RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Lake and Oasis Fast Food, Tourist Complex at .

E - TENDER NOTICE On line bids are hereby invited on behalf of the Managing Director, Tourism corporation, for the works mentioned below:-

Date of Date of Date for Date of Sr. Name of Work downloadi submissio physical opening No. ng of e- n of e- submission of tender Tender of EMD, technical documents Tender bid fees and (Online) eligibility documents 1. Tender Notice to engage an Architect-cum- Start Date: Start Start Date: Date: Consultant for preparing a development and Date: reorientation plan for Upgradation of Tourist 28.02.2018 03.04.2018 infrastructure and other facilities at Karna 28.02.2018 9:00 AM 03.04.201 Lake and Oasis Fast Food, Tourist Complex at End Date: 8 Karnal. 02.04.2018 End Date: 2.30pm EMD: Rs.2.00 Lakhs.___ 6.00 PM. End Date: 03.04.2018 Tender fees Rs._1000/-______02.04.2018 1:00 PM Time limit: 12-Months 6.00 PM.

1. The cost of tender documents and earnest money shall be deposited in the form of Banker Cheque/ Demand Draft / Call- Deposit of any scheduled bank payable at Chandigarh in favour of Managing Director, HTC, Chandigarh which is valid for 90 days. 2. Bidders should possess digital signature certificate class-2 for participating in online tendering process 3. Bid Document can be downloaded from the website of Haryana Government www.etenders.hry.nic.in. Also visit our website www.haryanatourism.gov.in

Issued by Director General Tourism, Haryana, SCO-17-19, Sector-17B, Chandigarh.

1

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

DISCLAIMER a. Though adequate care has been taken in the preparation of this Request for Proposal Document, the Bidder should satisfy himself that the Document is complete in all respects. Intimation of discrepancy, if any, should be given to the Managing Director at below mentioned address latest by 1100 hours, in case, no such intimation is received by the said deadline, it shall be deemed that the Bidder is satisfied that the Document is complete in all respects. The Managing Director, Haryana Tourism Corporation, SCO 17-19, Bank Square, Sector 17 - B, Chandigarh 160017 Phone:- 0172-2702955-56-57, FAX No. 0172- 2703185, 2702783 Email: [email protected] b. Neither Haryana Tourism Corporation (hereinafter referred to as Haryana Tourism Corporation) nor their employees or consultants make any representation or warranty as to the accuracy, reliability or completeness of the information in this Request For Proposal document. Each prospective Bidder should conduct his own investigations and analysis and check the accuracy, reliability and completeness of the information in this Request For Proposal document and obtain independent advice from appropriate source before submission of this Request For Proposal and later RFP Document if short-listed. c. Neither Haryana Tourism Corporation nor their employees or consultants will have any liability to any prospective Bidder or any other person under the law of contract, for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this REQUEST FOR PROPOSAL document. d. Haryana Tourism Corporation reserves the right to reject any or all of the Request for Proposal’s submitted in response to this Request For Proposal document at any stage without assigning any reasons whatsoever. Haryana Tourism Corporation also reserves the right to hold, or withdraw or cancel the process at any stage under intimation to the Bidders who submit the Request For Proposal. e. Haryana Tourism Corporation also reserves the right to modify or amend or add to any or all of the provisions of this Request For Proposal document or cancel the present Invitation and call for fresh Invitations. f. Neither Haryana Tourism Corporation nor their employees or consultants will have any liability in case of non-receipt of any correspondence from them to the Bidders due to the postal delays. g. The applicable laws for the purpose are the laws of India. Courts of Chandigarh will have jurisdiction concerning or arising out of this Request For Proposal document.

2

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

1 ABBREVIATIONS

REQUEST FOR PROPOSAL document GoH GoI Government of India RFP DOCUMENT Request for Proposal HTC Haryana Tourism Corporation

3

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

2 SCHEDULE OF BIDDING PROCESS The indicative timetable for development of this project is as follows:

Activity Scheduled Date

Issue of Request For Proposal document 28.02.2018

Project Briefing Meeting ( Pre bid Meeting) 09.03.2018 at 11.30A.M.

Date of submission of E-Tender 02.04.2018 at 6.00 PM

Due date for Request For Physical Proposal document 03.04.2018 before 1:00 P.M. submission

Due date for opening Request For Proposal’s received 03.04.2018 at 2.30 P.M.

Presentation of Concept and Technologies Will be informed separately.

4

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

Section 1 – Invitation for Bids

Sealed competitive bids, under two bid systems, are invited to engage an Architect- cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal. 1. Authority invites Bids from reputed technically & financially sound, resourceful and experienced companies/ firms/ agencies for overall scope of work, as per the terms and conditions described in this RFP Document. 2. Bidders are advised to study the RFP Document carefully. Submission of Bids shall be deemed to have been done after careful study and examination of the RFP Document with full understanding of its implications. Sealed offers prepared in accordance with the procedure enumerated in Clause 1 section 2 should be submitted to the authority not later than the date and time laid down, at the address given in the Scheduled for invitation to Tender under Clause 4 of Section-1. 3. The Bidder must enclose with its Technical Bid, the Bid Security, in the form of a Bank Demand Draft drawn in favour of Managing Director, Haryana Tourism Corporation payable at Chandigarh issued by a Nationalized/Scheduled Bank for an amount of Rs. 2,00,000/- (Rs.Two Lakhs Only)_and the same must be valid for 90 days beyond the validity of Bid. 4. Scheduled of Invitation for Bids. (a) Name of the Officer Inviting the Bids:- The Managing Director, Haryana Tourism Corporation, Chandigarh. (b) Addressee and address at which Tenders to be submitted & opened:- The Managing Director, Haryana Tourism Corporation, SCO 17-19, Bank Square, Sector 17 - B, Chandigarh 160017 Phone:- 0172-2702955-56-57, FAX No. 0172- 2703185, 2702783 Email: [email protected] 5. Interested Bidders may obtain the RFP DOCUMENT from the office of the Haryana Tourism Corporation, Chandigarh on all working days from Monday to Friday between 10.30 Hrs. to 17.00 Hrs. or from the website www.etenders.hry.nic.in. Note:- Authority shall not be responsible for non-receipt/no-delivery of the Bids due to any reason whatsoever.

5

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

Section 2 – Instructions to Bidders 1. Procedure for submission of Bids 1.1. It is proposed to have following system for this Bid Process as under: (a) Technical Bid in one Cover. (b) Financial Bid is to be quoted online as being done in E-tenders. 1.2 The Technical bid of the Bidder should be put in separate sealed covers super scribing the wording. (a) Technical Bid is also to be uploaded online. (b) Financial Bid is to be quoted online. The sealed cover, containing “Technical Bid” clearly marked to engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal alongwith the name, contact number and address of the bidder. 2. Content For the RFP Document 2.1 The scope of Work, Bid Procedures and Contract Terms are prescribed in the RFP Document. The RFP Document includes: Section 1:- Invitation for Bid. Section 2:- Instruction to Bidders. Section 3:- General Terms & Conditions. Section4:- Bid Documents. Section 5:- Scope of Work. 2.2 The bidder is expected to examine all instructions, forms, general terms & conditions, scope of work and schedule of requirements in the RFP Document. Failure to furnish all information required by the RFP Document or submission of a Bid not substantially responsive to the RFP Document in every respect will be at the Bidder’s risk and may result in the rejection of the Bid. 3. Language of Bids 3.1 The Bids prepared by the Bidder and all correspondence and documents relating to the Bids exchanged by the Bidder and Authority, shall be written in the English Language. 4. Documents comprising the Bids 4.1 The Bids prepared by the Bidder shall comprise of the following components: (i) Technical Bid 5. Bid Costs 5.1 The bidder shall quote the Financial Bid Online , in the format prescribed, indicating the total cost of the Services (Inclusive of applicable taxes) it has to provide for the Scope of Work under this tender at section “5”, detailing of this cost will be provided by the bidder in the format provided in Annexure E of Section 4. 5.2 No additional freight or any other charges etc. shall be payable by the Authority. 5.3 Incomplete or conditional bids will summarily be rejected. The total cost quoted shall be valid till the total completion of the job.

6

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

5.4 The bidders shall be solely responsible for payment of wages/salaries and allowance to his personnel that might become applicable under the prevailing acts or order of Government. 5.5 The rates and prices offered shall be for the total job as per the scope of work given in Section 5 and prices would be final and binding on the bidder. 6.1 The Bidder as used in the RFP DOCUMENT shall mean the one who has signed the 6. Bidder Qualification Bids. The bidder may be either the constituted attorney of the Company/firm/Organization or the Principal Officer or his duly Authorized Representative in which case he/she shall submit a certificate of authority. All certificates and documents (including any clarification sought and any subsequent correspondences) received hereby, shall, be furnished and signed by the Bidder. 7. Bid Security 7.1 The Bid Security is required to protect the Authority against the risk of Bidder’s conduct which would warrant the security’s forfeiture. 7.2 Any Bid without Bid Security will be rejected. 7.3 Unsuccessful Bidder’s Bid Security will be discharged/ returned as promptly as possible, but not later than 30 days after the expiration of the period of Bid validity prescribed. 7.4 The Bid Security of the successful bidder shall be retained as contract performed security and shall only be discharged after successful completion of the project. 7.5 The Bid Security may be forfeited if: a Bidder withdraws its Bid during the Period of validity of Bids specified by the Bidder in the Bid, or is unable to discharge any of the services assigned for successful completion of the event. 8. Format and signing of Bid 8.1 The Technical Bid shall be typed or written in indelible ink and shall be signed by the person or persons duly authorized. All pages of the Technical Bid (except for un-amended printed literature) shall be initiated and stamped by the authorized signatory of the Bidder. 9. Revelation of Prices 9.1 Prices in any form or by any reason before opening the Financial Bid should not be revealed, failing which the Financial Bid shall be liable to be rejected. 10. Local Conditions 10.1 It will be imperative on each Bidder to fully acquaint himself with the local conditions and factors, which would have any effect on the performance of the contract and/or the cost. 10.2 The Bidder is expected to visit and examine the site and its surroundings and obtain for themselves on their own responsibility all information that may be necessary for preparing the Bid and entering into contract. The cost for visiting the site shall be at Bidder’s own cost. 10.3 The Bidder must have been in existence for at least 05 (Five) Years as on the last date of the submission of proposal.

