1

GOVERNMENT OF CENTRAL PUBLIC WORKS DEPARTMENT NITK SURATHKAL PROJECT DIVISION – I MANGALURU

NOTICE INVITING QUOTATION

FOR

Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council

NAME OF WORK: Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, , .

2

NAME OF WORK: Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, Mangalore, Karnataka.

INDEX

Sl. No. Contents Page Nos.

1 Press Notice 3 2 Notice Inviting Quotations 4-5 3 Information and Instructions to Bidders 6-8 4 General Scope of Consultancy Services 9-11 5 Definitions and Extent of Agreement 12-16 6 Schedule of Quantities 17-18

This document contains Page No. 1 to 18 only.

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru.

3

PRESS NOTICE TO BE PUBLISHED IN NEWS PAPERS

NOTICE INVITING QUOTATIONS

The Executive Engineer, NITK Surathkal Project Division–I, CPWD, NITK West Campus, Surathkal, Mangaluru-574146, (Tel No. 0824-2476610) invites on behalf of President of India , sealed quotation from reputed Green Building Consultants for the following work.

NIQ No.:- 01/PM/EE/NITKSPD-I/2015-16.

NAME OF WORK : Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, Mangalore, Karnataka.

Last date and time of submission of bid: 21/09/2015 at 03:00 PM.

The bid documents with terms and conditions can be obtained from Office of Executive Engineer, NITKSPD-I, CPWD, Yogakshema building, NITK west campus, Post , Mangaluru-574146, Tel No.0824-2476610 , Fax No.0824-2478047, Email ID: [email protected] or The bid forms and other details can also be obtained /downloaded from website www.tenderwizard.com /CPWD or www.cpwd.gov.in . The tender notice is also available on www.eprocure.gov.in . Hindi version of the tender notice is available on website www.tenderwizard.com /CPWD.

Executive Engineer, NITK Surathkal Project Division-I, CPWD, Yogakshema Building, NITK west campus, Post Mukka, Mangaluru-574 146 Tel No. 0824-2476610 , Fax No.0824-2478047 Email ID : [email protected]

4

भारत सरकार GOVERNMENT OF INDIA NITK SURATHKAL PROJECT DIVISION-I एन .आई . .के सूरतकल रनाल-I OFFICE OF THE EXICUTIVE ENGINEER केलकनाभा CENTRAL PUBLIC WORKS DEPARTMENT YOGAKSHEMA BUILDING, BEACH ROAD, ेभन , एन . आई . .के.ेक स NITK CAMPUS SURATHKAL सूरतकल , ंलौर – 574 146 MANGALURU- 574146, KARNATAKA STATE फन : 0824-2476610 , फस : 0824-2478047 Ph : 0824-2476610 FAX: 0824-2478047

NOTICE INVITING QUOTATIONS

NIQ No :- 01/PM/EE/NITKSPD-I/2015-16.

NAME OF WORK: Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the work Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, Mangalore, Karnataka.

Last time and date of submission of quotations: 3:00 P.M on 21.09.2015.

Sealed quotations are invited from reputed & experienced GREEN Building Consultants who is an individual Architect / Architectural Consultants / Architectural firms, for Providing Consultancy services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex at NITK Campus, Surathkal, Mangalore, Karnataka.

Eligibility Criteria:

1. The applicant should be an experienced GREEN Building Consultant who is an individual registered Architect / Architectural Consultants / reputed architectural firm/ company/ consortium/ registered in India. 2. The applicant should have at least 2 year experience in obtaining Green Certification from GRIHA/IGBC and should have completed at least one work of obtaining Green Certification for any building. A Certificate should be submitted to that effect. In case, if the work done is for a Private organization / individual then TDS certificate towards the income tax deducted at source should be submitted.

The applicants fulfilling the criteria mentioned above can collect the NIQ & Schedule from the Executive Engineer up to 5:30 P.M. on all the working days up to 19.09.2015 or can also be downloaded from website www.tenderwizard.com/CPWD .

The application forms (duly filled in) along with the requisite enclosures received from the applicants will be scrutinized by CPWD to determine their eligibility based on the criteria mentioned in the application form.

The quotation shall be submitted to the Executive Engineer, NITK Surathkal Project Division-I, Central PWD, Mangalore latest by 3:00 P.M on 21.09.2015. The quotations will be opened by the Executive Engineer or his authorized representative in his office at 3:30 P.M on the same day. 5

Central PWD reserves all the rights to reject or accept any / all the quotations, without assigning any reason whatsoever. Central PWD takes no responsibility for the delay / loss or non receipt of any submission or letter sent by post.

