You are on page 1of 8

(GOVERNMENT OF INDIA)

(UNION TERRITORY OF JAMMU & KASHMIR)


OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.
NOTICE INVITING TENDERS
NIT No:- E-NIT/09/CRD/SMC/SGR/2023-24 DATED: 28-09-2023.
For and on behalf of the Commissioner Srinagar Municipal Corporation, e-tenders (in Single cover System) are invited on Percentage basis
from approved and eligible Contractors registered with Union Territory of J&K, CPWD, Railways and other State/Central Governments.
S.No Name of Work Advt. Cost Cost of Earnest Money Completion Class of M.H of A/C
(Rs. In Lacs) T/Doc. Deposit @2% of days Contractor
(In Rs.) Adv. Cost
Improvement/ Upgradation of road surface at
Capex
Peerbagh Rawalpora including lane-D by way of
22.90 800/- 45800/- 12 Days BEE/ CEE Class Budget
1 providing and laying of 50mm thick compacted BT,
2023-24
25mm thick compacted semidense with premixed seal
coat.
Macadamization of link road near house of Naseer
Capex
Ahmad comrade house No. 419 onwards at Bagh-e-
2.97 200/- 5940/- 7 Days DEE Class Budget
2 Mehtab housing colony by way of providing and laying
2023-24
of 50mm thick compacted BT, 25mm thick compacted
semidense with premixed seal coat.
Improvement/ Upgradation of road surface at
Tawheedabad Methan near Government Middle
Capex
School from house of Mohammad Yousuf Sheikh upto
7.92 300/- 15840/- 7 Days CEE/ DEE Class Budget
3 the house of Ghulam Nabi Rather by way of providing
2023-24
and laying of 75mm thick compacted WMM, 50mm
thick compacted BT, 25mm thick compacted
semidense with premixed seal coat.
Improvement/ Upgradation of road surface from
Capex
Azaan Bakery upto house of Mohammad Younis Minni BEE/ CEE/
12.87 600/- 25740/- 10 Days Budget
4 Colony by way of providing and laying of 50mm thick DEE Class
2023-24
compacted BT, 25mm thick compacted semidense with
premixed seal coat.
Metalling and macadamization of lanes and sub lanes
Capex
of Mehjoor Nagar Gulshanabad by way of providing BEE/ CEE/
nd 12.88 600/- 25760/- 10 Days Budget
5 and laying of WBM Grade 2 , 75mm thick compacted DEE Class
2023-24
WMM, 50mm thick compacted BT, 25mm thick
compacted semidense with premixed seal coat.
Macadamization of link road at Gulberg Colony Capex
Hyderpora by way of providing and laying of 50mm 9.90 600/- 19800/- 10 Days CEE/ DEE Class Budget
6
thick compacted BT, 25mm thick compacted 2023-24
semidense with premixed seal coat.
Improvement/ Upgradation of road surface at Irfan
colony Natipora from house of Mohammad Issac Bhat Capex
to Javed Ahmad Rather by way of providing and laying 7.48 300/- 14960/- 7 Days CEE/ DEE Class Budget
7
of 75mm thick compacted WMM, 50mm thick 2023-24
compacted BT, 25mm thick compacted semidense with
premixed seal coat.
Improvement/ Upgradation of road surface at Takki
Mohalla from house of Ghulam Qadir Shah to house of Capex
Sajad Ahmad Khan by way of providing and laying of 4.85 200/- 9700/- 7 Days DEE Class Budget
8
75mm thick compacted WMM, 50mm thick compacted 2023-24
BT, 25mm thick compacted semidense with premixed
seal coat.
Improvement/ Upgradation of main colony at Budshah
Capex
Nagar Natipora lane C and lane 6 by way of providing
24.75 800/- 49500/- 12 Days BEE/ CEE Class Budget
9 and laying of 75mm thick compacted WMM, 50mm
2023-24
thick compacted BT, 25mm thick compacted
semidense with premixed seal coat.
Improvement/ Upgradation of Rehmat Colony Pantha
Chowk opposite BSF Campus by way of providing and Capex
nd
laying of WBM Grade 2 in patches and stretches, 33.66 1100/- 67320/- 15 Days AAY/ BEE Class Budget
10
75mm thick compacted WMM, 50mm thick compacted 2023-24
BT, 25mm thick compacted semidense with premixed
seal coat.