11.Financial Criteria:

7

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

The Applicant should have a minimum average annual project turnover of Rs. 50.00 Crore (Rupees Fifty Crore Only) and consultancy turnover 2.00 crores in last Three Financial Years in similar area of work. Haryana Tourism Corporation reserves the right to verify the above details from the respective authorities. The bidder shall give authorization to Haryana Tourism Corporation to do the same. 11.1 The organization has at least 10 regular technical/ professional manpower including the qualified supervisor. 11.2 Bidder must have an experience of similar nature work. 11.3 The Bidder should not be currently blacklisted or banned by any Pvt/.Corporate/Trust/Society/ Govt. Department/PSU in India for corrupt or fraudulent practices or non-delivery or non-performance in last 3 years (as on the last date of submission of proposal). The bidder has to provide the appropriate evidence (Successful work order contract or any other proof) for all above mentioned specifications. 12. Documents to be submitted by bidders for Technical Qualification 12.1 Bank draft towards Bid security of Rs. 2,00,000/- ( Rs. Two Lakhs Only) 12.2 Documents relating to registration as company/ firm in India, 12.3 Documents relating to past experience as per Annexure C of Section 4. 12.4 Proof of Annual Turnover for last three years (as on the last date of submission of proposal) as Annexure D of Section 4. 12.5 Company details as per Annexure B of Section 4. 12.6 Technical/Professional manpower details of permanent staff. 12.7 Power of Attorney to Joint Bidding Agreement is allowed. 13. Late Bids 13.1 Any Bid received after the last date and time will be rejected and or returned unopened the Bidder. 14. Withdrawal of Bids 14.1 No bid may be withdrawn in the interval between the last date for receipt of Bids and the expiry of the Bid validity period specified by the Bidder in the Bid. Withdrawal of a Bid during this interval shall result in the Bidder’s forfeiture of its bid security. 15. Opening of Bids 15.1 The Tender Evaluation Committee (TEC) will open the Bids, in the presence of the representative of the Bidders who choose to attend, at the time, date and place, as mentioned in scheduled for tender process of this document. The TEC will open and evaluate the technical bids as per the evaluation criteria indicated in Clause 18 of Section 2. Financial bids of technically qualified bidders will be opened as per the date and time mentioned in the Schedule. 16. Clarification 16.1 When deemed necessary, the authority may seek clarification on any aspect from the Bidder. However, that would not entitle the Bidder to change or cause any change in the substance of the Bid submitted or price quoted.

8

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

Stage –1:-

Pre-qualification Criteria for bidders:-

The bidder should be fulfilling the following preconditions and must also upload/ submit documentary evidence in support of fulfillment of these conditions while submitting the bid. Sr. No Pre -Qualification Documents Documentary Evidence 1 Tender Documents digitally signed & digitally signed and stamped to be Stamped uploaded 2 Tender Fee (non-refundable) Rs.1000/- (One Thousand Only) deposit details. Haryana Tourism Corp Ltd. Allahabad Bank, Sector-17B, Chandigarh. A/c No. 50015561718 Transaction ID NO.______IFSC code: ALLA0210176 Date______Issued from bank______UTR No.______dated______3 Earnest Money Deposit amount (EMD) Rs.2,00,000/- ( Two Lakhs Only) deposit details Haryana Tourism Corp Ltd. Allahabad Bank, Sector-17B, Chandigarh. A/c No. 50015561718 Transaction ID NO.______IFSC code: ALLA0210176 Date______Issued from bank______UTR No.______dated______4 The bidder has to submit self- certified letter indicating that they have not been blacklisted by any Government Department, Organization, Corporation, Authorities/ Bodies etc. Please upload self-certified letter – As per format given in Annexure-H. 5 Copy of PAN No Please upload copy of PAN Card 6 Proof of Registration with Goods & Please upload copy of Goods & Services Tax Services Tax Registration 7 Organizational structure of firm, sister concerns, List of branch office details including office details at /NCR name of Directors/Proprietor/Partners with technical staff and other related details Please upload information as per needs to be provided. Annexure-B 8 In case companies following financial year as accounting year:- Audited balance sheets, statements of profit and loss and audit report/ Tax Audit Report from a firm of chartered accountants for the 3 financial years:- Please upload copies of audited For the year 2014-15 balance sheets, statement of Profit 2015-16 and Loss Account and audit report 2016-17 for three financial years as indicated.As/ Annexure –D 9 Proof of minimum average annual Project turnover amounting to Rs.50.00 crore & Consultancy Turnover Rs 2.00 Crores. in the relevant work management field duly certified from Chartered Accountant during 3 financial years ending Copy of certificate from a firm of 31st March each of following years 2014- Chartered accountant syndicating the 15 turnover specially from the relevant 2015-16 work field to be uploaded. Annexure 2016-17 - D 10 Copy of the ITR for the financial years Copy of ITR for the required 2013-14, 2014-15 and 2015-16(Assessment financial years/assessment years to years 2014-15,2015-16 and 2016-17. be uploaded.

9

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

11 The bidder shall submit a power of attorney authorizing the Signatory of the bid to sign and execute the contract in case the bid is signed by a person other than Power of Attorney as per the format proprietor/partner/director given in Annexure -F . 12 Memorandum & Articles of Association including Certificate of Incorporation/ Partnership Deed etc., and duly The prospective bidder must have at least supplemented with copies of work 5 (five) years working experience in orders/ supporting documents citing this field upto 31.03.2017 experience Annexure – C .

13 The consultant should be registered with Indian council of Architects Attach proof of Registration

17. Preliminary Examination 17.1 The authority will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required Bid Security has been furnished, whether the documents have been properly signed, and whether the Bids are generally in order as per the checklist in Annexure I of Section 4. 17.2 A Bid determined as not substantially responsive will be rejected by the Authority and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 18.Technical Evaluation- Stage -2.

Technical Marking Sheet S. No. Parameter Weightage Max score 1 Specific Experience of the Agency relevant to assignment 45 Marks A Experience of Handling number of 3 Nos. 05 20 similar works with Central/State 4-6 Nos. 15 Government/PSUs/Corporate/Trust/ 7 & above 20 Societies. B Experience of firm 5 Years 5 10 6-8 Years 7 9 & Above 10 2 Average Annual Turnover 15 Marks A The Bidder should have average 50 crore 5 15 annual project turnover of 50.00 cr. In 51-75 Crores 10 last three financial year’s i.e. 2013-14, 76 & above 15 2014-15, 2015-16 B The Bidder should have average 2.00 crore 5 15 annual consultancy turnover of 02.00 2.00 – 2.99 crore 10 crore. 3.00 crore & 15 above 3 Number of Professional/Qualified 10 Marks Staff A The bidder should have minimum 10 10-15 5 10 Professional/Qualified staff on rolls of 16 & Above 10 the Agency/Firm. 4 Presentation 30 Marks a A Microsoft power point Evaluation will be based on presentation by Company/Firm concepts, technology, which includes understanding of quality of material, No. of requirements, proposed solution, elements. relevant experience and proposed  Comprehension of 07 plan to execute the work, Design scope and need of and concept. the project.

10

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

 Creation innovation 08 in approach.  Clarity and 07 competence of implementation.  Overall presentation. 08 [ Total 100 Following enhancement factors of 10% (as illustrated in table below) will be applied to annual turnover and project costs to bring them to the base year, the current financial year in which bid is invited shall be considered as the base year.

Sr. No. Year Financial year Enhancement Factor 1 Base year (year of 2015-16 1 inviting tender) 2 1st 2014-15 1.10 3 2nd 2013-14 1.21 4 3rd 2012-13 1.33 5 4th 2011-12 1.46 6 5th 2010-11 1.61

18.1. Evaluation Criteria

Only those bidders who fulfil the pre-qualification criteria (stage01) shall be shortlisted for Technical evaluation (Stage-2). Total marks allocated at stage-2 i.e. Technical evaluation is 70 marks and presentations comprises of 30 marks making Total Marks allocated at technical evaluation stage as 100 marks. The bidder scoring minimum 70 marks (70% of 100 marks) will qualify for opening of the financial bid in the stage-3. - The financial bid at stage-3 will be opened only after completion of stage 2 and the date of opening of financial bid will be intimated to the technically qualified bidders separately. - Marks will be awarded on the basis of Quality Cost Basis Systems (QCBS) at stage- 2 i.e. technical evaluation stage including presentation before evaluation committee in order to arrive at total marks at technical stage. The schedule of presentation will be intimated separately.

19. Evaluation of Bids 19.1. Technical Evaluation:- In the first stage the Technical proposal will be evaluated for minimum eligibility criteria. Applicants fulfilling the minimum eligibility criteria will be considered for marking as per evaluation criteria of Clause 18 of this section. 19.2 Financial Evaluation:- In the second stage, the financial evaluation will be carried out as criteria given below: The lowest financial Proposal (FM) will be given a financial score (FS) of 100 Points. FS (Financial Score) = 100XFM/F

11

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

(FM = Amount of Lowest Financial Proposal). (F = Amount of Financial Proposal Quoted by the Consultant/Bidder). For financial evaluation, the total cost indicated in the financial Proposal as per Annexure E of Section 4 for all of the services will be considered. The Authority will determine whether the Financial Proposal are complete, unqualified and unconditional. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services for each services. Omission, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfill its obligations as per the scope of work within the total quoted price shall be that of the Selected Company. 19.3:- Combined and Final Evaluation:- Proposals will finally be ranked accordingly to their combined technical (TS) and Financial (FS) scores as follows. S = TS X TW + FS X FW Where S is the combined score and TW and FW are weights assigned to Technical Proposal and Financial Proposal that shall be 0.70 and 0.30 respectively. The combined scores of the bidder will be added to arrive at the final combined score. 19.4 The selected Bidder will be the first ranked Bidder having the highest final combined score. The second ranked Bidder shall be kept in reserve and may be invited for negotiations in case the first ranked Bidder withdraws, or fails to comply with the requirements specified in the RFP DOCUMENT, as the case may be. 19.5 The Contract will be awarded to bidders with highest total score. In case of tie of highest total score, then technical evaluations score would be given preference among the bidders. In case of same technical evaluation score, then agency having more no. of years of relevant experience in this field would be the deciding factor. 19.6 The Authorities reserves the right to accept any bid and to reject any or all bids. 20. Notification of Award 20.1 Prior to the expiration of the period of Bid validity, the Authority will notify the award of work to the successful Bidder in writing by registered letter or by email as mentioned by the bidder. 20.2 The notification of award will constitute the formation of the Contract. 21. Rejection Criteria 21.1 Technical Bid Rejection Criteria. The following vital technical conditions should be strictly complied with failing which the bid will be rejected: (i) Only the Bidders who quote for the complete Services as included in Section 5- Scope of Work of this RFP DOCUMENT and any subsequent information given to the Bidder shall be considered. Incomplete Bids will be rejected outright. Evaluation will be carried out for the total scope of work covered in this RFP DOCUMENT. (ii) If the information provided by the Bidder is found to be incorrect/ misleading at any stage/ time during the tender process. 21.2 Financial Bid Rejection Criteria.

12

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

The following vital technical conditions should be strictly complied with failing which the bid will be rejected: (i) The Technical Bid shall contain no prices or financial Bid details. Offers with Technical Bid containing prices shall be rejected outright. (ii) Bids submitted without Bid Security along with the Technical Bid. (iii) Bids received through Fax/email. (iv) Bids, which do not confirm unconditional validity of the Bid for 90 days from the date of opening of Technical Bids. (v) Bids where prices are not firm during the entire duration of the contract and/ or with any qualifications. (vi) Bids, which do not confirm to the financial Bid format as per the specifications mentioned in Annexure E of Section 4. (vii) Bids, which do not confirm to the completion period indicated in the RFP DOCUMENT.

