04.05.2014 Views

OIL INDIA LIMITED (A Govt. of India Enterprise) Contracts ...

OIL INDIA LIMITED (A Govt. of India Enterprise) Contracts ...

OIL INDIA LIMITED (A Govt. of India Enterprise) Contracts ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong><br />

(A <strong>Govt</strong>. <strong>of</strong> <strong>India</strong> <strong>Enterprise</strong>)<br />

<strong>Contracts</strong> Department,<br />

Duliajan, DISTRICT: DIBRUGARH<br />

ASSAM, PIN: 786602<br />

TENDER DOCUMENT<br />

Document Serial No.----------------------------- at the <strong>of</strong>fice <strong>of</strong> Head-<strong>Contracts</strong>, DULIAJAN<br />

Signature <strong>of</strong> Issuing Officer -------------------------<br />

Date <strong>of</strong> Issue---------------------<br />

Designation:---------------------------------------------<br />

Office Seal:-<br />

1.0 TENDER REFERENCE NO. : DCT0508P09<br />

2.0 DESCRIPTION OF SERVICES: TRANSPORTATION OF RIG EQUIPMENT & MATERIALS DURING<br />

RIG-MOVEMENT FROM ONE LOCATION TO ANOTHER BY TRACTOR-TRAILER UNITS IN VARIOUS<br />

RANGES OF DISTANCE SLABS WITH LOADING AND UNLOADING FACILITIES TO BE PROVIDED BY THE<br />

COMPANY IN <strong>OIL</strong>'S OPERATIONAL AREAS OF ASSAM AND ARUNACHAL PRADESH ON CALLOUT BASIS<br />

AS & WHEN REQUIRED FOR A PERIOD OF 2(TWO) YEARS, EXTENDABLE BY ANOTHER ONE YEAR, IF<br />

REQUIRED.<br />

3.0 Sealed tenders are invited from reliable, experienced and resourceful bidders for the above-mentioned<br />

services. This tender document is non-transferable.<br />

4.0 TYPE OF BID : DOUBLE BID (SINGLE)<br />

5.0 BID CLOSING DATE & TIME : 05.01.2010 (1245 Hrs. IST)<br />

6.0 TECHNICAL / COMPOSITE BID OPENING DATE & TIME : 05.01.2010(1300 Hrs. IST).<br />

.<br />

7.0 COMMERCIAL/PRICE BID OPENING DATE & TIME : (1300 Hrs. IST)<br />

8.0 EARNEST MONEY/BID BOND/BID SECURITY : 60,000.00 (RUPEES SIXTY THOUSAND ONLY)<br />

9.0 BID OPENING PLACE :<br />

<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong><br />

(A <strong>Govt</strong>. <strong>of</strong> <strong>India</strong> <strong>Enterprise</strong>)<br />

<strong>Contracts</strong> Department,<br />

Duliajan, DISTRICT: DIBRUGARH<br />

ASSAM, PIN: 786602<br />

10.0 MOBILISATION PERIOD : 15(Fifteen) days from the date <strong>of</strong> issue <strong>of</strong> "Letter Of Intent (LOI)" by "<strong>OIL</strong>".<br />

11.0 DURATION OF THE CONTRACT : 24 (TWENTY FOUR) MONTHS<br />

12.0 BID SUBMISSION : 12.1 The Tender is under 2(Two) Bid System and bidders<br />

are required to submit their <strong>of</strong>fers in two separate envelopes i.e. "TECHNICAL BID" and "COMMERCIAL BID".<br />

12.2 The detailed tender document supplied by the company bearing Seal & Signature <strong>of</strong> <strong>OIL</strong>'s<br />

authorized Officer(s) & duly signed and sealed by the Bidder(s) or their authorized attorney in all pages as a<br />

token <strong>of</strong> acceptance <strong>of</strong> the <strong>of</strong>fered terms and conditions <strong>of</strong> the Company, is to be Submitted with the Technical<br />