List of documents to be submitted along with the quotation.

1. Certificate of work experience which shall clearly indicate gist of work for which the Consultancy Services was provided by the bidder. The certificate shall be obtained from an officer not below the rank of Executive Engineer or equivalent officer. 2. The TDS certificate on Form 16-A shall be submitted in case if the work executed is for a private Organization / Individual. 3. Proof of Registration with Council of Architects.

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru.

No. 26(1)/NITK SPD-I/2015/436 Date : 08/09/2015

Copy to :

1. To eligible Bidders. 2. The Chief Engineer, (SZ) III, CPWD, Koramangala, Bengaluru. 3. The Director of Works, O/o ADG(SSR), CPWD, Bengaluru. 4. Registrar, NITK, Surathkal, Mangaluru. 5. The Project Manager, NITK SPC, CPWD, Surathkal, Mangaluru. 6. The Executive Engineer, Mysore Central Division, CPWD, Mysore. 7. All Assistant Engineers under NITK SPD-I / NITK SPD -II and NITK SPED,CPWD, Surathkal, Mangaluru. 8. Notice Board/Drawing Branch. 9. www.tenderwizard.com/CPWD , www.cpwd.gov.in , www.eprocure.gov.in .

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru.

6

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

INFORMATION & INSTRUCTIONS TO BIDDERS

Sealed item rate quotations are invited on behalf of the President of India, from the reputed Green Building Consultants who is an Individual registered Architect / Architectural consultants / Architectural firms for the work of Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, Mangalore, Karnataka .

The NIQ consisting of terms & conditions can be obtained from office of the Executive Engineer, NITK Surathkal Project Division –I, CPWD, Mangalore, up to 5:30 P.M. on 19.09.2015 or can also be downloaded from website www.tenderwizard.com/CPWD .

The quotations shall be placed in envelope superscribed with name of work “Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, Mangalore, Karnataka ”.

The quotation shall be placed in sealed cover and submitted in sealed condition in the office of the Executive Engineer, NITK Surathkal Project Division-I, CPWD, Mangalore up to 03:00 PM on 21.09.2015.

The quotation will be opened by the Executive Engineer or his authorized representative in his office on 21.09.2015 at 03:30 P.M.

1 Brief scope of the consultancy services:

(i) Over all facilitation to obtain GRIHA rating from GRIHA Council. (ii) Prepare and provide all necessary templates for the design team, so as to meet GRIHA requirements. (iii) Perform calculations and documents as per individual criterion/ requirement of GRIHA. (iv) Prepare all the documents as required for the GRIHA Certification and upload the same on GRIHA website after obtaining approval of engineer-in-charge. (v) Consultants shall render all assistance required for obtaining GREEN certification from GRIHA for the proposed buildings till completion of the building in all respect. (vi) The scope of work also include : (a) Detailed Energy Modeling and Energy simulation for optimized energy performance. (b) Daylight Analysis (c) Sun path Analysis and design of shading to fenestrations (d) Landscape and exterior lighting Analysis & Design (e) Analysis of Building Envelope and design (f) Evaluation of the project for all GRIHA Criteria 1 to 34.

2. The competent authority, on behalf of the President of India, does not bind himself to accept the lowest or any other bid and reserves to himself the authority to reject any or all the bids without assigning any reason. 3. The bids with any condition including that of conditional rebate will be summarily rejected. 7

4. Canvassing whether directly or indirectly, in connection with Bid is strictly prohibited. Bids submitted by the Consultants who resort to canvassing will be liable to rejection. 5. This Notice Inviting Bids shall form part of the contract document. The successful Bidder, on acceptance of his bid by the accepting authority, shall, within 10 days from the date of issue of acceptance letter, sign the quotation consisting of the Notice Inviting the Bid, Bid document, acceptance letter together with any correspondence leading thereto.

6. Eligibility Criteria:

1. The applicant should be an experienced GREEN Building Consultant who is an individual registered Architect / Architectural Consultants / reputed architectural firm/ company/ consortium/ registered in India. 2. The applicant should have at least 2 year experience in obtaining Green Certification from GRIHA/IGBC and should have completed at least one work of obtaining Green Certification for any building. A Certificate should be submitted to that effect. In case, if the work done is for a Private organization / individual then TDS certificate towards the income tax deducted at source should be submitted.

7. Acceptance Criteria:

The lowest quoted offer will be considered for acceptance and award of work.

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru.