SECTION 3 GENERAL TERMS AND CONDITIONS 1. Time for completion of work The entire scope of work must be completed within the stipulated days from the date of Notification of Award of work. 2. Compliance with the code of integrity and no conflict of interest Any person participating in a procurement process shall: (a) Not offer any bribe, reward or gift of any material benefit either directly or indirectly in exchange for an unfair advantage in procurement process or to otherwise influence the bid process. (b) Not to misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other benefit of avoid an obligation. (c) Not to indulge in any collusion, bid rigging or anti-competitive behavior to impair the transparency, fairness and progress of bid process. (d) Not to misuse any information shared between the Authority and the Bidders with an intent to gain unfair advantage in the bid process (e) Not to indulge in any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party of to its property to influence the bid process. (f) Not to obstruct any investigation or audit to a bid process. (g) Disclose conflict of interest, if any and (h) Disclose any previous transgressions with any Entity in India or any other country during the last three years of any debarment by any other procuring entity. 3. Conflict of interest (a) The Bidder participating in a bidding process must not have a Conflict of Interest. A Conflict of Interest is considered to be a situation in which a party has interests that

13

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, of compliance with applicable laws and regulations. (b) A bidder may be considered to be in Conflict of Interest with one or more parties in a bidding process if, including but not limited to: (i) Have controlling partners/shareholder in common; or (ii) Receive or have received any direct or indirect subsidy from any of them; or (iii) Have the same legal representative for purposes of the Bid; or (iv) Have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, of influence the decision of the Authority regarding the tender process; or (v) The Bidder participates in more than one Bid in a bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the Bidder is involved. However, this does not limit the inclusion of the same sub contractor, not otherwise participating as a Bidder, in more than one Bid; or (vi) The Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the Goods, Works or Services that are the subject of the Bid; or (vii) The Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Authority as incharge/Consultant of this Work/Contract.

4. Liquidated Damages for Delay in Services Time is the essence of this work and the selected bidder has to ensure that the entire scope of work is completed well within the stipulated time scheduled falling which penalty at the rate 1% of the total cost of work per week shall be levied on the selected bidder and 10% maximum penalty will be levied. 5. Force Majeure (a) In the event of either party being rendered unable by force Majeure to perform any obligation required to be performed by them under the contract, the relative obligation of the party affected by such Force majeure shall be suspended for the period during which such cause lasts. (b) The term “Force Majeure” as employed herein shall mean acts of God, War, Civil roits, Fire directly affecting the performance of the contract, Flood and Acts and Regulations of respective government of the parties, namely, the authority and the selected agency. (c) Upon the occurrence of such cause and upon it is notify the other party in writing, the beginning rendered of the cause amounting to Force Majeure as also the ending of the said clause by giving notice to other party within 24 hours of the ending of the cause respectively. 6. Applicable Law and Jurisdictions

14

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

7. Dispute Resolution (a) Authority and Bidder shall make every effort to resolve amicably by direct informal negotiations, any disagreement of disputes, arising between them under or in correction with the Contract. (b) If, after Thirty (30) days from the commencement of such direct informal negotiations, Authority and Bidder have been unable to resolve amicably, a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism specified in Clauses c and d. (c) In the case of a dispute or different arising between Authority and Bidder relating to any matter arising out of or connected with this Contract, such dispute or difference shall be referred to the award of two Arbitrators, one Arbitrator to be nominated by Authority and the other to be nominated by the Bidder or in case of the said Arbitrator in writing before proceeding with the reference, and in case the Arbitrators cannot agree to the Umpire, he may be nominated by the Secretary, Indian Council of Arbitration, New State’s. The award of the Arbitrators, and in the event of their not agreeing, of the Umpire appointed by them or by the Secretary, Indian Council of Arbitration, New State’s shall be final and binding on the parties. (d) The Arbitration and Conciliation Act 1996, the rules there under and any statutory modification of re-enactments thereof, shall apply to the arbitration proceedings. (e) The venue of arbitration shall be in Chandigarh. (f) Authority may terminate this contract, by giving a written notice of termination of minimum 30 days, to the Bidder. 8. Severance In the event any provision of this Contract is held to be invalid of unenforceable under the applicable law, the remaining provisions of this Contract shall remain in full force and effect. 9. Governing Language The agreement shall be written in English language. All correspondence and other documents pertaining to the contract that are exchanged by parties shall be written in English language only. 10. Governing Law This Contract shall be governed in accordance with the laws of India. 11. Compliance with Laws The Bidder shall comply with the laws in force in India in the course of performing the contract. 12. Representations and Warrants The Bidder represents and warrants that all services performed under this Agreement shall be of professional quality conforming to generally accepted industry practices. Services performed by the Bidder which are determined by the Authority to be of less than professional quality shall, at the Authority option, be corrected by the Bidder, at the Bidder expenses. 13. Insurance

15

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

The Bidder shall ensure that all his employees posted at Authority are adequately insured & covering each incidence for personal injury caused or arising out of the performance of the services. The Agency shall keep the employer, its servants or agents indemnified against claims, actions or proceedings brought or instituted against the employer, its servants or agents by any of Agency’s employees of any other third party in connection with, relating to or arising out of the performance of the services under the agreement. The agency is also required to obtain the third, party insurance for each incident. The agency shall also require obtaining workmen compensation policy for each employee and covering all the staff deployed at the site during the contract period. The supporting documents in respect of insurance should be produced within one month of taking over the charge. 14. Professional Fee:

 For all of the services mentioned a fee expressed in lump sum should be quoted. The fee shall include all the taxes except G.S.T .which shall be paid extra as Govt. instructions from time to time. The said lump sum fee shall include all costs incurred in making sufficient visits to the site by the consultant as also by the sub-consultants enlisted by the consultant as approved by the client irrespective of number of persons or days of visit. No T.A. or D.A. on this account shall be admissible.  Any additional government levies/taxes that are imposed by law after the date of the receipt of the proposal shall be to the account of the Client. 15. Schedule of Payment of Fees:

For Master Planning and Design Services, Comprehensive Architectural Design Services including structural, electrical, sanitary, plumbing and landscape, the consultant shall be paid professional fee in the stages as per schedule attached.

Stage 1 10% of the total fees payable (A) On submitting conceptual designs and Rough estimate of cost (B) On submitting the required 10% of total fee payable. Preliminary scheme for the Client’s approval along with the Preliminary estimate

Stage-2 10% of Total fees payable. On incorporating Client’s Suggestions and submitting Drawings for final approval Stage-3 15% of the total fees payable Upon preparation of working drawings, Specifications and Schedule of Quantities sufficient to prepare Estimate of cost and preparation of Tender

Stage-4 25% On inviting, receiving and analyzing Tenders, advising Client on appointment Of contractors and On submitting

16

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

working drawings and Details required for commencement of Work at site and during execution. This payment shall be in proportion to the actual execution of work at sie.

Stage5 30% of the total fees payable. Upon Completion

16. Execution of Assignment:

1. The Consultant shall keep the Client informed about the progress of work in his office. 2. The Consultant can appoint specialized subsidiary consultants (sub-consultants) in consultation with the client, wherever necessary. Note: Scope of work makes it almost mandatory to have, in addition to other such sub-consultants as are deemed fit to be engaged, the assistance of sub-consultants in the areas of Public Health Engineering, Lighting & Electrical, Landscaping, Restoration, Chemical Treatment (insulation of exposed stones against wear & Tear and stains). The applying consultants/consultant firm must ensure that they have the expertise/assistance of these sub-consultants available to them and must enlist such the availability of such sub-consultants or, as the case may be, in house expertise available to them in these areas with credential details pertaining to them. The assessment of expertise available to the consultants, more specifically in the areas mentioned here, will constitute a significant component in appraising/evaluating the technical bid.

3. The Consultant shall be responsible for the direction and integration of the work of the other subsidiary Consultants and shall be fully responsible for the calculations, the detailed design and periodic inspection and evaluation of the work entrusted to them as well. The Consultant shall, if requested, make available the design calculations. 4. The Consultant will advise the Client on the Time Schedule (Bar Chart/PERT/CPM Network) prepared by the contractors for the completion of work, if required. 5. The Consultant shall supply to the Client, free of cost, three copies of all drawings and documents in the design phases and eight copies of all working drawings and other documents in the construction phase. Any copies in addition to the above may be charged for separately as per actual expenses incurred. However soft copies of all drawings must be provided. 6. The Consultant shall not make any deviations, alterations or omissions from the approved drawings, involving financial implications, without prior consent of the Client. 7. The Consultant shall exercise all responsible skill, care and diligence in the discharge of his duties and shall exercise such general superintendence and inspection as may be necessary to ensure that works are being executed in accordance with the Conditions of Contract.

17

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

17 Schedule of submissions

i) Concept Lay out plan = 2 weeks from start of work

ii) Final drawings = 3 weeks from approval

iii) Working drawings and services = 4 weeks from approval

iv) Detailed estimates = 6 weeks from approval

v) Tender documents = 8 weeks from approval

vi) Submission of tender analysis = 2 weeks from receiving tender

8. If the exigency so dictates or the client so desires the above mentioned schedule may be advanced occasionally and the Consultant shall abide by it.

9. 18. Additional Services / Payment:

1. The scope of work described above under the scope of works constitutes the essential works, and shall be termed as the Basic Services. No additional payment for any additional service required at site but not stated in scope of work shall be made. 2. No additional services shall be carried out without the prior approval of the client. 3. No change shall be made in the approve drawings and specifications at site without the mutual consent of the Client and the Consultant. 4. All payments shall preferably be made within fifteen days of receipt of the bill. 5. Unless expressly provided for/agreed upon in terms of agreement, the Consultant shall bear all expenses towards travel and stay for himself and the members of his team, including the subsidiary consultants and their teams, and no separate payment shall be made for the same. 6. If the project is prematurely terminated, fees shall be paid to the Consultant based on the percentage level of completion of each phase of the project. In such a case, the designs developed by the Consultant shall not be subsequently used without his consent. 7. If the project is placed on “hold” for any period exceeding six months, then work that needs to be repeated shall be taken into consideration when adjusting for any payments already made. 19. Time Schedule

The Consultant shall, in consultation with the Client, prepare a Time Schedule in respect of various services to be rendered and discharge of Client’s obligations.

20. Validity

The Validity of offer by the Consultant will be Three months from the date of opening of the envelop containing financial proposal.

21. Termination of Agreement

18

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

The Agreement may be terminated at any time by either party by giving a written notice of two months to the other party. 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 services actually rendered. In the event of termination of contract by the Consultant the Earnest Money Deposit shall not be refunded.

22. Transfer of Interests

So long as the Agreement subsists, neither the Employer nor the Consultant shall assign, sublet or transfer their interest in this Agreement, without the written consent of the other.

23. The Haryana tourism Corporation reserves its right to reject any or all the bid without assigning any reason. 24. In case of any dispute, the decision of Managing Director, Haryana Tourism Corporation shall be binding on both the parties.

19

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

The technical bid and financial bid shall form part of the agreement to be entered into by the Consultant within 15 days of the issue of letter of intent by, for and on behalf of the Client.