_______________________________________________________________________________________________
(GOVERNMENT OF INDIA)
(UNION TERRITORY OF JAMMU & KASHMIR)
OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.
Improvement/ Upgradation of inner links of Habib Capex
Colony by way of providing and laying of 50mm thick 36.67 1100/- 73340/- 15 Days AAY/ BEE Class Budget
11
compacted BT, 25mm thick compacted semidense with 2023-24
premixed seal coat.
Improvement/ Upgradation of road surface (main
Capex
road) via Hanfia Jamia Masjid including allied links at
28.72 1100/- 57440/- 15 Days AAY/ BEE Class Budget
12 Gangbug Srinagar 75mm thick compacted WMM,
2023-24
50mm thick compacted BT, 25mm thick compacted
semidense with premixed seal coat.
Improvement/ Upgradation of Mehtab Enclave and
Nagoo Masjid lane Bagh-e-Mehtab Srinagar by way of Capex
nd
providing and laying of WBM Grade 2 in patches and 27.75 1100/- 55500/- 15 Days AAY/ BEE Class Budget
13
stretches, 75mm thick compacted WMM, 50mm thick 2023-24
compacted BT, 25mm thick compacted semidense with
premixed seal coat.
Macadamization of road surface at Chinar Colony Capex
Parraypora Bhagat by way of providing and laying of 29.80 1100/- 59600/- 15 Days AAY/ BEE Class Budget
14
50mm thick compacted BT, 25mm thick compacted 2023-24
semidense with premixed seal coat.
Macadamization of lane No. 4 Friends Enclave Capex
Humhama by way of providing and laying of 50mm 9.97 600/- 19940/- 10 Days CEE/ DEE Class Budget
15
thick compacted BT, 25mm thick compacted 2023-24
semidense with premixed seal coat.
Improvement/ Upgradation by way of
Capex
Macadamization of Bulbul bagh Bund road near Dum
29.78 1100/- 59560/- 15 Days AAY/ BEE Class Budget
16 Kadal Barzulla by way of providing and laying of 50mm
2023-24
thick compacted BT, 25mm thick compacted
semidense with premixed seal coat.
Improvement/ Upgradation of inner link of Jawahar
Nagar Gogjibagh Tulsibagh and Rajbagh including Capex
allied links by way of providing and laying of 75mm 89.23 1600/- 178460/- 15 Days AAY Class Budget
17
thick compacted WMM, 50mm thick compacted BT, 2023-24
25mm thick compacted semidense with premixed seal
coat.
Improvement/ Upgradation of road surface at Peer
Capex
Mohalla and balance portion of Khalid Bin Waleed
44.47 1100/- 88940/- 15 Days AAY Class Budget
18 Natipora by way of providing and laying of 75mm thick
2023-24
compacted WMM, 50mm thick compacted BT, 25mm
thick compacted semidense with premixed seal coat.
Upgradation of link road takes from Wanihama main
Capex
road to house of Mohammad Ramzan Dar by way of
4.95 200/- 9900/- 7 Days DEE Class Budget
19 providing and laying of 75mm thick compacted WMM,
2023-24
50mm thick compacted BT, 25mm thick compacted
semidense with premixed seal coat at various links.
Upgradation of link road from Tulbagh towards High
School Tailbal and from Foreshore road to Malla Capex
Mohalla Habak Shanpora by way of providing and 24.84 1100/- 49680/- 12 Days AAY/ BEE Class Budget
20
laying of 75mm thick compacted WMM, 50mm thick 2023-24
compacted BT, 25mm thick compacted semidense with
premixed seal coat at various links.
Improvement/ Upgradation of link road at Naidyar
Capex
near New Bridge LHS and near Transformer RHS by
15.98 800/- 31960/- 10 Days BEE/ CEE Class Budget
21 way of providing and laying, 50mm thick compacted
2023-24
BT, 25mm thick compacted semidense with premixed
seal coat.
Upgradation of various links on LHS of Foreshore road
Capex
Shalimar road by way of providing and laying of 75mm
fresh 77.61 1600/- 155220/- 15 Days AAY Class Budget
thick compacted WMM, 50mm thick compacted BM,
22 2023-24
25mm thick compacted SD in full with premixed seal
coat.