8

NOTICE INVITING QUOTATION FOR PROVIDING CONSULTANCY SERVICES

NAME OF WORK: Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, Mangalore, Karnataka.

Issued to M/s. ______

Date of issue ______

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru.

The quotation duly filled in shall be addressed to:

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru. Tel : 0824-2476610, FAX : 0824-2478047 Email : [email protected]

9

1. GENERAL :

1.1 The consultancy work shall commence only on award of consultancy work and after obtaining written instruction from the Engineer-in-Charge to proceed with the work.

1.2 Bidders are required to submit their Credentials giving details about their organization , experience, technical personnel in their organization , Proven competence to handle major works, infrastructural facilities available with the bidder etc.

1.3 As the time is the essence of the project, the ability and competence of the Bidders to render required service within the specified time frame, will be a major factor while deciding the selection of the Consultant.

1.4 References, information and certificates from the respective clients certifying suitability, technical know-how or ability of the bidder should be signed by an officer not below the rank of Executive Engineer.

1.5 Bidders may furnish any additional information, which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is however, advised not to f urnish superfluous information. No information will be entertained after submission of application for issue of bid documents unless the Engineer-in- Charge calls for it.

1.6 If infor mation furnished by the Bidder is f ound to be incorrect either immediately or at a later date, the contract will be terminated. It will also render him liable to be debarr ed from tendering /taking up of works in CPWD. lf such Bidder happens to be enlisted in CPWD hi s name wi ll be removed from the approved list also .

1.7 Th e Bi dder is advised to visit the site of work at his own cost and examine it and its sur roundings & development regulations applicable for the area and collect all inform ation that he considers necessary for proper assessment of the prosp ective assignment.

2 METHOD OF SUBMISSION OF QUOTATION. 2.1 The Bidder should sign each page of the Bid documents. Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initialling , dating and writing.

2.2 If the Bidder is an individual the tender d ocument shall be signed by him above his full name and current address.

2.3 If the Bidder is a proprietary firm, the bid document shall be signed by the proprietor above his full typewritten / hand written name and the full name of his firm and its current address.

10

2.4 If the Bidder is a firm in partnership, the bid document shall be signed by all the partners of the firm above their full type written / handwritten names and current address or alternatively by a partner holding power of attorney for the firm. In the latter case a certified copy of power of attorney should accompany the application. In the both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

2.5 If the Bidder is a limited company or a corporation, the Bid documents shall be signed by a duly authorised person holding power of attorney for signing the application, accompanied by a copy of the power of attorney duly attested by a public Notary. The Bidder should also furnish a copy of the memorandum of Articles of Association duly attested by a public Notary.

3 DECISION MAKING AUTHORITY.

3.1 The Department reserves the right to accept or reject any bid and reject all bids at any time, without assigning any reason or incurring any liability to the Bidders.

4 ELIGIBILITY CRITERIA FOR BIDDERS.

4.1 The applicant should be an experienced GREEN Building Consultant who is an individual registered Architect / Architectural Consultants / reputed architectural firm/ company/ consortium/ registered in India.

4.2 The applicant should have at least 2 year experience in obtaining Green Certification from GRIHA/IGBC and should have completed at least one work of obtaining Green Certification for any building. A Certificate should be submitted to that effect. In case, if the work done is for a Private organization / individual then TDS certificate towards the income tax deducted at source should be submitted.

5. GENERAL SCOPE OF CONSULTANCY SERVICES

5.1 The Scope of work includes Providing Consultancy Services to attain atleast three star ratings for New Sports Complex and Teaching Block Complex on Western side at NITK Campus, Surathkal as per Green Rating for Integrated Habitat Assessment (GRIHA) as adopted by Ministry of New and Renewable Energy, Government of India.

5.2 The Consultant shall render the following services in connection and regard to the work. (i) Over all facilitation to obtain GRIHA rating from GRIHA Council. (ii) Prepare and provide all necessary templates for the design team, so as to meet GRIHA requirements. (iii) Perform calculations and documents as per individual criterion requirement of GRIHA. (iv) Prepare the documents as required for the GRIHA Certification and upload the same on GRIHA website after obtaining approval of engineer- in-charge. 11

(v) Consultants shall render all assistance required for obtaining GREEN certification from GRIHA for the proposed buildings till completion of the building in all respect. (vi) The scope of work include : (a) Detailed Energy Modeling and Energy simulation for optimized energy Performance. (b) Daylight Analysis (c) Sun path Analysis and design of shading to all fenestrations (d) Landscape and exterior lighting Analysis (e) Analysis of Building Envelope and design (f) Evaluation of the project for all GRIHA Criteria 1 to 34.