Bid, which must be without any Price details.<br />

12.3 The part-II <strong>of</strong> the tender document supplied separately by the Company for submission as<br />

"COMMERCIAL BID", duly signed and sealed by the Bidder(s) as above, is to be submitted as Commercial Bid<br />

along with Price Details wherever specified.<br />

1/6


TENDER REFERENCE NO. : DCT0508P09<br />

12.4 The cover containing the Technical Bid must be in one sealed envelope bearing the following in<br />

writing on the right hand top corner<br />

(i)<br />

Envelope No. A Technical Bid<br />

(ii)<br />

Tender No. DCT0508P09<br />

(iii) Bid Closing Date: 05.01.2010<br />

(iv) Bidder's Name --------------------------------------<br />

12.5 The cover containing the Commercial Bid must be in another sealed envelope bearing the<br />

following in writing on the right hand top corner<br />

(i)<br />

Envelope No.B Commercial Bid<br />

(ii)<br />

Tender No. DCT0508P09<br />

(iii) Bid Closing Date:- 05.01.2010<br />

(iv) Bidder's Name --------------------------------------<br />

12.6 The Technical Bid and the Commercial Bid should then be put together and sealed in another<br />

separate envelope and the following should be superscribed on the envelope along with the name & registered<br />

postal address <strong>of</strong> the bidder in typed format or in clear legible handwriting:-<br />

"BID FOR TENDER NO. DCT0508P09"<br />

"BID CLOSING DATE & TIME: 05.01.2010 AT 12.45 P.M.(IST)"<br />

12.7 The Earnest Money and other relevant documents to be enclosed with Technical Bid.<br />

12.8 The bid should be submitted to reach the address given below on or before the bid closing date<br />

and time as specified.<br />

HEAD-CONTRACTS<br />

<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong><br />

DULIAJAN, DISTRICT: DIBRUGARH<br />

ASSAM, PIN:786 602<br />

12.9 Tenderer(s) may send their <strong>of</strong>fer(s) to the Addressee mentioned in Para-12.8 here<strong>of</strong> by post or<br />

place the same in the TENDER BOX situated at the same address. Company will not be held responsible for<br />

any postal delay or non-receipt <strong>of</strong> the same.<br />

13.0 EARNEST MONEY DEPOSIT (EMD) :<br />

13.1 The <strong>of</strong>fer must be accompanied by a BANK DRAFT / BANKER'S CHEQUE/ BANK GUARANTEE (in<br />

specified format) / Pay-in-slip (available at designated banks at Duliajan) favouring <strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong>,<br />

payable at DULIAJAN for the amount applicable and purchased from any Nationalised Bank as per para 8.0<br />

towards Earnest Money Deposit (EMD). NO OTHER MODE OF PAYMENT WILL BE ACCEPTED BY THE<br />

COMPANY. The EMD shall not earn any interest to the tenderer(s) from the Company.<br />

13.2 Any <strong>of</strong>fer not accompanied with the EMD shall be treated as invalid and summarily rejected. Any<br />

subsequent deposit <strong>of</strong> EMD after the bid closing date shall not be permitted. Also, adjustment <strong>of</strong> EMD due<br />

against the instant tender, against dues from the Company or on any account shall not be permitted.<br />

13.3 The EMD will be forfeited in case the tenderers withdraw their <strong>of</strong>fer for any reason whatsoever after the<br />

appointed time on the bid closing date and before the validity period <strong>of</strong> the <strong>of</strong>fer which shall be 180(One<br />

Hundred Eighty) days from the date <strong>of</strong> opening <strong>of</strong> the tender. Any such withdrawal will make the tenderer liable<br />

to be debarred from further tendering at the sole discretion <strong>of</strong> the Company and the period <strong>of</strong> debarment will<br />

not be less than 1(One) year.<br />

14.0 Any <strong>of</strong>fer received after the appointed time on the Bid closing date shall be summarily rejected and<br />

returned to the tenderer(s) unopened.<br />

15.0 No modification or alteration to the <strong>of</strong>fer shall be permitted after the appointed time on the bid closing<br />