Note: Besides the amount of Rs ______deposited towards the earnest money at the time of submitting the proposal, for the successful bidder/person to whom the contract is awarded or to whom the work or any part thereof is assigned at anytime, an amount representing 5% of every payment released to him towards the fee of the consultancy shall be retained by the client forming part of the composite earnest money to be refunded at the successful completion of the contract or, as the case may be, assigned part of the contract.

Signature of authorized Representative of the Architect /Architectural firm

20

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

SECTION 4 BID DOCUMENT ANNEXURE A TECHNICAL BID SUBMISSION LETTER (to be executed on a letter head) Date: The Managing Director, Haryana Tourism Corporation, SCO 17-19, Bank Square, Sector 17 - B, Chandigarh 160017 Sir, Subject: RFP to engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

Being duly authorized to represent and act on behalf of ______(hereinafter referred to as "the Bidder"), and having reviewed and fully understood all of the Request For Proposal requirements and information provided, the undersigned hereby express our interest to provide consultancy for the captioned project. We confirm that we have examined the terms and conditions published in the Request For Proposal advertisements and are accordingly submitting the Request For Proposal for the captioned project. We are enclosing our Request For Proposal in Original with the details as per the requirements of the REQUEST FOR PROPOSAL document for your evaluation. The undersigned hereby also declares that the statements made and the information provided in the Request For Proposal are complete, true and correct in every detail and unconditional. Yours faithfully,

(Signature of Authorised Signatory) (Name, Title and Address of the Bidder)

21

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

ANNEXURE B: STRUCTURE AND ORGANIZATION OF THE BIDDER 1. (a) Name (b) Country of Incorporation (c) Address of the corporate headquarters and its branch office (s), if any, in India (d) Date of incorporation and / or commencement of business 2 Brief description of the Company including details of its main lines of business. 3 Name, Designation, Address and Phone Nos. of Authorized Signatory of the Bidder: (a) Name: (b) Designation: (c) Company: (d) Address: (e) Telephone No: (f) E-mail Address: (g) Fax No: 4 Details of individual (s) who will serve as the point of contact / communication for HARYANA TOURISM CORPORATION within the Company (a) Name: (b) Designation: (c) Address: (d) Telephone No. (e) E-mail address: (f) Fax No.

22

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

ANNEXURE C: DETAIL OF THE SIMILAR WORKS SUCCESSFULLY COMPLETED BY THE BIDDER Bid Response Sheet 1 Experience of the Bidder Sr. Name of the Client Name Financial Detail of Cost of No. Project/ Year of activities event/project Event Project / performed (in INR) Work 1 2 3 4 5

Note: The Bidder must enclose copies of concerned work orders/copies of successful completion certificates of such works.

23

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

ANNEXURE D: ANNUAL FINANCIAL TURNOVER IN LAST THREE FINANCIAL YEARS

A Project Turnover (in INR)

FY 2015 - 2016 FY 2014 - 2015 FY 2013 - 2014

B. Consultancy Turnover (In INR) FY 2013 – 2014 FY 2015 - 2016 FY 2014 - 2015

Signature of Authorised Person Note : 1. The above stated Financial Capability shall be duly certified by a Statutory Auditor.

Signature of Authorised Person

Certified by Auditor.

24

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

ANNEXURE - E

FINANCIAL BID (Financial Bid to be Submitted On Line only)

1. The bidding Consultant/ Consultant firms shall quote lump sum fees to be charged by them in respect of works described in the technical bid. The lump sum fee shall consist of all including incidental expenditure, etc. for which nothing extra shall be paid.

S. NO. Name of Work Fees (to be written in words and figures both)

Goods & Service Tax as/ applicable

Fees shall be written lump sum only and NOT in percentage.

25

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

ANNEXURE –F

PROFORMA OF GENERAL POWER OF ATTORNEY (To be signed and executed in non-judicial stamp paper of Rs. 100/-) GENERAL POWER OF ATTORNEY

Be it known all to whom it concern that:

I/We all the Partners/Directors/Board members/ trustees/ Executive council members/proprietors/ Leaders of M/S ______having its registered office at______hereby appoint Sri ______S/o______residing at ______as my/our attorney to act my/our name and on behalf and sign and execute all Documents/ Agreements binding the firm for all contractual obligations (including reference of cases to arbitrators) arising out of contracts to be entered into by the company/ Corporation/ society/ trust/ firm with the HTC in connection with its tender No.______Dated______for the Appointment of Consultant______due for opening on______. In short, he is fully authorized to do all, each and everything requisite for the above purpose concerning M/s ______and I/We hereby agree to confirm and ratify his all and every act of this or any documents executed by my/ our said Attorney within the scope of the authority hereby conferred on him including references of cases to arbitration and the same shall be binding on me/ us and my/ our company/ Corporation/ society/ trust/ firm as if the same were executed by me/ us individually or jointly.

Witness (with address) Signature of the Partners/Directors/Board members/ trustees/ Executive council members/ proprietors/ Leaders

1. 2. 3. ATTESTED ACCEPTED Signature: (Seal and Signature of Signatory of Tender offer of the company/ Corporation/ society/ trust/ firm)

26

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

ANNEXURE G:

(A Self-certified on company letter head for Technical/Professional permanent manpower on company rolls with details as per table below) Bid Response Sheet 1 Experience of the Bidder Sr. Name of Designation Year of PF Number Aadhar/ No. Staff Joining Any other photo ID Number

27

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

ANNEXURE-H

SELF DECLARATION OF NOT-BLACKLISTED

(on Company Letter Head)

To Date:

The Managing Director

Haryana Tourism Corporation

S.C.O. 17-18-19, Sector – 17 B, Chandigarh. (U.T.)

Dear Sir,

This is to declare that our company______is not blacklisted by any Government Department Organization Corporation Authorities/bodies any Central/State

Government/PSU/Corporate/Trust /Societies .

Name

Designation

28

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

Annexure I Checklist for RFP Response Sr. No. Checklist Includes Reference in the (Yes/No) Bid (Section, Page) 1 Technical Bid Submission Letter as per Annexure A 2 Structure and organization of Bidder as per Annexure B 3 Details of Similarworks as per Annexure C 4 Annual Financial Turnover as per Annexure D 5 Financial Bid as per Annexure E 6 Power of attorney Annexure F 7 Certificate for Manpower as per Annexure G 8 Bid Security

29

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

SECTION-5

1 . SCOPE OF WORK IS AS UNDER

Haryana Tourism Corporation intends to engage an Architect-cum- Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food,and 10 acre new acquired land at Tourist Complex Karnal are required to be prominently displayed as per scope of work.

Land details: a. Newly acquired land : Total land area of newly acquired land is 34 Acres appox. In two pieces measuring:

1. 10 Acres 4 Kanal &17 Marla. 2. 23 Acres ,18 Marla. b. existing land under Karna lake tourist complex is 23 Acres 18 Marla including lake area .The land under Golf course is 8 Acres ,2 Kanal and 13 Marla

c. Existing land under Oasis Tourist complex is 10 acres 7 kanal and 1 marla . 1.1 Existing Facilities are as follows :- 1. Karna lake tourist Complex: i Lake. 14.83 acres (14 acres,6 kanal, 13 marla approx.) ii. Restaurant (80 persons) iii.Bar (45 persons) iv.Ice Cream Parlour ,580 sft.

2. Motel: i.Conference hall capacity 100 persons. ii Family Suite,2 no.( consisting of Drg.room, Bed room with attached Toilets)- 450 sq.ft.area. iii.Guest room :17 no. (250 sq.ft.each with attached toilets) iv.V.I.P.’Lounge/dining capacity 25 persons (730 sqft. with attached toilets) v.V.I.P.Huts: 2 no.( consisting of Drg. Room,2 no. Bed rooms each vi. Budget accommodation

3. Oasis Fast Food Complex includes: i. Fast Food: capacity 80 persons ii. Restaurant: capacity 32 persons

30

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal. iii. Bar: capacity 40 persons iv. Shops: 10 nos. (145 sq. Ft) each. v. Public Toilets: 1100 sq. Ft vi. Bank ATM: 2 no. vii. Craft Bazar – 4 conference halls, shops 48 no. of area 120 Sq. ft. Each) (arranged in 5 c

1.2. Tentative Proposals . Haryana Tourism Corporation is interested in comprehensive planning of a new project at Karnal with a view to provide better facilities and improve the existing infrastructure.. The major scope of work includes the designing of both new sites as well remodelling/Upgradation of the facilities at existing sites.

(a) 10 Acre newly acquired land to be developed as Heritage Village depiciting the art culture and ambience of Haryana with following facilities. i. Heritage village. ii. Variety of food courts iii. Children Amusement activities.

(b) The 23 acre,18 Marla piece of land can be developed with the following facilities iv. Banquet Hall. v. Bar. vi. speciality Restaurants vi Health club vii.Any other facilities keeping in view of the location of site.

(c) the new facilities to be proposed at new site should integrate with the existing facilities.

1.3 Proposals to be worked out * Volumetric study and recommendations including pedestrian (including disabled people)/vehicular movement and parking. Volumetric disposition in 3D drawings and supporting plans and quantifications. * Architectural guidelines for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal . Prepare detailed engineering drawings for architectural elements to be proposed. * Prepare rough and Detailed Estimates of the work to be carried out. * Assist Haryana Tourism in the tendering process, including preparation of BOQ, Analysis of Non scheduled items of work and award of work to the selected contractor. * Prepare a detailed proposal for all the connected services stated here in before . * Landscape Design, Graphic Design and Signages. * Supervision during execution of work.

31

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

* Measurement of items of work executed at site and preparation of Bill for payment to the contractor * Master Plan based on chosen alternative. * Building disposition and area distribution. * A report containing all the above and other issues included in the scope of works. * Rough estimate cost for external development and landscape. 1.4 Comprehensive Architectural Services for building design, including structural, electrical, sanitary, plumbing and landscape. Taking client’s instructions and preparation of services brief. Site evaluation, analysis and impact of existing and/or proposed development on its immediate environments. Structural design and engineering. Electrical design and engineering. Air conditioning Acoustic treatment Computer and internet net working Digital display system, CC TV system Public Health Engineering covering the following systems:  Water Supply  Sanitation and drainage  Sewerage treatment  Water treatment  Plumbing Fire Protection System Security systems. Landscape design, lighting design, audio – visual design and water feature design. Supervision during execution, measurement of items of work executed at site and preparation of bill of contractor for making payment and settlement of bills of contractor. 2. Project Phasing & Schedule of Services The Architect shall, after taking instructions from the Client, render the services in stages as given below: 2.1. Stage 1: Concept Design  Ascertain Client’s requirements, examine site constraints & potential and prepare a design brief for Client’s approval.  Progress report on site evaluation and analysis and impact of existing and/or proposed development on its immediate environs. 2.2. Stage 2: Preliminary Design and Drawings Modify the conceptual designs incorporating required changes and prepare the preliminary drawings, sketches, study models, etc, for the client’s approval along with preliminary estimate of cost on area basis

32

RFP to Engage an Architect-cum-Consultant for preparing a development and reorientation plan for Upgradation of Tourist infrastructure and other facilities at Karna Lake and Oasis Fast Food, Tourist Complex at Karnal.