5.3 The Engineer-In-Charge reserves the right to modify the scope of work at any stage, without assigning any reason. No claim on this account will be entertained.

6. The scope of work mentioned above gives in general the work content but is not exhaustive i.e. does not mention all the incidental works required to be carried out. The work shall be carried out, all in accordance with true intent and meaning, regardless of whether the same may or may not be particularly described, provided that the same can be reasonably inferred there from. There may be several incidental works, which are not mentioned but will be necessary to complete the work in all respect. Nothing extra shall be payable beyond the rate quoted by the Consultant.

7. The Consultants, within the overall fees payable to him by the Engineer-in- Charge, should pay the fees of Specialists / Sub Consultants including their expenses towards visit and incidental charges. Nothing extra will be paid for site visits. The Consultant shall also be responsible for all the work, action and omissions of such Specialists/ sub consultant.

8 The Consultants shall provide names of all the specialists / sub consultants, to be engaged for providing above services, at appropriate time. However, these agencies would be engaged only after obtaining prior approval of the Engineer- in-Charge. In case the bidders themselves have in-house facilities/ specialization for the above services, the same should be mentioned. The scope of work of any of the above items may be deleted by the Engineer-in-Charge at his sole discretion. The following details shall be submitted the consultant.

8.1 Name and Title of Directors and Officers to be concerned with the work, with designation of individuals authorized to act for the organization.

8.2 Information on any litigation in which the bidder was involved during the last five years, including any current litigation.

8.3 Authorization for Engineer-in-Charge to seek detailed references.

8.4 Number of Technical personnel Employees, specialists in parent company and its subsidiary companies, specialists and consultant proposed to be engaged and how they would be involved in this work.

12

9 DEFINITIONS AND EXTENT OF AGREEMENT

9.1 The consultant accepts the relationship of trust and confidence established between him and the Engineer-in-Charge by this Agreement. He covenants the Engineer-in-Charge to furnish his best skill and judgement to co-operate in furthering the interests of the Engineer-in-Charge. He agrees to furnish efficient business administration and to use his best efforts to design the project in the best way and in the most expeditious and economical manner consistent with the interest of the Engineer-in-Charge.

9.1 Definitions

9.1.1 For the purpose of this Agreement, the following words and expressions shall have the meaning hereby assigned to them except where the context requires otherwise.

9.1.2 The “President” shall mean the President of India.

9.1.3 “Government” means the Government of India.

9.1.4 “Engineer-In-Charge” shall mean the Executive Engineer, NITK Surathkal Project Division-I, CPWD, Mangalore, who shall supervise & be in charge of the work & who shall sign the contract on behalf of the President of India.

9.1.5 “The Consultants” shall mean the individual, firm or company, whether incorporated or not, undertaking the Green Building consultancy work and shall include the legal personal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individual, firm or company.

9.1.6 The “Client” shall mean the National Institute of Technology, Karnataka head by the Director under Ministry of Human Resources Development, Govt. of India.

9.1.7 “Approval” shall mean approval granted by the Engineer-In-Charge in writing or accepted by him for incorporation in the works.

9.1.8 “Contractor” shall mean a person/firm/company engaged by the Engineer-In- Charge for executing the works.

9.1.9 “Proof Consultant” shall mean a reputed firm/ Institution engaged by the Engineer-In-Charge for undertaking independent proof checking/ vetting of drawings and designs carried out by the Consultants.

9.1.10 “Department” means CPWD or any department of Government of India which invites tenders on behalf of President of India.

9.1.11 “Sub Consultant” means an individual or a firm specialized in other correlated fields.

13

9.2 STAGES OF WORK

9.2.1 The consultant shall provide services as per the scope of this contract during the construction stages till the completion of building, and obtaining final certification from GRIHA/IGBC.

10 MODE OF PAYMENT OF FEE

10.1 The Engineer-In–Charge shall pay to the consultant as remuneration for the services to be rendered by the Consultant in relation to said work as per rates given in schedule of fee as quoted by the consultant. The consulting fees as per the schedule of fees are inclusive of fees payable by the Consultant to sub- consultant(s) and associates, if any, engaged by him. The fee includes direct expenses related to site visits by the consultant / sub-consultants. Nothing extra shall be payable on this account.

10.2 The applicable service tax shall be payable by the consultant directly to the concerned authority. The element of service tax as applicable shall be reimbursed as per actual, on production of proof of payment by the consultant.