_______________________________________________________________________________________________
(GOVERNMENT OF INDIA)
(UNION TERRITORY OF JAMMU & KASHMIR)
OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.
Upgradation of road from Dastegeer Sahib RA Khanyar Capex
upto Baba Demb main road (double tube) Nowhatta to 80.12 1600/- 160240/- 15 Days AAY Class Budget
23
Kaka Mohalla upto Stadium and allied links. 2023-24

Upgradation/ macadamization of Kral Khud Bank


Chowk via Police station Kral Khud upto Wabi lane by Capex
way of providing and laying of 75mm thick compacted 8.83 300/- 17660/- 7 Days CEE/ DEE Class Budget
24
WMM, 50mm thick compacted BT, 25mm thick 2023-24
compacted semidense with premixed seal coat at
various links.
AAA: Accorded.
 The Bidding documents consisting of qualifying information, eligibility criteria, specification, Drawings, bill of quantities, (B.O.Q), Set of terms
and conditions of contract and other details can be seen / downloaded from the departmental website www.jktenders.gov.inas per the schedule of
dates given below:

Scheduled Dates& Time of Online Tenders.


1. Date of Issue of Tender Notice Online 29-09-2023.
2. Period of downloading of bidding documents FROM 30-09-2023 10:00 A.M
3. Bid submission Start Date 30-09-2023 FROM 10:00 A.M
4. Bid Submission End Date 09-10-2023 UPTO 4:00 P.M
5. Date & time of opening of Bids (Online)
10-10-2023 at 10:00 A.M in the
Office of the Executive Engineer City Roads (SMC) Division Srinagar
1. Bids must be accompanied with cost of tender document in shape of introducing Bank Receipt as a tender fee paid in the Municipal
Account No: 0216010200000007 payable at J&K Bank Branch Dood Ganga Balgarden, Srinagar payable at Srinagar (With NIT No.
and S.No. of work mentioned) by simply uploading a copy of necessary Bank Receipt.
2. Bids must be accompanied with Earnest Money Deposit (EMD) @2% of the advertised cost in the shape of CDR/FDR/BG pledged
to Executive Engineer City Roads (SMC) Division Srinagar which shall be uploaded with the tender documents at the time of
tendering. The same shall be released after receipt of 5% of performance security by the successful Bidder.
3. The date and time of opening of Bids shall be notified on Web Site www.jktenders.gov.in and conveyed to the bidders automatically
through an e-mail message on their e-mail address. The Financial bids of Responsive bidders shall be opened online on same Web
Site in the office of Executive Engineer City Roads (SMC) Division Srinagar (Tender receiving authority).
4. The bids for the work shall remain Valid for a period of 120 days from the date of opening of bids.
5. The lowest bidder (L1) also called the successful Bidder has to produce a performance security amount equal to 5% (five percent) of
the contract value in the shape of CDR/ FDR/ BG immediately after the opening of financial bids, but prior to fixation of contract.
The validity period of the FDR/ BG for requisite amount shall be upto DLP. Any FDR/ BG having less validity period shall not be
entertained. The CDR/ FDR/ BG shall be released after successful completion of the Defect Liability Period (DLP). In case of
unbalanced bid, the successful bidder shall have to deposit an additional performance security in the shape of CDR/FDR/BG pledged
to Executive Engineer City Roads (SMC) Division Srinagar before award of contract & the following scale shall apply there to:-