2.3. Stage 3: Drawings for Client's Statutory Approvals Prepare drawings necessary for Client’s statutory approvals and ensure compliance with orders, standards, and legislation as applicable and assist the Client in obtaining the statutory approval thereof, if required.

2.4. Stage 4: Working Drawings and Tender Documents Prepare working drawings, specifications and schedule of quantities sufficient to execute the project. Prepare/assist client in preparing estimate of costs and tender documents including code of practice covering aspects like mode of measurement, method of payments, quality control procedures on materials & works and other conditions of contract. 2.5. Stage 5: Appointment of Contractors Assist the client in inviting, receiving and analyzing tenders wherever required and advice Client on appointment of contractors. 2.6. Stage 6: Construction  Prepare and issue working drawings and details for proper execution works during execution of project.  Approve samples of various elements and components.  Check and approve shop drawings submitted by contractor/vendors.  Visit the site of work, at frequent intervals mutually agreed upon, to inspect and evaluate the construction and other works and wherever necessary clarify any decision, offer interpretation of the drawings/specifications, attend conferences and meetings to ensure that the project proceeds generally in accordance with the conditions of contract and keep the Client informed and render advice on actions, if required.  In order to ensure that the work at site proceeds in accordance with the contract document/drawings and to exercise time and quality control, the day to day supervision will be carried out by an appointee of the Client who shall work under the guidance and direction of the consultant.  Measurement of items of work executed at site and preparation of bill of contractor for making payment and settlement of bills of contractor.

33

PL 98.200

T.F.

BLOCK

T.F. MOTEL

EXISTING GOLF COURSE BLDG.

T.F. DPS SCHOOL LAND =10 ACRES 4 KANAL 17 MARLA PL 97.706

T.F. 1.5 ACRES APPROX. 594'-11 2"

16' 16'-9"

kiosk SITE FOR AMUSEMENT PARK ( 1.96ACRE) 215'-11" G.F. PLAN ( 0.21 ACRE) 300'

proposed dn railing

T.F.

TO AMBALA 102' T.B.M.100.00

LAND GIVEN TO ROAD PWD (B&R) HTC LAND LAND = 31KANAL (4 ACRES APPROX.) ZILMIL DHABA

schemes 22'-1"

22'-1" 22'-1 1 2 "

V3 1 " 2 22'-1

V3 EXISTING STORE 10'-6"x9'-6" D/v

D5 23'-6 1 16'-6" PROPOSED 2 " D5 STORE PROPOSED KOTA STONE ELECTRICAL PANEL TO BE FLOORING1 " SHIFTED AT SUITABLE RESTAURANT 10'-6"x16'-6" 4 6 LOCATION 52'-9"x50'-101 " 25'-1 2 EXISTING ROLLING SHUTTERS TO BE REMOVED 6 BAR EXT. OF KITCHEN 1 11'-6"x25'-1 4 "5 DEEP FREEZER

PROPOSED TEXTURE KITCHEN PAINT AS/APP. DRIVER'S DORMITORY TEXTURE 18'-6" 33'-10 PAINT AS/APP. 2'-6" PROPOSED KOTA STONE 4'-6" FLOORING 1a LOBBY 1 1'-6" 2 " 1b 1 " 4'-10 2 FLOORING & SKIRTING OF 2'-6" 15' VITRIFIED TILE 2'X2' GOLD 3 " 4'-6" 3 4 CEILING IS AT HIGHER " 9'-8 PROPOSED WALL 5'-6" HIGH LVL. i.e. 14' FROM F.F.L. 2'-9" 11'-11 4 DESSERT SERIES OF NITCO RESTAURANT IS AT 11'-6"

E.I.CONTROL ROOM 3 1 " 5'-0"x3'-5 4" COOKING AREA 4 2 WALL TO BE W.C. 2' GIFT SHOP UP DEMOLISHED V1 3 5'-0"x3'-8 4" GENTS TOILET 1 " SERVICE 1 " UP D1 2 BOTTLE COOLER 3'-6" 3'-1D4 2 railing to detail 7'-7 AREA POTATO PEALER 3 " ref. drg. no.308 D1 4 W.C. 2'-7" 3 4'-1 5'-0"x3'-8 4" 1 TAN BROWN GRANITE STONE 9" AS/APP. TO BE PROVIDED ON PANTRY 1 " 9" 3 PROPOSED KOTA STONE WET GRINDER 1'-1 2 TREAD & BLACK ON RISER FLOORING proposed 5 DEEP wall MERRY GOLD GRANITE FREEZER PROPOSED 6 TOILET 7 8 10 12 V1 DEEP FOR DISABLED W=4'-6" ref. to STORE FREEZER 1 1 wall to be 5'-82"x4'-112" demolished T=12" 6'-6" 1 4'-2 detail at 'G' 17'-6" x 13'-7 " 3 R=7.5" 2 4 " LADIES TOILET STORE PROPOSED KOTA STONE D5 3 MERRY GOLD GRANITE FLOORING W.C. 11'-8 " 6'-0" 3'-11 "x5'-0" 6'-5" 4 12'-0"x 16'-0" 2 2 ref. to 15" wide shelf 4'-6" ht.& 5'-9" or D5 W.C. as/site requirement to be finished V1 4'-0"x5'-0" detail at 'G' with terrazo ICE CREAM CABINET TANDOOR AREA D5 W.C. " existing e.i. penal to be removed 1 2 NO.TAPS 2 D2 4'-0"x5'-0" 4 PROPOSED KOTA STONE E.I. D5 OF JAQUAR W.C. FLOORING NICHE WASHING AREA 4'-0"x5'-0" V2 MQT-512 " w.c. PROPOSED 1 VENUS EWC 2 ENTT. WALL CAT. NO.20066 6'-1" -1/2" “ 4'-1 CISTERN NO.21044 D3 V2 OF HINDWARE F.T. ORISSA PAN 3 KOTA STONE PROPOSED 1'-5 " FLOORING DOOR GRANITE ON EXISTING CERA MAKE 4 11" D3 EXISTING SHELVES TO BE -1/2" MARBLE PARTITION REMOVED&NEW R.C.C. PLANTERS TO BE RETAINED MODEL 2071 IN W.C. 1 3'-6"x5'-3" 5'-11 " 15" WIDE WITH SHELVES TO V3 FLOORING OF VITRIFIED IVORY COLOUR 4 ROUND EDGES BE MADE AS/SITE REQUIRMENT 2'-3" TILE 2'X2' GOLD DESSERT KOTA STONE FLOORING 5'-3" V1 FLAT BACK LARGE &FINISHED WITH KOTA STONE URINAL 60002 SERIES OF NITCO OF HINDWARE PROPOSED MERRY GOLD UP INTERNAL WALLS & HAND WASH BASIN GRANITE ON STEPS WALL TILES 12"X18" IVORY SHADE UP TO 22"X17" WITHOUT BLACK ON RISER PEDESTAL 7'-0" HT. EXISTING STORE TO BE CONVERTED PORCH INTO TOILET /9/“

G.F. PLAN

RESTAURANT AT KARNA LAKE KARNAL TERRACE

PROPOSED PROJECTION lvl.to be raised 8'-3" G2 1'-9" EXISTING TERRACE 13'-3" STORE 1 " 2 PROPOSED GLAZING AS/DETAIL 7'-4 PROPOSED ALUMINIUM EXISTING D/G WINDOW IN PLACE OF EXISTING PROJECTION -1'-0" or R EXISTING WOODEN STORE as/site

DN G3 “ 6'-6" gents toilet 8'-3" B.L. SPLITA/C LOW TERRACE 5'-6"x8'-7 1 " 9'- FOR WATER TANKS 2 EXISTING 1 12'-9" " LOBBY GLAZING TO 4'-6 4 6'-6" BE REMOVED 10'-8 FLOORING & SKIRTING OF 4' ladies toilet 9'-4" 10'-0" B.L. 1 VITRIFIED TILE SERPEGENTI 1 9'-3" G4 3'-6"x8'-7 2 " 2 5'-3" 3'-3" 2'X2' OF NITCO [PLATINUM D1/G1 " SERIES ] PROPOSED TERRACE 1 railing to detail GENTS& LADIES 3 ref. drg. no.308 TOILET B.L. LVL. TO BE RAISED GRANITE STONE TO BE existing railing PROPOSED 5 1'-6" OF BOTH THE TOILETS PROVIDED ON TREAD &RISER 3' 6 to be repaired HALL 7 8 10 12 14 16 18 20 as/detail FLAT BACK LARGE W=4'-6" D4 KOTA STONE 3'-0" URINAL 60002 T=12" DN SHALL BE OF HINDWARE 1 R=7.5" PROVIDED ON 2' 6'-3 " 17'-3" TREAD &RISER 4

WASH BASIN CLEO SPLITA/C TOILET " CAT. NO.10012 1 2 PEDESTAL CAT. NO. 11003 SIZE 50X40 OF HINDWARE8'-9" DN D3 5'-0"

duct door 11'-10 above 2'-6" ht. " 3 4 FLOORING & SKIRTING OF D3 1'-6" 9'-6 VITRIFIED TILE SERPEGENTI duct 2'X2' OF NITCO [PLATINUM 1 SERIES ] 2'-92" R V4 12"x12"floor tile WALL HUNG OT 5127 E.W.C.CAT. NO.92016 of orient OF HINDWARE 12"x18"wall tiles up to 7'-0"ht. Zodiac crema OT 4591 of orient

PORCH BELOW

F.F. PLAN RESTAURANT AT KARNA LAKE KARNAL HAAT BAZAAR OASIS KARNAL CLUSTER - 1 G.F. PLAN SCALE :

5' 15' 15' 5' 20' 5' +1'-6"

PLANTERS 14'-9" 1 9" 16 +2'-3" " = 1'-0" 5' 5'-0"x3'-6" W.C. 5'-0"x3'-6" W.C. BATH 5'-0"x5'-6" LVL. -1'-6" PIPE COLUMN ‘06 C.B. 2' 11'-4 TOILET 6'-0"x2'-9" STORE 9" EXHIBITION HALL 13'-3" 28'-6"x28'-6" 1 2 5' "x13'-3" 4'-6" 5' 18'-6" 9" LVL. -1'-0" C.B. CONGLOMERATE FLOORING 9'-3" 12'-0"x10'-0" HUT 10'-0"x12'-0" HUT 12'-0"x10'-0" HUT STORE 23'-6"x23'-6" LVL. +12" RAMP 13'-6"