10.3 The fees payable to the consultant shall be for full discharge of functions to be performed by the Consultant including Sub-consultants and no claim whatsoever against the department in respect of any proprietary right or copy right by the consultant or any other party shall be entertained. The consultant shall assume all liability, financial or otherwise in connection with this contract and shall protect and indemnify the Department from any and all damages and claims and / or liability arising out of violations by himself or by his employees or his authorised representatives / sub consultant of patent rights, royalties, design, trademarks of name or other protected rights, or any other reasons whatsoever, and shall himself defend all actions arising from such claims and shall indemnify the Department in all respect from such actions, costs and expenses. Nothing extra shall be payable on this account.

10.4 The consultant shall –

10.5 Communicate to the Engineer-in-Charge with in a fortnight of award of work, the names of all sub consultants to be associated with.

10.6 Enter in to a formal agreement with sub consultants bringing out all the relevant terms of their associates vis-a-vis consultant i.e., main architect / consultant.

10.7 Submit to the Engineer-In-Charge for record, all the formal letters of confirmation from the sub consultants to work with the main architect / consultant.

10.8 Pay the due share of fees payable to the sub consultants as and when they accrue to them from the progressive payments, which will be received by the consultant from the department. The consultant shall confirm this invariably in his subsequent running account bills to be preferred to the Engineer-in-Charge.

10.9 Not to be paid anything extra, in case of possible multiple uses of the drawings within NITK Campus.

14

11 STAGES OF PAYMENT OF CONSULTANT FEES FOR EACH OF THE ITEM UNDER SCHEDULE OF QUANTITIES:

(i) Submission of Day lighting report – 15%, (ii) Upon submission of Preliminary energy simulation report - 15%, (iii) Uploading all required documents on GRIHA website for certification by GRIHA Council – 30%, (iv) After obtaining provisional certificate from GRIHA Council– 30%, (v) After obtaining final certificate from GRIHA Council – 10%.

12 EXTENSION OF TIME

12.1 If the consultant is unavoidably hindered in carrying out the designs / drawings / documentation on account of delayed decision or the approval by the department which is necessary to carry out further work, he shall be allowed suitable extension of time by Engineer-In-Charge, whose decision shall be final and binding on the consultant. No claim of any kind shall be entertained from the consultant for such delayed approval / decisions by the department, except request for suitable extension of time.

13 ABANDONMENT OF WORK

13.1 That if the Consultant abandons the work for any reasons whatsoever or becomes incapacitated from acting as Consultant as aforesaid, the employer may make full use of all or any of the drawings / documents / records prepared by the Consultant and proceed from the stage from where the consultant left the work.

14 TERMINATION OF AGREEMENT

14.1 If the consultant fail to adhere to the time schedule or the extended time which may be granted by the employer in its sole discretion the employer shall be entitled to terminate this agreement and entrust the work to some other consultant and in that case the Consultant shall not be entitled to any compensation except the fees payable to him for the work actually done or services rendered, which have been duly approved by the Engineer-In-Charge. The decision of the Engineer-In-Charge as regards the actual work done and the amount of the fees due to the consultant on the basis of actual work done shall be final and binding on the consultant.

14.2 In the event of the termination of the agreement by the employer, the consultant shall not be entitled to any compensation or damages by reason of such termination, but only to the fees for the service actually rendered, which have been duly approved by the Engineer-in-Charge.

14.3 If the consultant closes their business or abandons the work or if this agreement is terminated as provided for in Para 14.1 hereinbefore, the Engineer-in-Charge shall be entitled to make use of all or any drawing(s), designs or other documents prepared by the consultant.

15

15 ARBIRTRATION

15.1 In the event of any, dispute of difference arising in any matter connected with this agreement or in regard to the interpretation of the context hereof, the same shall be referred to the sole arbitrator appointed by the Chief Engineer(SZ)III, CPWD, Bangalore. There shall be no objection that the arbitrator is a Government Servant. The decision of the sole arbitrator so appointed shall be binding on both the parties.

16 GENERAL CONDITIONS

16.1 The Consultant shall be fully responsible for the technical soundness of the work including those of specialists / sub consultants engaged if any, by him and also visit site from time to see that the work is carried out generally in accordance with the requirements so as to attain three star rating for the above mentioned buildings.

16.2 The Engineer-in-Charge or any officer nominated by him will have the liberty to meet Consultant and / or his Sub-consultants at mutually agreed meeting time.