S.No. Percentage of unbalanced bid viz-a-viz Adv. Cost Additional Performance Security to be
deposited on quoted bid by L-1
1 Upto and including 15% below Nil
2 >15% upto and including 20% below 5%
3 >20% upto and including 25% below 10%
4 >25% upto and including 30% below 15%
5 >30% below 20%

6. If any bidder / tenderer withdraws/ modified his bid during the period of validity etc, the Department is at liberty to suspend the
bidder for one year or as shall be deemed suitable by the tender inviting Authority. Same shall hold good if the bidder fails to
produce performance security within the specified time.
7. The successful bidder (L1) shall have to furnish hard copy of the uploaded documents viz Registration card duly renewed, Valid GST
Registration, PAN Card, GSTR-3B etc. alongwith Treasury Challan Receipt.
8. Instruction to bidders regarding e-tendering process.
a. Bidders are advised to download bid submission manual from the “Downloads” option as well as from “Bidders Manual Kit” on
website www.jktenders.gov.in to acquaint bid submission process.
b. To participate in bidding process, bidders have to get ‘Digital Signature Certificate (DSC)’ as per Information Technology Act-
2000. Bidders can get digital certificate from any approved vendors.
c. The bidders have to submit their bids online in electronic format with digital Signature. No financial bid will be accepted in
physical form.
d. Bids will be opened online as per time schedule mentioned in Para-1.
_______________________________________________________________________________________________
(GOVERNMENT OF INDIA)
(UNION TERRITORY OF JAMMU & KASHMIR)
OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.
e. Bidders are advised to use “My Documents” area in their user on R&B e-Tendering portal to store such documents as are
required.
f. Bidders must ensure to upload the clear scanned copies of all necessary documents with the bid.
DOC-1 DOC-2 DOC-3 DOC-4
CLEAR SCAN CLEAR SCAN COPY OF BANK RECEIPT/ Scanned Copy of;- Self-certified
COPY OF Earnest Money Deposit. 1. PAN Card performance
CONTRACTOR Note: The Date of Bank Receipt/ Earnest 2. Copy of GSTIN Registration declaration as per
REGISTRATION Money Deposit should between the bid GSTR-3B Return of annexed format
CARD DULY submission dates of the NIT, any Bank previous Quarter to the (Refer condition
RENEWED. Receipt/ EMD which is before the bid issued date of NIT upto No.9). Affidavit (Refer
submission date of the published NIT shall June 2023 or after that. para 21 (W) General
(2023-2024) summarily be rejected. Conditions.
Note The bidder should upload all the necessary documents details given above in One “01” No. PDF file.
Note: - Scan all the documents on 100 dpi with black and white option.
9. Bidder shall upload a Self-Certified Performance declaration (as per Annexed format) in support of
performance in respect of Bitumen Macadam Works executed by the agency during the year 2022-23.
10. The department will not be responsible for delay in online submission due to any reasons.
11. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case they should attempt to create
similar BOQ manually. The BOQ downloaded should be used for filling the item rate / (%) percentage rate inclusive of all taxes and
it should be saved with the same name as it contains.
12. Price escalation and Taxes: - The unit rates and prices shall be quoted by the bidder (item rate basis or %age rate basis whatever
the case may be) entirely in Indian Rupees and the rates quoted shall be deemed to include price escalation and all taxes upto
completion of the work unless otherwise, specified. Deduction on account of taxes shall be made from the bills of the contractor on
gross amount of the bill as per the rates prevailing at the time of recovery.
13. The participating bidders shall have to quote the %age rates against the BOQ given which includes all carriages / lifts / leads and
all kinds of taxes relevant from time to time. The rates cannot be modified after bid submission date.
14. Any discrepancy regarding specifications, units, quantity of items in the BOQ shall be read in accordance with the PWD
sanctioned Schedule 2022.
15. In case of CRF and any other specified project, the relevant guidelines/ standard bidding document shall be followed.
16. All bidders shall upload the information and documents with their bids such as Copies of original documents defining
constitution / legal status, place of registration and Principal place of Business, GST Registration and PAN Card.
17. The bidder at his own responsibility and risk should visit and examine the site of work and its surroundings before submission of
bid.
18. A pre-bid meeting will be held to clarify any issues and to answer questions on any matter that may be raised at that stage by the
bidders. However participation in the pre-bid meeting shall not be binding on bidders.
19. All documents relating to the bid shall be in the English language.
20. The bidders shall have to quote the rate percentage in the prescribed rate percentage column in case of percentage based BOQ
and in case of item rate based BOQ if the bidder does not quote rate for any item or items of the BOQ, cost of such item /items shall
be deemed to be part of overall / total contract value and no rate shall be allowed for such item / items in the allotment of contract.
21. General conditions of Contract:-
a. The date of start of the work shall be reckoned within three days from the date of contract allotment. In case the agency
fails to start the work within stipulated time period, the contract allotment shall be deemed to be cancelled without
issuance of any notice by the department and shall be binding upon the contractor. Further the cancellation of
registration card shall be initiated against the defaulter besides imposition of the other penalties. The agency shall
execute the agreement within seven days after issuance of letter of allotment of contract.
b. For the authentication of date of start of work, it shall be mandatory to upload geo-tagged photographs of the start of
work at the beginning, during execution and also at the time of completion of the work shall also be enclosed at the time
of submission of work done claims for the work.
c. Penalty for delaying completion:- In case of delay in completion of work beyond stipulated period of completion, penalty upto
maximum of 10% of the contract shall be imposed.
d. Time extension:- Suitable time extension shall be granted in case of increase in scope of work and in the event of delay beyond
control of contractor to be determined by the department.
e. Advance payments:- No mobilization advance/equipment advance shall be paid unless otherwise Specified in the SBD.
f. Secured Advance:-No secured advance is admissible unless otherwise specified.
g. Defect Liability Period/Maintenance Period: The DLP/Maintenance Period shall be calculated from the date
of certified Physical completion of work and shall be 3 years for Pavement Bitumen Macadam Layers and 18
months for Bitumen Surface renewal layers. The contractor or his authorised representative must inspect the
Road to ensure that the Intervention Period for implementing maintenance measures to control defects for
adherence to the Maintenance Criteria as specified in the Contract Agreement. The DLP/maintenance will be