2/6


TENDER REFERENCE NO. : DCT0508P09<br />

date. NO CLARIFICATION ON WHATSOEVER REASONS THEREOF WILL ALSO BE ENTERTAINED<br />

AFTER THE BID CLOSING DATE.<br />

16.0 TENDER OPENING AND EVALUATION:<br />

16.1 BID OPENING AND EVALUATION:<br />

16.1.1The Technical / Composite bid will be opened on 05.01.2010 (Bid opening date) at 1300 hours (IST) in<br />

the presence <strong>of</strong> any attending Tenderer(s) or their Authorized Representative. However, an authorized letter<br />

from the Bidder must be produced by Bidder's representative at the time <strong>of</strong> opening <strong>of</strong> Tender, without which<br />

such representative won't be allowed to attend the opening <strong>of</strong> Tenders. Only one representative against each<br />

Bid will be allowed to attend the bid opening. Attending Tenderer(s) & Authorized Representative(s) will have to<br />

sign a register evidencing their presence. In case it happens to be a bundh/holiday, the tender will be opened<br />

on the next working day (except Saturday).<br />

16.1.2Company will examine bids to determine whether they are complete, whether requisite Bid Securities<br />

have been furnished, whether documents have been properly signed and whether the bids are generally in<br />

order.<br />

16.2 OPENING OF PRICE BID:<br />

16.2.1In case <strong>of</strong> Two bid system, after the evaluation <strong>of</strong> the Technical Bids, the Price (Commercial) Bids <strong>of</strong> the<br />

technically qualified Bidders will be opened. The opening Date and Time will be intimated to the technically<br />

qualified Bidders in due course. Price bids will be opened in the same procedure as mentioned in Para 16.1.1<br />

above.<br />

16.2.2The rates shall be quoted per unit as specified in Part-II here<strong>of</strong> and shall be in words as well as in<br />

figures. No overwriting shall be allowed but all corrections must be initialed on the blank space above. In case<br />

<strong>of</strong> discrepancy, rates quoted in words shall be considered to be correct.<br />

16.2.3The <strong>of</strong>fer must be valid for acceptance up to 180(One Hundred Eighty) days from the date <strong>of</strong> tender<br />

opening.<br />

17.0 RESPONSIVENESS OF BID : For the purpose <strong>of</strong> determining the responsiveness <strong>of</strong> a bid, it must<br />

conform to all the terms and conditions <strong>of</strong> the bidding document without any material deviation.<br />

18.0 BID REJECTION CRITERIA (BRC)<br />

The bid shall conform generally to the specifications and terms and conditions given in the Bidding Documents.<br />

Bids will be rejected in case services <strong>of</strong>fered do not conform to the required parameters stipulated in the<br />

technical specifications. Notwithstanding the general conformity <strong>of</strong> the bid to the stipulated specifications, the<br />

following requirements will have to be particularly met by the Bidders without which the same will be considered<br />

as non-responsive and rejected.<br />

18.1.0 BID REJECTION CRITERIA (BRC):<br />

18.1.1 TECHNICAL:<br />

18.1.1.1 The average annual financial turnover <strong>of</strong> the bidder during last 03(three) years ending 31st March<br />

2009 must be minimum Rs. 40,00,000/- (Rs. Forty Lakh). The pro<strong>of</strong> <strong>of</strong> annual turnover should be either in the<br />

form <strong>of</strong> audited pr<strong>of</strong>it & loss and Balance Sheet or certification from Chartered/Cost Accountant firm indicating<br />

the code number.<br />

18.1.1.2 Bidder(s) must possess 05(five) Nos. minimum 20 MT payload capacity tractor-trailer units and<br />

01(one) No. minimum 30 MT payload capacity tractor-trailer unit <strong>of</strong> vintage not earlier than 01.01.2001 in<br />

his/her name. Photocopies <strong>of</strong> Registration Certificates are to be submitted along with the technical bid as<br />

evidence. Make & Model <strong>of</strong> the tractors shall also be clearly indicated in the enclosed Annexure-B.<br />

18.1.1.3 Bidder(s) must have minimum 03(Three) years experience in transportation business during last<br />

3/6


TENDER REFERENCE NO. : DCT0508P09<br />

07(seven) years preceding bid closing date. Necessary documentary evidence in support <strong>of</strong> the same shall be<br />

submitted along with the technical bid.The documentary evidence must be in the form <strong>of</strong> Job Completion<br />

certificate,Gross payment certificate etc.Only LOI, Work Order copy is not acceptable.<br />