16.3 The appointment of supervisory staff by the department will not absolve the Consultant of his responsibility for all provisions / services of the work as mentioned in the agreement hereinbefore entrusted to him so as to satisfy the requirement of Engineer-in-Charge and the GRIHA COUNCIL.

16.4 Two sets in hard copies, along with a soft copy in CD, of design calculations as per the requirement of scope of work shall be submitted to the Engineer-in- Charge for proof checking / vetting / record.

16.5 Consultant shall ensure timely flow of additional details, drawings, clarifications, at all stages of construction.

16.6 Consultant shall interact with one or more stake holders of the project, hold discussions, make necessary changes in the drawings/documents as per mutual discussions and decisions by the Engineer-in-Charge and shall submit brief report covering major points of discussions to the Engineer-in-Charge.

16.7 Rendering every assistance, guidance and advice in general to the Engineer-in- Charge on any matter concerning the technical aspects of the projects.

16.8 The Consultant will function as part of the team for the project.

16.9 The Consultant shall promptly notify the Engineer-in-Charge of any change in the constitution of his firm. It shall be open to the Engineer-in-Charge to terminate the Agreement on the death, retirement, insanity or insolvency of any person being Director in the said firm, or on the addition or induction of a new Director. But until its termination by the Engineer-in-Charge as foresaid, this contract agreement shall continue to be in full force and effect, notwithstanding any changes in the constitution of the firm by death, retirement, insanity or 16

insolvency of any of its Director or addition or induction of any new Director. In case death or retirement, the surviving or remaining Directors of the firm shall be jointly and severally liable for the due and satisfactory performance and for compliance of all the terms and condition of this contract agreement.

16.10 Consultant’s fee is also inclusive of responsibilities of carrying out modifications in approved designs, if any, required during execution of work due to site conditions or for any other reasons.

16.11 Consultant’s fee is also inclusive of their travel charges including their lodging and boarding charges for visiting the site of work as and when required at site. The Engineer-in-charge will intimate the consultant in advance about such requirement at site. However the total number of visits to the site of work at Surathkal, Mangalore will be limited to five.

In witness whereof the parties hereto have signed this deed hereunder on the date respectively mentioned against each signature.

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru.

Consultant :

Seal :

17

SCHEDULE OF QUANTITIES

NAME OF WORK : Providing Consultancy Services to facilitate Green Building Certification from GRIHA Council for the works of Construction of New Sports Complex and Construction of Teaching Block Complex on Western side at NITK Campus, Surathkal, Mangalore, Karnataka.

Total consultancy fees payable:

Sl. Particulars Qty Uni t Consultancy fee (in No. figures & words) 1 Construction of New Sports Complex at NITK Campus Surathkal, Mangalore, Karnataka. With plinth area of 8798 sq-m 1 each

2 Construction of Teaching Block Complex on Western side at 1 each NITK Campus Surathkal, Mangalore, Karnataka. With plinth area of 6993 sq-m

Total fee payable:

(Rupees……………………………………………………………………………..only)

CONSULTANT Executive Engineer, NITK SPD-I

Note: The elements of service tax as applicable shall be reimbursed as per actual, on production of proof of payment against this work by the consultant and therefore the quoted amount shall be exclusive of service tax.

18

1. I/ We hereby offer our consultancy services at a lump sum fee per each

building as indicated above.

2. I/ We have read and examined the notice inviting bids, scope of consultancy services, mode of payment and other terms and conditions and all other contents in the bid documents of the work.

3. I/ We agree to keep our offer valid for 90 days from the date of opening of Bid.

4. I/ We declare that we shall treat these documents and other documents connected with the work confidential and shall not communicate the information derived there from to any person other than a person to whom we have been authorized to communicate.

5. I/ We agree that the payment of consultancy fees shall be paid as per the stages mentioned in Bid.

6. I/ We agree that the Architect / Consultant and his associates attend the

Office / Site of work for discussion as per requirements.

7. I/We agree that during the course of consultancy, the consultancy would be required to interact with the client for which nothing extra shall be payable to us.

8. I/We agree that the quoted rates shall be inclusive of all statutory taxes except service tax. The service tax will be reimbursed to us upon submission of proof of payment of service tax to the concerned authority.

9. I/We agree that the Income tax as payable as per statutory orders / laws shall be deducted at source. TDS certificate shall be issued to us for such tax deduction at source.

Date: ……………………..

Signature of Authorized Signatory of the Firm

Executive Engineer, NITK Surathkal Project Division – I, CPWD, Surathkal, Mangaluru.