_______________________________________________________________________________________________
(GOVERNMENT OF INDIA)
(UNION TERRITORY OF JAMMU & KASHMIR)
OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.
governed by the Road Maintenance Policy's manual for road maintenance and will be based on Performance
Based Assessment.
h. Retention of money; The ten percent normal bill deposit for the work shall be retained at each bill &will be
released upon successful completion/performance in the mandatory DL/Maintenance Period as outlined
below:
A:During DLP/Maintenance of 3 Years(Bitumen Bases Pavement Layers)
Only 50% of the deposit will be released after the successful completion of the second year and 50%
after the successful completion of DL/Maintenance Period, with each release based on performance
evaluation duly certified by the Concerned Executive Engineer.
B: During DLP/Maintenance of 1.5 Years(Bitumen Based Renewal Layers)
Only 50% of the deposit will be released after the successful completion of the One year and 50% after
the successful completion DL/Maintenance Period, with each release based on performance evaluation
duly certified by the Concerned Executive Engineer.
Road Maintenance Activities during the Defect Liability/Maintenance Period shall include the
following:
 Repair of Potholes by way of filling with premix material/penetration patching in regular cut sections, rectification of
Loss of aggregates by replacement with Fresh Bituminous Mix, rectification of Stripping and raveling by way of
application of Liquid Seal or Slurry Seal depending on the extent of damage, application of Cutback bitumen covered
with course sand or slurry seal or premix renewal coat.
 Filling of cracks with a low viscosity binder or a slurry seal or fog seal depending upon the width of cracks.
 Rectification of Subsidence, showing & rutting by way of Removal of the surface layer in the affected area and
replacement with fresh material.
i. Failure on part of the contractor to fulfill his obligations of maintenance schedules shall result in forfeiture of the
deposits held for this purpose as well as the CDR/FDR/BG for this work.
j. Schedule of payment:- The payment schedule shall be fixed after award of contract in favour of successful bidder on the basis of
value of work executed, shall be determined by the Engineer Incharge.
k. Amendment of bidding document:- Before the dead line for submission of bids the employer may modify bidding documents by
issuing Addenda/ Corrigendum.
l. The tender receiving authority reserves the right to accept or reject any tender or all tenders without assigning any reason
thereof.
m. Restoration of work:- On completion of contract the contractor shall be responsible to remove all un-used material and restore all
work in its original position at his own cost.
n. Traffic regulation:- The contractor is bound to adhere to traffic regulations as is applicable from time to time and ensure
arrangements of smooth regulation of traffic during execution of work.
o. Arbitration:- The arbitration shall be conducted in accordance with the arbitration procedure stated in the UT of J&K
conciliation and Arbitration Act No. xxxv of 1997 issued vide SRO No:- 403 vide Notification of J&K Govt. “Law Department”
11th December-1997.
p. Safety:- The contractor shall be responsible for safety of all activities at site of work.
q. Discoveries:- Anything of historical or other interest or of significant value unexpectedly discovered on the site shall be the
property of the Govt.
r. Tests:- The contractor shall be solely responsible for carrying out the mandatory tests required for the quality control at his own
cost.
s. The contractor to whom the work is entrusted shall procure the key constructional material of his own which shall have to be
strictly as per prescribed specifications and approval of the Engineer Incharge.
t. Specification/Quality Control: All items of works shall conform to specifications as per MORTH and to
be followed strictly as per J&K Macadamization (Execution & Quality control) and DLP enforcement
manual (Govt. Order No. 42-PW(R&B) of 2022 dated 03-02-2022.
u. The execution of work shall have to be carried out in continuous shifts during day & night to enhance the progress of work.
v. The Contractor shall concentrate on the condition appearing at Sno.21(a) prior to uploading the tender.
w. Contractors participate in tendering should have to upload an affidavit stating from where the key constructional
material are to be provided for macadamization (duly authenticated by First Class Magistrate) with any of the AAY
Class Contractor who possess the Materials / Machinery for Macadam Works.
22. Termination:- The employer may terminate the contract if the contractor causes a fundamental breach of the contract.
Fundamental breach of contract will include:-
i. Continuous stoppage of work for a period of 30 days without authorization of Engineer In-charge.
ii. Contractor is declared Bankrupt.
iii. Any evidence of involvement of contractor is corrupt practices.
iv. Contractor delays the completion of work beyond stipulated time of completion.