18.1.1.4 Bidder must give an undertaking as per prescribed format (Annexure-B) declaring that if awarded with<br />

the contract by <strong>OIL</strong>, he/she would engage tractor-trailer units and carryout the jobs strictly as per the tendered<br />

specifications (detailed in Part-III)) and all other terms & conditions <strong>of</strong> this tender.<br />

18.2 COMMERCIAL:<br />

18.2.1. The bids are to be submitted in a single stage under 2(two) bid system i.e. Technical bid<br />

(unpriced) and Commercial bid (priced) together. Both the bids should be submitted on the original tender<br />

document supplied by the Company and only the commercial bid should contain the quoted price.<br />

18.2.2. Bid received without earnest money deposit (EMD)will be rejected.<br />

18.2.3. Any bid received by the company after the deadline for submission <strong>of</strong> bids prescribed by the<br />

Company will be rejected.<br />

18.2.4. Any bid received in the form <strong>of</strong> Telex/Cable/Fax/E-Mail will not be accepted.<br />

18.2.5. Bid shall be typed or written in indelible ink and original bid shall be signed by the bidder or their<br />

authorized representative on all pages, failing which the bid will be rejected.<br />

18.2.6. Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors<br />

made by Bidder, in which case such corrections shall be initialed by the person(s) signing the bid. However,<br />

white fluid should not be used for making corrections. Any bid not meeting the requirement shall be rejected.<br />

18.2.7. Any bid containing false statement will be rejected.<br />

18.2.8. Bidders must quote clearly and strictly in accordance with the price schedule outlined in Price Bid<br />

Performa <strong>of</strong> bidding documents; otherwise the bid will be rejected.<br />

18.2.9. There should not be any indication <strong>of</strong> price in the technical bid. A bid will be straightway rejected<br />

if this is given in the technical bid.<br />

18.2.10. The bid documents are not transferable. Offers made by Bidders who have not purchased the<br />

bid documents from the Company will be rejected.<br />

18.2.11. The quoted rates by the bidder(s) must be firm during the performance <strong>of</strong> the contract and not<br />

subject to variation on any account except the following:-<br />

Escalation / reduction in rates per trip shall be applicable in case <strong>of</strong> fuel price changes a minimum <strong>of</strong> +/-05%<br />

(five percent)over the tendered fuel price as detailed in Para 12.0 <strong>of</strong> part-II <strong>of</strong> the bid document.<br />

Any bid submitted with an adjustable price quotation other than the above will be treated as non-responsive and<br />

rejected.<br />

18.2.12. Bid received with validity <strong>of</strong> <strong>of</strong>fer less than 180 (one hundred eighty) days from the date <strong>of</strong><br />

Technical Bid opening will be rejected.<br />

18.2.13 Earnest money deposit (EMD) shall be submitted along with the Technical bid, otherwise bid will<br />

be rejected.<br />

19.0 BID EVALUATION CRITERIA (BEC):<br />

19.1.1 The bids conforming to technical specifications, terms & conditions, etc. as stipulated in the tender<br />

document and considered to be responsive after subjecting to Bid Rejection Criteria (BRC) will be considered<br />

for further evaluation as per Bid Evaluation Criteria (BEC) given below -<br />

Bids will be evaluated on the basis <strong>of</strong> Grand Total Amount achieved by addition <strong>of</strong> Total Amount <strong>of</strong> each<br />

distance slabs quoted by the bidder under Schedule <strong>of</strong> Works in Part-II. Total amount in each distance slab is<br />

calculated by multiplying the "Quantity" [i.e. Number <strong>of</strong> rig-movement multiplied by 65(Sixty Five)] and "Rate per<br />

Unit(Trip)".<br />

19.1.2 Except above rates and Detention Charges, as applicable, no other charges whatsoever shall be<br />

payable to the contractor during the currency <strong>of</strong> the contract.<br />

19.1.3 Only one bid against a party <strong>of</strong>fering individually as well as under Proprietorship/Partnership firms shall<br />

be accepted. In case any bidder is found to submit separate bids under proprietorship as well as under any<br />