15' 1'-6" 12' LVL. -1'-0" 8'-3"x4'-7 9" 5' TOILET 13'-6" 5' 9" 10' 9" 5' 18'-6" 5' 9" 8' 10'-6" RAMP 1 2 " 5' PLANTERS DN 9" 10' /9/“ DN DN DN 5' 2 5' 1 4 ‘063,3( 9" /9/“ 12'-0"x10'-0" 10'-0"x12'-0" ENT. PLAZZA 12'-0"x10'-0" LVL. +12" CONGLOMERATE FLOORING 12' /9/“ HUT HUT HUT 30' 30' 9" 4'-6" 7'-6" 2 1 4 ‘063,3( 9" BRICK JALI /9/“ 5' DN PLANTERS 5' LVL. +2'-9" 10' LAWN LVL. +1'-9" 9" DN 10' RAMP DN LVL. -1'-0" 5' +3'-3" 8'-3"x4'-7 23'-6"x23'-6" TOILET STORE 1 13'-6" 2 15' 9" 5' " 13'-6" 5' 9" 10' 9" 5' 18'-6" 5' 9" PIPE COLUMN ‘06 LVL. -1'-0" 9'-3" 7'-6" EXHIBITION HALL DN C.B. DN 28'-6"x28'-6" 18'-6" 11'-4 4'-6" 1 5' 2 TOILET 6'-0"x2'-9" 5' "x13'-3" STORE 9" 9"

13'-3" RAMP CONGLOMERATE FLOORING 2' C.B. 5'-0"x5'-6" 5'-0"x3'-6" 5'-0"x3'-6" 12'-0"x10'-0" HUT 10'-0"x12'-0" HUT 12'-0"x10'-0" HUT BATH W.C. LVL. +12" W.C. 12' 5' +2'-3" 9"

14'-9"

PLANTERS +1'-6"

5' 15' 15' 5' 20' 5' 10'-6" 8' 35' 1'-6" " " 1 4 1 2 4 1'-0 9" 1' 9"

X HUT HUT X'

10'-0"x12'-0" HUT " 10'-0"x12'-0" 4 3 12' 12'-0"x10'-0"

LVL. +12" 9'-11 CONGLOMERATE FLOORING 3' 9" 9"

6'-0" WIDE PASSAGE 4'-6" 1' 1' 4'-6" 9" 9" 1'-6" ‘06 PIPE COLUMN 2'

1'3' HUT HUT 1' 12'-0"x10'-0" 12'-0"x10'-0" 2' 1'-6"

9" LAWN 6'-0" WIDE PASSAGE 6'-0" WIDE PASSAGE LVL. +6"

HUT 4'-6" 1'-6"9" 9"1'-6" 4'-6" HUT 12'-0"x10'-0" 12'-0"x10'-0" 10' LVL. +12" LVL. +12" LVL. +9" LVL. +9" ROLLING ROLLING 1 1 SHUTTER +1'-10 2" +1'-10 2" SHUTTER 3' 3' 9" RAMP 3' 3' 1' 1' SLOPE 1 IN 7

2'-6" 2'-6" 1 1' UP 1' +1'-1 2" +9" +1'-6" UP UP 1' 1' 11'-6" 6' 4'-6" 12'-6" 4'-6" 6' 13'-6" UP 11'-3" 11'-3"

8'-9" 1 LVL. LVL. +4 2" -1'-6" DN DN +1'-6" +9" +1'-6" +9" +1'-6" +9" +1'-6"

HUT HUT 12'-0"x10'-0" 4'-6"WIDE PROJECTION 12'-0"x10'-0" 1 LVL. -1'-3" AT 10'- 2"HT. LVL. -1'-3" TERRACE LVL. -1'-6"

1'-0"WIDE PROJECTION G.F. PLAN 1 SCALE : 8" = 1'-0" CLUSTER - 2 HAAT BAZAAR OASIS KARNAL HUT 12'-0"x10'-0"

-1'-6" HUT 10'-0"x12'-0" CONGLOMERATE FLOORING LVL. +12" 3 9" 9'-114" 9" 12' -2'-3" HUT 12'-0"x10'-0"

LVL. -4'-6" 1 LVL. -4 2" DN

-1'-6" -6" -2'-3"

-1'-3"

HUT HUT 10'-0"x12'-0" 10'-0"x12'-0" HUT 10'-0"x12'-0"

STAGE 56' LVL. -4'-6" LVL. -1'-6" 4'-6"

11'-6" 10' 11'-6" 10' 13'-6" 10' 11'-6" 10' 14' RAILING -2'-3"

34'-7" -1'-6" -1'-3"

1' -6"

9" GREEN ROOM 10'-0"x12'-0" LVL. -4'-6"

RAILING HUT HUT HUT HUT 10'-0"x12'-0" 10'-0"x12'-0" HUT 10'-0"x12'-0" 10'-0"x12'-0" HUT 12'-0"x10'-0" GREEN ROOM 10'-0"x12'-0" 12' LVL. +12" 10'-0"x12'-0" DN CONGLOMERATE FLOORING LVL. -1'-6"1 9'-04" 9"

37' " 1 HUT 2

12'-0"x10'-0" 7'-3 LVL. -1'-6" DN

14'-6" 1 UP 16' LVL. -4 2" 13' 16' " 1 2

5' 4 7' 2' 35' LANDSCAPED AREA HUT 10'-0"x12'-0" 4' 35' 4' 2'-3" 3'-3" RAMP DN

CONGLOMERATE FLOORING 3' LVL. +12" SLOPE 1 IN 7

" PLANTERS 1 2 7'

4 10' 4'-6" 9" HUT 12'-0"x10'-0"

15' 1" 23'-04 4'-6"

14'-6" 9" 9" HUT 12'-0"x10'-0" 5'

10' 12' 3 " 4

9" 9" HUT 12'-0"x10'-0" 10'-11

CONGLOMERATE FLOORING CONGLOMERATE FLOORING LVL. +12" LVL. +12" HUT HUT HUT HUT 12'-0"x10'-0" HUT HUT 12' 12'-0"x10'-0" HUT 10'-0"x12'-0" 10'-0"x12'-0" 10'-0"x12'-0" 10'-0"x12'-0" 10'-0"x12'-0" DRINKING WATER FOUNTAIN HUT R13'-0 15'

9" 3' 10'-0"x12'-0" 1' 3 10'-9" 5' 5' 6' 5' 5' 9" 10' 9" 12' 9" 10' 9" 4 " 9" 12' 9" 8' 35' 26' 35' HUT HUT 12' 10'-0"x12'-0" 10'-0"x12'-0" G.F. PLAN 3' UP 1 SCALE : 16" = 1'-0" CLUSTER - 6 CLUSTER - 4

GENTS TOILET LADIES TOILET 10'-6" x 16'-6" 10'-6" x 16'-6" W.C. 5'-0"x3'-3"

DRINKING WATER FACILITY

W.C. W.C. W.C. 5'-0"x3'-3" 3'-3"x5'-0" 3'-3"x5'-0"

1 WIDTH=4'-1- 2",CILL=7'-6",TOP=9'-9"

2'-0"WIDE ROOF PROJECTION

HAAT BAZAAR OASIS KARNAL 41" 15'-11" 2 3' 6'-41" 8' 2 6'-3" 8' 2'-11" 3' 5' 2 9" 2' 4' 9" 2'-6" 1'-6" 5' 2 V2 D5/V2 9" V' V V

D3 9"9" deep 9 work cooking work fridge bottle cooler deep freezer fat

2' 8 BLACK GRANITE dosa 1a table range 7 table 10 11 12 1c fryer IN PLATFORM plate 1 walls up to STAFF 1 1 3'-6"

1'-6" 2'-7 " TOILETC.L. 5' 2'-4 " V1 ceiling ht. 5'-0 " 2 1 1 PANTRY 4 2'-6" 2 4'-1 " 5'-3"x5'-1 2 " 6' 2 2' MARBLE FLOORING GREY GRANITE COOKING AREA " AS/APP.IN FLOOR D2 10' WASHING " 3'-3" 1 2 6'-6"

1 MATCHING WITH TILES 2 10'-9"10'-9" 4 D5 W.C. 13 C.L. 5'-3"x3'-3" water 3 13'-1 walls up to 1 cooler 6'-9" ht. 15'-1 " 1b PROPOSED2 work table 2 GENTS TOILET 5 6 4 S.S.COUNTER 4'-3" 6' C.L. 4'-3" 12'-0"x13'-11 " D2 2 4' 3' 12' D4 2' SPLIT AC. hand drier " 1 2 9" 36'-9" TEXTURE PAINT AS/APP. 6'-6 W3 W.B. FLOORING REF." TO DETAIL 1 2

walls up to CONCEALED G1 10' 6'-9" ht. W.C. LIGHT

5'-3" DRG. NO.235 W.C. 3'-6"x5'-3" 4'-3" 11'-7

" 3'-3"x5'-3" 1 2 12' " 4 3' 1 2 D5 D5 D6 8' 2' 2' x HIDDEN hand LIGHT 2' 11'-7 drier x LADIES TOILET V14' 1 1 3' 7'-12 "x11'-7 2 " SPLIT AC. 1'-6"

3' 3'-6" 8' D4 SPLIT AC. 9" EXISTING WALL 2'-9"

9" TO BE DEMOLISHED

1'-6" 3'-6" 5'-3" 2' W2

ICE CREAM PARLOUR " POP BEADING 1 GREY GRANITE 2 1 1 D1/G2 36'-9"x24'-0" 2"X2"

FLOORING 10'-6" G4 10'-10 CONCEALED

9'-3" CONCEALED LIGHT SAMPLE AS/APP. LIGHT

ON VERANDAH G3 D/G 1'-6" 2'

" 24'

BLACK GRANITE 1 2

ON PLANTER 3'-0 4'-6" 9" 4'-6" 9" 6' 26'-3" ‘06&2/ PLANTER 9" planter to be demolished

PASSAGE FLOORING REF. TO DETAIL 6'-9" DRG. NO. 235

PLANTER PLANTER PLANTER PLANTER 2'-3" BLACK GRANITE ON PLANTER

ICE CREAM PARLOUR AT KARNA LAKE KARNAL 1'

19'-4 40'-3"

2

1 "

13'-7

2

1 "

9" 9" 18'-4 DORMITORY

1

19'-7 2 7'-6" 18'-4

"x18'-10

DUCT 6'-0"x3'-7 9"

2

2

1 "

1 9" " 1

2

PROPOSED " TANDOOR 6' D4 1 2

" 18'-10 9" 1

2 "

9" 9" 1'-10 1

"

2 11'-7

2

1 9" "

9'-9" KITCHEN 9"

19'-7 9"

2

1 " PROPOSED TANDOOR D2 D3 TOILET D2 PROPOSED MOTEL KARNA LAKE KARNAL G.F. PLAN 2'-9" D4 D3 D4 9" STORE KITCHEN LIFT LIFT WELL 6'-0"x6'-0"

19'-7 PANTRY 6' 1

2 V

"x18'-3" 25'-8

4 9" 1'-1 19'-7

" 3 1 2 " 3'-6"

2 1

" 7'-7 D2

2

1 " V LADIES TOILET GENTS TOILET 24'

D4 5' D4 WAITING LOUNGE 9" D3 D2 D2 3'-6" 19

19'-7 DINING ROOM 1 D2 1'-1 " D3

17 2 1'-11" 1'-11"