_______________________________________________________________________________________________
(GOVERNMENT OF INDIA)
(UNION TERRITORY OF JAMMU & KASHMIR)
OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.
v. Pursuant to the process of termination of defaulted contract, the employer reserves the right to invite fresh tenders for the balance
work at the risk and cost of defaulter contractor.
vi. If in case contractor failed to start/complete the work, within the stipulated time period, his performance security shall be
forfeited after termination of contract and shall be liable to be debarred from taking works for at least one year or for any
specific time as shall be deemed suitable by the tender inviting Authority.
23. If the contractor indulges in willful disregard of the quality control measures put in place by the department.
24. Major Labour Laws applicable to establishment engaged in building and other construction work:-
i. Workmen compensation Act 1923.
ii. Payment of Gratuity Act 1972.
iii. Employees P.F and Miscellaneous Provision Act 1952.
iv. Maternity Benefits Act 1951.
v. Contract Labour (Regulation & Abolition) Act 1970.
vi. Minimum Wages Act 1948.
vii. Payment of Wages Act 1936.
viii. Equal remuneration Act 1979
ix. Payment of bonus Act 1965.
x. Industrial disputes Act 1947.
xi. Industrial employment standing orders Act 1946.
xii. Trade Union Act 1926.
xiii. Child Labour (Prohibition & Regulation) Act 1986.
xiv. Inter State Migrant workmen’s (Regulation of employment & Conditions of service) Act 1979.
xv. The Building and other Construction Workers (Regulation of employment and Condition of service) Act 1996 and the Census
Act of 1996.
xvi. Factories Act 1948.
xvii. Compliance with Labour Regulation Laws of UT of J&K.
25. For sake of public works, the tender receiving authority reserves the right to accept or reject any or
all tenders without giving a reason.
26. Programme Chart in the form of PERT / CPM / BAR Chart showing clearly all activities from the start of
work to completion and same shall be furnished immediate after issue of acceptance of contract.
27. Insurance:- Insurance cover to Labour/Machinery/Work/Plant material/Equipment by the contractor shall be mandatory.
28. Laws Governing the Contract:- The contract shall be governed by Laws of the land.
29. Court’s Jurisdiction:- In case of any disputes/differences between contractor and Department the jurisdiction shall be UT of
J&K.
30. Time Extension:-
a. The work is to be completed within the time limit specified in the NIT and the time of completion will also increase/ Decrease in
proportion with additional / deleted quantum of work depending upon the actual quantum of work.
b. Request for extension of time shall be made by the contractor in writing not later than fifteen days of happening of the event
causing delay. The contractor shall also indicate in such a request the period for which extension is desired.
c. Abnormal / bad weather or serious loss or damage by fire or Civil commotion, strike or lockout (other than among the labour
engaged by the contractor) affecting any or the trades employed on the work, or Non availability of departmental stores. Any
other cause which in the absolute discretion of the accepting authority is beyond the contractor’s desire.
d. On contractor’s representation based on the grounds as detailed above the time for completion of the work may be extended by a
period considered reasonable by the Department.
e. Extension of time shall be also admissible in the event of temporary suspension of work.
f. Additional performance security if required as per NIT conditions shall be released after successful completion of DLP.
g. The bid security declaration submitted by the contractor shall be valid upto the successful completion of DLP.