Partnership firm then the acceptable bid made in the name <strong>of</strong> the Partnership firm will only be considered for<br />

evaluation.<br />

4/6


TENDER REFERENCE NO. : DCT0508P09<br />

19.1.4 Any bid <strong>of</strong>fering part services shall not be considered for evaluation.<br />

19.2 AWARD OF CONTRACT:<br />

19.2.1 After evaluation as per BEC, the company shall award the contract to L-1 bidder.<br />

19.2.2 In case L-1 bidder happens to be more than 1(one), the award <strong>of</strong> contract will be done on the basis <strong>of</strong><br />

draw <strong>of</strong> lottery or may be split at the sole discretion <strong>of</strong> the company.<br />

19.2.3 The company reserves the right to split the job among two or more bidders subject to matching the bid<br />

price with L-1 bidder in totality. Since there are six items for quoting rates, party shall be asked to reduce the<br />

rate or rates which is / are (as the case may be) above L1 rate suitably so as to match the L1 total bid price.<br />

20.0 The successful bidders(s) shall be notified by the Company <strong>of</strong> its intention to enter into an Agreement<br />

with him/her/them on the basis <strong>of</strong> his/her/their acceptance <strong>of</strong> the <strong>of</strong>fer. Such notification shall be treated as a<br />

"Letter <strong>of</strong> Intent (LOI)".<br />

20.1 Within 10(Ten) days <strong>of</strong> receipt <strong>of</strong> the "Letter <strong>of</strong> Intent", the successful bidders(s) will be required to pay<br />

an interest free Security Money amounting to 2 1/2%(Two & Half percent) <strong>of</strong> total contract value by way <strong>of</strong><br />

DEMAND DRAFT/BANKER'S CHEQUE/BANK GUARANTEE (in specified format) / Pay-in-slip (available at<br />

designated banks at Duliajan) favouring "<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong>", payable at "DULIAJAN" from any Nationalised<br />

Bank. Upon furnishing <strong>of</strong> the Security Deposit, the successful bidders(s) will be required to enter into a formal<br />

Service Agreement based on the instant tender on the O.I.L. Standard forms <strong>of</strong> Agreement.<br />

20.2 This Security Deposit must be valid for six months after the date <strong>of</strong> expiry <strong>of</strong> the tenure <strong>of</strong> the contract. In<br />

the event <strong>of</strong> contract being extended within the provisions <strong>of</strong> the contract agreement, the contractor will have to<br />

extend suitably the validity <strong>of</strong> the "security Deposit" for the extended period.<br />

20.3 The "security deposit" will be refunded to the contractor within six months <strong>of</strong> satisfactory completion <strong>of</strong><br />

works under the contract (including extension, if any), but part or whole <strong>of</strong> which shall be used by the Company<br />

in realisation <strong>of</strong> liquidated damages or claims, if any or for adjustment <strong>of</strong> compensation or loss due to the<br />

Company for any reason.<br />

20.4 Failure <strong>of</strong> the successful bidders to comply with the conditions as specified in para 20.1 here<strong>of</strong> would<br />

render him liable for rejection and in turn forfeiture <strong>of</strong> Earnest Money Deposit (EMD) apart from any other<br />

actions the Company may take against him at its sole discretion.<br />

20.5 The EMD <strong>of</strong> the bidders shall be refunded to them as under;<br />

(a) To the technically unsuccessful bidders after the commercial bid opening in case <strong>of</strong> Two Bid<br />

systems only.<br />

(b) To others after the date <strong>of</strong> issue <strong>of</strong> Letter <strong>of</strong> Intent to the successful bidders.<br />

(c) To the successful bidders only after submission <strong>of</strong> the Security Deposit as specified in para<br />

no. 20.1 above.<br />

21.0 The Tenderer(s) may consult Head-Transport or his Representative(s) to assess the nature and extent <strong>of</strong><br />

the services and the conditions under which it would be carried out he/she/they may also seek such<br />

clarifications from these Officers as are deemed necessary for his/her/their <strong>of</strong>fer. All the terms and conditions <strong>of</strong><br />

the existing transport service contract will be applicable.<br />

22.0 GENERAL CONDITIONS :<br />

22.1 In case bidder takes exception to any clause <strong>of</strong> the bidding document not covered under BEC / BRC,<br />

then the Company has the right discretion to load or reject the <strong>of</strong>fer on account <strong>of</strong> such exception if the bidder<br />

does not withdraw / modify the deviation when / as advised by the Company. The loading so done by the<br />