15 2 2 10' 9" 18'-3" 1 9" 9'-9" 14'-9" 15' 24' 2 D3 "x18'-3" 19'-7 13 REF. DETAIL AT 'P' STORE 2 1 12 " V E R A N D H

11 26'-10" 9 /9/“ PORCH 7 ENTRANCE

LVL. +6" UP 5 EXISTING LIGHTING IN CORRIDOR ,LOBBY TO BE CHANGED 24' 9" 3

1 UP sample on stair case black granite on riser as/app. light brown granite stone on tread & 19'-7 DRAWING ROOM C O R I D RECEPTION COUNTER 72' TEXTURE PAINT AS/APP. 1 D3 2 19'-7 "x18'-3" 2 1 " EXISTING WALL , REMOVED WINDOW TO BE

1'-1 STORE 19 1 1 1'-1 " 2

9" " 2

17 UP

TOILET 15

8'-3" 2'-6" TOILET 7'-6" 9"

24'

9"

1 13

3

4'-6" 5 7 T=10 W=4'-6" V

9

11 12 13'-0"x18'-3" ROOM NO. 1 19'-7 1

2 1'-1

"

2 1 2

" 1 " V duct to be covered on terrace lvl. with fibre sheet OFFICE

11'-11

1 12'-9

2 " 2 " 22" 1 D3 9"

2'-9" 5'

D4

6'-1 2

2 4

D4 " TOILET STAFF

1 " 4 1 1 12'-3"x20'-9"

2 " STAFF ROOM +12" D3 3'-6" BERMUDA OF NITCO FLOOR TILES 2'-0"X2'-0"VITRIFIED D2

4'-6" D2

19'-7 V D1 1 9" 2 "

1'-0"x1'-6" DONA CREAMA OF KAJARIA ON WALL UP TO 6'-9" HT. 10'-6" 1'-0"x1'-0" FLOOR TILE DONA BEIGE OF KAJARIA 12"X12" AS/APP. EXTERIOR GRADE partition to be removed existing aluminium

9" 3'-6" +6"

OFFICE 9"

3'-3" 20'-9" 12'-6" D3 D4 19'-7 18'-4 DRIVER'S ROOM 6'-0"x3'-7 DUCT

1 2 " 9" TOILET “ 1

1

2 2 " 7'-6" "x10'-7 1 2 "

9"

14'-4 12'-10

RECARPATING OF CEMENT CONCRETE 2

" 1 1 D3 2 "

19'-4

1

2 " 40'-3"

1' 1'

40'-3"

19'-4

2

1

"

13'-7

2

1 "

3'-11

W.B.1 1 2'-3" 4 "

G3 3'-11 9"

W.B. 1

4 "

A W.B.1

18'-4

2

18'-4 DELUXE SUITE 9

1

"

7'-6" 13'-10 G4 19'-7

1

2 6'-0"x3'-7 DUCT

2 1

" "x14'-4

2

1 " 1 2 " 1 V 12"X12" AS/APP. EXTERIOR GRADE 2 D1

7'-10 TOILET " A 2'-3" 1 2 "x6'-0"

P 4 1

POLISH AS/APP. T.W. MEMBER 9"+2"X3"X1 9" " 2 DETAIL REF. TO

G5 2'

W.B.

D2 2'

9" 4 2 1

3' " 5'-9" 13'-4 CHILDREN'S ROOM

2'-7

12'-3" 2 1 2 G3

" 1

12'-3"x18'-3" ROOM NO. 8 4'-6" 1 2 " 2' "x9'-9" D1

D1

4

FIN.AS/APP. FIXED WITH REQD SECTION 2

WOODEN BATTENS

1 " 19'-7

M.S.SUSPENDERS HANGED WITH MESH FIXED TO FRAMEWORK P.O.P.FALSE CEILING ON CHICKEN

2

1

" PROPOSED 9" 6'-4 TOILET D2 1 D4

V

2

"x8'-3" 6'-4

2'

2

1 DUCT " POLISH AS/APP. T.W. MEMBER 9"+2"X3"X1 D4 E.I.DUCT MOTEL KARNA LAKE KARNAL F.F. PLAN 2'-9" LIFT D1 9" 9" 2 1 " LIFT WELL 13'-0"x18'-3" ROOM NO. 7 6'-0"x6'-0"

REF. TO DETAIL EXISTING TOILET TO BE RENOVATED 6'

BALCONY V 19'-7 9" 2 1 " D1 D1 V STORE D2 5'-10 TOILET 5'-10 DRESS 1 1 2 2 "x8'-3" "x7'-6" TOILET 2'-9"x1'-9" DUCT 7'-6" 9" 5'-10 TOILET D2 DRESS 5'-10 1 2 1 DN "x10'-4 2 "x7'-6" 19 1 2 17 " D3 15 BALCONY D1 D1

19'-7 UP 13'-0"x18'-3" ROOM NO. 6 13 2 1 12 CONFERENCE HALL " C O R I D 11 9

7 1 +1'-6" HIGH STAGE 12'-42" 5 16'-1 38'-0 3

2' 2 1 4 1 " " 1

13'-0"x18'-3" ROOM NO. 5 UP granite stone light brown as/app. sample BALCONY 1 30'-102" 19'-7 tan brown as/app. sample

UP 2 1 " D1 D1 MATT CERAMIC TILES WITH 605X605 GREEN WOOD PINE , VC SHIELD OF SOMANY GRANITE AS/SAMPLE APP. ON STEPS MATT CERAMIC TILES WITH VC SHIELD OF SOMANY 605X605 BARK LINE HAYA , 5'-10 TOILET 5'-10 DRESS 1 2 STAIR HALL "x10'-4 D 1 2

"x7'-6"

DN 1 19 2 " 1'-1 9"

2'-9"x1'-9" 1 17 2 " DUCT 5'-10 TOILET

5'-10 DRESS 15 1 1 2 2 "x8'-3"

"x7'-6" 13

G9 BALCONY 4'-6" 7 T=10 W=4'-6" V

9

11 12 D1 D1 13'-0"x18'-3" ROOM NO. 4 19'-7 1

2 1'-1

"

2 1 2

" 1 " V 9" E.I.DUCT 2'-9" D1 DUCT D4 6'-4 TOILET

W.B. 1 2 "x8'-3" V 12'-3"x18'-3" ROOM NO. 3 split a.c. D2 13'-4 SITTING ROOM

20'-3" D1 1 2 "x9'-9" D1

G3

7'-10 7'-10

2

" D1 9" 1 3'-3" D2

W.B. 7'-10 TOILET 3' here existing door W.B. to be shifted G5

1 W.B.

P EQ 2 3' "x6'-0" NANO TECH OF KAJARIA FLOOR TILES ELEGANT SOLUBLE 2'-0"X2'-0" K6018 VITRIFIED DETAIL REF. TO 12"X12" AS/APP. EXTERIOR GRADE

W.B. W.B. DELUXE SUITE 2 NANO TECH OF KAJARIA ELEGANT SOLUBLE VITRIFIED FLOOR TILES 2'-0"X2'-0" K6018 19'-0 long mirror EQ V D1 split a.c. 6'-0"x3'-7

19'-7 "x14'-10 DUCT

1 1

2

2 " 6'-3" " 7'-6" G4 1 2 "

W.B.1

3'-11

W.B. 4 W.B.

"

G3 1

3'-11

W.B.1 4

" 1

13'-2 18'-9" 1

4 " 40'-3"

1' TERRACE

C O R R I D O R 9" LIFT WELL 6'-0"x6'-0" 40'-3" D1 D1 40'-3"

9'-9" C O R R I D O R DUCT DUCT 6'-0"x2'-0" 9'-9" 6'-0"x2'-0" ROOM NO. 10

D1 D1 1 ROOM NO. 19 12'-10 2"x18'-9" REF. DTAIL 9" 1 9" DRG. NO. 311 9" 12'-10 2"x18'-9" TOILET TOILET 2'-0"X2'-0" K6018 1 1 9" 6'-4 2"x9'-0" 6'-4 2"x9'-0" FLOOR TILES 19 17 15 13 12 11 9 7 5 3 1 D2 D2 ELEGANT SOLUBLE 12'-10 NANO TECH 1 " 1 2 2 " ROOM NO. 18 DN ROOM NO. 11 OF KAJARIA12'-10 G6 1 1 G6 4'-6" 11'-7 2"x18'-9" REF. DTAIL 9" D2 11'-7 2"x18'-9" D2 20'-9" 9" D1 D1 DRG. NO. 311

" W.B.1 C O R R I D O R TOILET6' 1 TOILET 20'-9" 4 2'-0"X2'-0"VITRIFIED FLOOR TILES 6' 6'-0"x9'-0" 6'-0"x9'-0" 1' D1 A D1

9" 3'-11 BERMUDA OF NITCO 9" 1' W.B. D1 11'-7 1 " D1 D1 D1 1 " 1 4 ROOM NO. 12 2 V 2 " 11'-7 V

3'-11 ROOM NO. 17 W.B.1 12'-3"x18'-3" 19'-4 D1 DRESS DRESS DRESS DRESS 1 1 D1 " 12'-3"x18'-9" 1 1 1 1 2 2 " 5'-10 2"x7'-6" 5'-10 2"x7'-6" 5'-10 2"x7'-6" 5'-10 2"x7'-6" 19'-4 9" CREAM TILE 2'-6" 9" EXTERIOR GRADE B 15"X15" ROOM NO. 13 9" G4 9" D4 D4 G4

2'-0"X2'-0" K6018 7'-6" 12"X12" AS/APP. FLOOR TILES 13'-0"x18'-3" DUCT DUCT ROOM NO. 16 ROOM NO. 15 ROOM NO. 14 D3 ELEGANT SOLUBLE W.B. DUCT DUCT 2'-3" 9" 7'-6" NANO TECH 13'-0"x18'-3" 2'-9"x1'-9" 13'-0"x18'-3" 13'-0"x18'-3" 2'-9"x1'-9" 4'-10" 12'-3" 9" 7'-6" OF KAJARIA 2'-0"X2'-0" K6018 2'-9" D2 TOILET TOILET D2 9" CREAM & CREAM & FLOOR TILES 1 1 3'-3 CREAM & RUST TILE MAROON COMBINATION 5'-10 2"x10'-4 2" 1 1 G5 MAROON COMBINATION 5'-10 2"x10'-4 2" 2 1 G5

WOODEN GRAINS DARK WITH " REF. DTAIL 6'-4 15"X15" REF. DTAIL ELEGANT SOLUBLE 3'-3" 19'-7 1 BLACK BORDER WITH MAROON DRG. NO. 311 1 " 1 2 " CREAM & DRG. NO. 311 NANO TECH D1 TOILET TILE BLOW BED 2 2 " W.B. RUST TILE TOILET D1 19'-7 6'-41 "x8'-3" OF KAJARIA 1 2 TOILET 6'-4 2"x8'-3" REF. TO DETAIL 1 TOILET 5'-10 "x8'-3" 5'-4" 2 1 5'-10 2"x8'-3"

D1 D1 2'-4" EXTERIOR GRADE E.I.DUCT D1 D1 E.I.DUCT 9" 12"X12" AS/APP.9" V V D4 EXTERIOR GRADE D4 12"X12" AS/APP. 19'-7 1 " 1 BALCONY BALCONY BALCONY BALCONY 2 2 " 19'-7