h. All other terms and conditions are as per PWD form 25 (Double side agreement Form).
i. The contractor shall have to submit the working design of Structure from accredited structural consultant for which no extra
charges shall be admissible.
31. Special Conditions regarding Specifications and Quality control for Machine laid B.T. Works:-
a. All the components of the work shall be executed strictly as per specifications laid down in the Ministry of Road
transport and Highways publication “Specifications for road and bridge Works” and I.R.C:SP:20 read with revised guidelines as
per I.R.C:SP:72 and amendments made till date of issuance of N.I.T.
b. All the road materials for use shall conform to the specifications laid down in “Rural Roads manual” a publication of I.R.C. For
items not covered in Rural Roads manual, the Ministry of Road Transport & Highways (MORTH) Specifications for
Road and Bridge works – Latest edition shall be followed.
c. Physical properties of aggregates for bituminous works i.e Shape, Strength, durability and Stripping value should satisfy the
requirements prescribed in I.R.C: SP: 20.
_______________________________________________________________________________________________
(GOVERNMENT OF INDIA)
(UNION TERRITORY OF JAMMU & KASHMIR)
OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.
d. Periodic sieve analysis of each type of aggregate and periodic check of aggregates at the gradation control unit shall be carried
out to ensure that the proportion of the aggregates as specified is complied with.
e. Conducting of mandatory quality control tests for various components of the advertised work like Thickness tests, tests for
impact value, stripping, flakiness, gradation of aggregates, determination of Binder content in bituminous mix, tests for
density and other tests as prescribed in I.R.C:SP : 20 as per frequency recommended therein, during and after execution of the
work will be sole responsibility of the contractor as well as the Correctness of the test results whether performed in his
laboratory or elsewhere.
f. The location of the Hot mix plant of adequate capacity and capable of yielding a mix of proper and uniform quality, from which
bituminous macadam is to be transported to the site in clean, tarpaulin covered vehicles/Tippers and shall be so placed
that the manufacturing laying/spreading and rolling temperatures are within the specified limits as laid down in I.R.C.
I.R.C:SP:20.
g. The spreading of mix, compaction and quality control during these operations shall be done as per prescribed norms of I.R.C.
h. The longitudinal profile of the finished surface shall be tested with a straight edge and the Transverse profile with a
camber template. Any irregularity greater than 6mm shall be rectified.
i. The defects noticed in the work during execution or maintenance period shall be corrected by the Contractor within the length of
time specified by the Engineer. If the contractor does not correct the defects pertaining to maintenance period to the
satisfaction of the Engineer within the time specified, the same shall be got rectified at his risk and cost.
32. The tender / bid is liable to rejection if it does not fulfill the requirements as laid down in NIT and SBD.
33. Any of the unforeseen conditions of the contract not mentioned above shall be dealt as per Manual Procurement 2022.
34. The contractor shall apprise himself with site and nature of work before bidding so as to have complete know how of the type of
machinery and labour to be provided for hassle free execution and on time completion of the allotted work. No excuse shall be
entertained or accept as such after tendering process is over.
35. The execution of works falling under the jurisdiction of LAWDA shall be subject to NOC from LCMA (LAWDA) Department.

