- Item Rate Quoted by the Tenderer will be rejected.<br />
9. Issued to Mr./Mrs. ………………………………………………………..........................<br />
………………………………………………………..........................<br />
Signature of the Tenderer
Name of Work: Special repair of work of Chatra Bus Stand (NH-100) to<br />
Chatra DRDA Chowk Road.<br />
Estimated Cost: 4892017.00<br />
Item<br />
No.<br />
Description Unit Quantity Rate<br />
1 Earth work excavation for <strong>road</strong> work in soil with<br />
hydraulic excavator of 0.9 cum bucket capacity including<br />
cutting and loading in tippers trimming bottom and side<br />
slops in accordance with requirements of lines, grades and<br />
cross sections and transporting to the embankment<br />
location with all lifts and lead upto 1000m including<br />
royalty @ Rs.15.00/m3 , cost of watering rolling and<br />
compaction.<br />
M3 910.00 67.67<br />
2 Water Bound Macadam Gr-III (53mm to 22.4mm)<br />
(Providing, laying, spreading and compacting stone<br />
aggregates of specific sizes to water bound macadam<br />
specification including spreading in uniform thickness,<br />
hand packing, rolling with vibratory roller 8-10 tonnes /<br />
Smooth 3 wheeled Steel Roller in stages to proper grade<br />
and camber, applying and brooming requisite type of<br />
screening/ binding Materials to fill up the interstices of<br />
coarse aggregate, watering and compacting to the required<br />
density.) A By Manual Means (iii) Grading- III (Using<br />
Screening Crushable type such as Moorum or Gravel) (a)<br />
Using Screening Crushable type such as Moorum or With<br />
Smooth 3 wheeled Steel Roller all complete job as per<br />
relevant clause of MORTH specification.<br />
M3 24.750 1165.05<br />
3 1 Prime coat (Providing and applying primer coat with<br />
bitumen emulsion on prepared surface of granular Base<br />
including clearing of <strong>road</strong> surface and spraying primer at<br />
the rate of 0.60 kg/sqm using mechanical means.) all<br />
complete job as per relevant clause of MORTH<br />
specification and direction of E/I.<br />
M2 165.00 24.10<br />
4<br />
Providing 50mm thick built up spray grout over bituminus<br />
surface in proper grad, camber or super elevation with<br />
stone aggregate conferming to physical properties and<br />
grading given in MOST table 500 - 7 (3rd revision)<br />
spraeading stone metal @ 0.66m 3 and bitumen @ 20kg<br />
/10m 2 with tack coat @ 5kg /10m 2 finishing with key<br />
aggregate 0.13 m 3/ 10m 2 in layer including cost of heating<br />
the aggregate and bitumen to required temperature with<br />
cost of fuel cleaning the surface properly with iron brush<br />
and broom, rolling, providing light, barrier, danger signal,<br />
chowkidar and returning the empty drum. In good<br />
condition to the godown and hire charge of <strong>road</strong> roller all<br />
complete as per specification and direction of E/I. with<br />
DMR.<br />
M 2 440.00 183.11
5 Providing & laying 50mm thick built up spray grout over<br />
old bituminous surface including cleaning the surface<br />
heating bitumen to required temp. applying tack coat @<br />
5Kg/10M 2 and also including cost of bitumen and stone<br />
aggregates conforming to physical properties & grading<br />
given in the MOST table 500-7(3rd revision) spreading<br />
stone metal @ 0.66 cum per 10 M2 in layer, hand packing<br />
rolling compacting & then applying spray of bitumen @<br />
15 Kg/10M2 finishing with key aggregates 0.13cum/10<br />
M2 in proper grade camber of super elevation and rolling<br />
the same with powder <strong>road</strong> roller and finishing the surface<br />
with temple including the cost of barriers, danger signal,<br />
chowkidar, making and maintaining diversion cost of<br />
carriage of full bitumen drums from approved oil<br />
company to the worksite and returning the empty bitumen<br />
drums in good condition to the godown including cost of<br />
all labors cost of POL and all other lubricants & also hire<br />
charges of <strong>road</strong> roller with depreciation & major repair all<br />
complete job as per specification and direction of E/I. and<br />
materials carriage with all lead.<br />
6 Tack coat Providing and applying tack coat with bitumen<br />
emulsion using emulsion pressure distributor at the rate of<br />
0.20 kg per sqm on the prepared bituminous/granular<br />
surface cleaned with mechanical broom all complete job<br />
as per relevant clause of MORTH specification and<br />
direction of E/I.<br />
7 Bituminous Macadam (Providing and laying bituminous<br />
macadam with 100-120 TPH hot mix plant producing an<br />
average output of 75 tonnes per hour using crushed<br />
aggregates of specified grading premixed with bituminous<br />
binder, transported to site, laid over a previously prepared<br />
surface with paver finisher to the required grade, level and<br />
alignment and rolled as per clauses 501.6 and 501.7 to<br />
achieve the desired compaction) (ii) for Grading II(19 mm<br />
nominal size) all complete job as per MORTH<br />
specification and direction of E/I.( Grading-II)<br />
8 Semi - Dense Bituminous Concrete (Providing and laying<br />
semi dense bituminous concrete with 100-120 TPH batch<br />
type HMP producing an average output of 75 tonnes per<br />
hour using crushed aggregates 1.45mm of specified<br />
grading, premixed with bituminous binder 5 % of mix and<br />
filler, transporting the hot mix to work site, laying with a<br />
hydrostatic paver finisher with sensor control to the<br />
required grade, level and alignment, rolling with smooth<br />
wheeled, vibratory and tandem rollers to achieve the<br />
desired compaction as per MoRTH specification clause<br />
No. 508 complete in all respects) (ii) for Grading II (10<br />
mm nominal size) all complete job as per relevant clause<br />
of MORTH specification and direction of E/I. (GradingII)<br />
M 2 460.87 183.11<br />
M 2 9822.50 8.60<br />
m 3 491.125 5431.79<br />
m 3 245.560 7658.03<br />
Executive Engineer,<br />
R.C.D., Road Division,<br />
Chatra