1 1 1 1 2'-9" 9" 19'-72" 9" 19'-72" 19'-72" 9" 19'-72" 9" 2'-9" S.F. PLAN MOTEL KARNA LAKE KARNAL D1/G6 1'-6" A' 2'-6" W 1'-6"

9" 4' 9" 2'-6" 9" " proposed toi. 1 2 6" 6'-9"x10' G2 10'-4

12'-6" 2' 1'-3" LIVING ROOM " 1 2 /9/“

1'-1 D2 3' X D1 G3 9"

4'

6' 6' 1 " UP33'-6" D/G6 2 " W=4'-6"

1 " 2 1 1 2 T=10 2" R11'-7 1'-1 UP R=7.1" 9'-7 1" BED ROOM G4 1 27'-12 3 1' D1 2' Z R4'-6" 5 7 11'-3" 9 TOILET DRESS 11 8'-3"x6'-3" 5'-0"x6'-3" " 19 1 2 13 15 17

1'-1 G5

1 7'-9" 18'-44" 9" 8'-3" 9" 5' 9" 42'-9" G.F. PLAN 3 1 1'-14" SCALE 8 "=1'-0" A HUTS 1'-6" D1/G6 1 " A' 4 3'-0 TERRACE 9" 4' LVL. +9'-9" 9" " 1 2 9"

BED ROOM G2 11'-10 T.V. TABLE

TOILET " 1 2 9'-6"x6'-3" 1 " D2 2 1'-1 X 20'-4 1 TERRACE "

6' 4 33'-6" LVL. +9'-9" 19'-11 " 1 2 1'-1 D1 1 " 1 6'-5 4 2

1 2 3 1' " TERRACE Z R4'-6" Y 1' W=4'-6" LVL. +11'-3" 5 1 T=10 2" 7 6'-9" 11'-3" R=7.1" 9 DN 11 SLOPE " 19 1 2 R6'-9" 13 15 17 1'-1

1 7'-9" 18'-44" 9" 1 3 F.F. PLAN SCALE 8 "=1'-0" 1'-14" A HUTS X KOTA STONE FLOORING 1'-6" 9" 9" 1'-6" 8'-9" 8'-9" 8'-9" 8'-9" 8'-9" SHOP 9" SHOP 9" SHOP 9" SHOP 9" SHOP 9" 1'-6" 8'-9"X10'-3" 8'-9"X10'-3" 8'-9"X10'-3" 8'-9"X10'-3" 8'-9"X10'-3" 10'-3" 1 11'-11" 11'-12" 2 9" rolling shutter

LVL.+12" 3'-6" wide verandah 4'-6" 1'

4"OR 6" DIA M.S. PIPE /9/“ 4"OR 6" DIA M.S. PIPE COL.(AS/STR)FILLED COL.(AS/STR)FILLED WITH C.C. X WITH C.C. PAINTED AS/APP. PAINTED AS/APP. PLAN SHOPS AT KARNA LAKE KARNAL 6"

1 8' 42" STORE 1 8'-0"x17'-7 2 " SHOP "

1 2 25'-6"x26'-0" " 1 2 17'-7 26'

TOILET 26'-1

30'-2" 7'-0"x6'-0"

TEMPORARY KITCHEN 12'-6"x28'-8" WASHING 2 1 6'-3"x5'-0" UP " 1 GENERATOR ROOM VERANDAH2 1 10'-6" 14' 22'-3" 25'-7 " 12'-1 2 6" 4'-6" 6"

25'-6" 25'-6" 6" STEEL GATE RAMP 6" 6"

RAMP 6'-6" 8'-9" BAR 4'-6" WIDE CORRIDOR D1 LVL. +3" 25'-6"x39'-0" 6" LVL. +6" 4'-6" HIGH WALL LVL. +6" 27'-81" PROJECTION EXISTING TREE 4 6'-6" TANDOOR AREA FUEL EXISTING TREE STORE AT 7'-0"LVL. 9'-3"x9'-6" STORE DN LVL. +1'-6" 6" W.C. BATH 6'-6" GAS CYLINDERS 3'-0"x5'-9" 4'-0"x5'-9" EXISTING TREE LVL. +1'-6" DEPRESSED SLAB

RAMP EXISTING TREE EXISTING TREE WASHING LVL. +1'-6" PROJECTION 12'-3" AT 8'-3" HT.

D1

17'-3" D1 6" 17'-3" 3 1 7'-74" 4'-6" 14'-44" E.I.NICHE

3 1'x8 4"WATER CHANNEL

EXISTING TREE 41' 6'-11" 9" 65'-8" 9" 3'

22"x22" KOTAH

17'-9" STONE FLOORING 38'-6" WASHING KITCHEN EXISTING TREE 65'-8"x41'-0"

6' BULK WASHING

LVL. +1'-6" LVL. +1'-3"

EXISTING GLAZING 18'-3" CL OF COL

/9/“ 5' DN DN DN 1 G4 1 PROPOSED G1 10'-1 " EQ3'-9"EQ 10'-1 " G1 ALUMINIUM 2 2 GLAZING t.l. 1 18'-6" FROM F.LVL. TO 8'-3"HT. PROPOSED 3'-6"

2'-9" 5'-7 " (UP TO CEILING) D.M.'S OFFICE 2 12'-0"x11'-3" SERVICE AREA door to be removed display & wall to be made SHOP counter G3

door to be removed 9'-9" 11'-3" " 6' SHOP 12'-0"x12'-0" 1 2 & glazing to me made EXISTING WOODEN PANELING 1 D/G FLOOR TILES 3'-4 5'-72"x12'-0" TO BE REMOVED &TEXTURE PAINT 1 12"X12" AS/APP. WATER 2'-62" AS/ APP. SHALL BE PROVIDED COOLER G4 4'-3"

ROLLING SHUTTER pp t.l. s.b. 3'-6" LIGHT AS/APP. pp t.l. 1'-8" 3'-9" TEXTURE SERVICE ON ALL THE EQ 1 PROPOSED STATION FOUR SIDES PAINT AS/ APP. 12'-2" 17'-6" 12'-3 " ALUMINIUM ROLLING SHUTTER 2 MIRROR OF STD. COMPANY 1'-10" OF COL. AT 6'-9"HT. LOCATION OF SPLIT A/C (SAINT GOBAIN,MODI)TO BE PROVIDED DOOR WITH 1'-6" DECORATIVE c.f. 14'-3" 12" FROM GROUND LVL.UPTO CEILING.D G2 GLASS PANEL 7'-6" AS/DTL. 7'-0" WIDE CORRIDOR LIGHT AS/APP. t.l. AT THE HT. OF

6'-9" pp FLOOR TILES 12"X12" 10'-6" MATCHING WALLWITH TO BE EXISTING TILES s.b. DEMOLISHED

1'-6" EXISTING WOODEN PANELING D1/G2 TO BE REMOVED &TEXTURE PAINT D3 AS/ APP. SHALL BE PROVIDED A s.b. B b.l. FAST FOOD SHOP 4'-3" urinal senso cat.no. 60007 aluminium frame 4'-3" PROPOSED ex.fan size 61x39x38 cmsof hindware 12'-0"x12'-0" with frosted glass D2/G3 VIP TOILET 12"x18" wall tiles partition with door 7'-41"x6'-0" as/detail 2 c.l. V c.f. c.l. paper holder shutter 4'-6" 18"wide r.c.c. shelf 1'-6" ewc alexa cat.no. 92032 at 1'-6" ht. fin.with granite as/app. of hindware p trap E m.l. F m.l. C 2'-0"x4'-0" long mirror D gyser pp distance 15cm as/app quality

17'-6" with bevelled edges hand drier at 4-0"ht. washbasin rubella cat. no. 91006 WATER 1'-6" GRANITE AS/APP. (82x50 cm) pedestal cat.no.91106 COOLER of hindware 3' 7'-0" WIDE CORRIDOR 6' SHOP 3' 12'-0"x12'-0"

32'-6" 24' V1 V1

" 37'-6" SHOP 1 2 12'-0"x12'-0" JEWELLERY OPEN COURT YARD SHOP 12'-4 12'-0"x12'-0"10'-9"

7' GENTS TOILET

9" CILL 2'-9" D1 D1 D1

MANAGER SHOP ROOM W.C. W.C. W.C. 6' PROJECTION AT 8'-3"HT. 1 3'-6"x5'-0" 3'-6"x5'-0" 3'-6"x5'-0" 38'-9 " SHOP 4 SHOP 12'-0"x12'-0" 5'-9" 12'-0"x12'-0" V1 30' 12' 12'-9" 12' LOW HT. ROOF

12' SHOP 12'-0"x12'-0" 9" GENTS TOILET " D 1 12' 2

SHOP X MURAL ON WALL BATH BATH 7'-0" WIDE CORRIDOR 7'-0" WIDE CORRIDOR TOILET X 32'-10 12'-0"x12'-0" 1 1 " m.s. casing for motor 1 4'-8 4"x5'-0" 4'-8 4"x5'-0" 1 2 GIFT SHOP GIFT SHOP space space top cov. with fibre sheet 8'-1"x5'-7 2" 1 4 1'-6" 6" 3'-4 " space for planter 2 1'-6" rem. fountain nosal 9" 6' 6" 19' 21'-9" 9"space rem. 6" 4'-6" wide or 4'-6" eq 3' 3' eq adjusted as/site

6" EXISTING PIPE COL. 9" W.C. W.C. W.C. JANITOR 11'-3" 1 1 ROOM 5'-10" black granite on top & 3'-6"x5'-1"3'-6"x5'-5 "3'-6"x5'-5 " 5'-1" 1 9" 4'-9" PROPOSED FALSE CEILING 2 2 2'-6"x5'-5 2" 18'-9" 9" 9" jhansi red granite onX' vertical face (same as on existing steps) on 3" th con. wall 9" 7' "

1 2 LADIES TOILET ENTRANCE 3'-8 19'-6"

AREA EXISTING TREE 5'-7" " 13'-3" 1 LVL. +1'-0" 2 4

6'-3" WIDE CORRIDOR RIDGE LINE PROJECTION LINE 3'-6" 7'-3" W.C. W.C. W.C. TOILET 5' 8'-4" 1 3'-6"x5'-0"3'-6"x5'-0"3'-6"x5'-0" 5'-1 2"x5'-0" 1' " 1 2 1'-3" 4

7' 9"

1 1 2'-32" 1'-3" 6" 9' 6" 1'-3" 2'-32" 17'-1" PHOTO SKETCH ‘&2/:,7+ 10'-0"x6'-0" A.T.M.BOOTH ‘%$6( /9/“ EATING PLAZZA CHICKEN CORNER

27' OF PNB 30'-4"x14'-7" 10'-0"x14'-7" AREA =27'-0"X19'-8"=534.60 LESS 8'-4"X7'-0"=58.80 PHOTOSTAT/ TOTAL = 475.80 COMPUTER SECT. 10'-0"x8'-5" PARKING AREA

EATING TERRACE 19'-8"

G.F. PLAN OASIS FAST FOOD AT KARNA LAKE KARNAL