NIT/09/CRD /SMC/SGR/2023-24/e-tendering/_______________
DATED:-28-09-2023.

Executive Engineer,
City Roads (SMC) Division Srinagar.

Copy to the: -
1. Commissioner Srinagar Municipal Corporation for favour of information please.
2. Joint Commissioner (Works)/ Superintending Engineer, Srinagar Municipal Corporation, Srinagar forfavour of information.
3. Joint Director Information department J&K Srinagar for publishing the NIT in two leading dailies before due date.
4. Assistant Director ADV Srinagar for information.
5. AEE Batmaloo Sub division for information.
6. Correspondence section / Drawing Branch for information.

_______________________________________________________________________________________________
(GOVERNMENT OF INDIA)
(UNION TERRITORY OF JAMMU & KASHMIR)
OFFICE OF THE EXECUTIVE ENGINEER CITY ROADS (SMC) DIVISION SRINAGAR.

PERFORMANCE DECLARATION

I _______________________S/O__________________R/O____________________, do hereby solemnly


affirm and state as under:

1. That I/We possess Class ___________Contractor Card duly registered vide:


Registration No____________________________ValidUpto__________________

2. That performance Status of Bituminous Macadamization works allotted during 2022-23 is stated
below.

S.No Name of the Name of the Allotment No. Status of Work Reasons for
Work Division and date (Completed / In Progress/ Works not
Not Executed) Executed
1
2
3
4
5

3. That I/We have not been allotted any other Macadamization work during 2022-23 and that I/we have
not suppressed any information relating to any work Allotted to me/us.
4. That if the above information is found to be false or misrepresented during the bid evaluation
process, my/our bid be declared non-responsive and that if the declaration is found to be false on the
basis of later information, I/we will be liable to the cancellation of the Contract/Work allotment
Order without notice, as well as the imposition of any damages that the department deems
appropriate.
5. That I/We also undertake that, if there shall be any action against Srinagar Municipal Corporation
resulting in damages of whatsoever nature on account of award of contract in our favour on the basis
of misinterpretations, I/We shall keep Srinagar Municipal Corporation. completely indemnified
against all the claims/losses/damages/litigations/court action etc.

I/We hereby verify that what has been stated above is true and correct to the best of my knowledge,
and nothing has been concealed there from.

Name & Signature of the Contracting Firm/Contractor

Signature Not Verified


Digitally signed by UZMA AFZAL
Date: 2023.09.28 23:25:22 PDT
Location: Jammu and Kashmir-JK

_______________________________________________________________________________________________

You might also like