Company will be final and binding on the bidder.<br />

22.2 To ascertain the substantial responsiveness <strong>of</strong> the bid, the Company reserves the right to ask the bidder<br />

for clarification in respect <strong>of</strong> clauses covered under BRC and such clarification fulfilling the BRC clauses must<br />

be received within the date fixed by the Company, failing which the bid will liable to be rejected.<br />

22.3 In case, any <strong>of</strong> the clauses in the BRC contradict with other clauses <strong>of</strong> the bid document elsewhere, the<br />

5/6


TENDER REFERENCE NO. : DCT0508P09<br />

clauses in the BRC shall prevail.<br />

23.0 The Company reserves the right to reject any or all <strong>of</strong> the tenders or accept any tender, in full or in part<br />

without assigning any reason.<br />

HEAD - CONTRACTS<br />

6/6


<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong><br />

(A <strong>Govt</strong>. <strong>of</strong> <strong>India</strong> <strong>Enterprise</strong>)<br />

<strong>Contracts</strong> Department,<br />

Duliajan, DISTRICT: DIBRUGARH<br />

ASSAM, PIN: 786602<br />

Tender No.: DCT0508P09<br />

DESCRIPTION OF SERVICES: -<br />

TRANSPORTATION OF RIG EQUIPMENT & MATERIALS DURING RIG-MOVEMENT FROM<br />

ONE LOCATION TO ANOTHER BY TRACTOR-TRAILER UNITS IN VARIOUS RANGES OF<br />

DISTANCE SLABS WITH LOADING AND UNLOADING FACILITIES TO BE PROVIDED BY THE<br />

COMPANY IN <strong>OIL</strong>'S OPERATIONAL AREAS OF ASSAM AND ARUNACHAL PRADESH ON<br />

CALLOUT BASIS AS & WHEN REQUIRED FOR A PERIOD OF 2(TWO) YEARS, EXTENDABLE<br />

BY ANOTHER ONE YEAR, IF REQUIRED.<br />

PART- I<br />

CONDITIONS OF CONTRACT<br />

This service contract agreement (herein after referred to as Contract') made on this<br />

______________ day <strong>of</strong>_________________, 200_ between <strong>OIL</strong> <strong>INDIA</strong> LTD, a body corporate<br />

and established under the Companies Act 1956, having its registered <strong>of</strong>fice at Duliajan, Assam,<br />

PIN - 786602 (hereinafter called `Company' which expression shall unless otherwise provided,<br />

include its executors, successors, administrators and permitted assignees) on one part<br />

AND<br />

Shri/Smti/M/s.................................................... carrying on business as<br />

proprietor/partners/Company under the name and style <strong>of</strong> __________________________<br />

______________________and having his/her/their Registered/Main Office in the State <strong>of</strong><br />

_________________ and governed by the <strong>India</strong>n Laws (hereinafter called the "Contractor")<br />

which expression unless repugnant to the context shall include its Executors, Successors,<br />

Administrators and permitted Assigns on the other part.<br />

Whereas, the Company desires to hire the above mentioned services.<br />

Whereas, the Contractor represents that he/she/they has/have adequate capacity to<br />

undertake the aforesaid service and is equipped with fully trained personnel capable <strong>of</strong> adequately<br />

operating and providing the required services.<br />

Now, therefore, in consideration <strong>of</strong> the promises and the mutual covenants <strong>of</strong> both the<br />

parties, hereinafter, set forth, it is mutually agreed as follows: -<br />

1.0 AREA OF OPERATION: -<br />

Any place <strong>of</strong> <strong>OIL</strong>'s activities in Assam & Arunachal Pradesh<br />

2.0 COMMENCEMENT: -<br />

Bidder should be in a position to commence the work as per mobilization period <strong>of</strong>:<br />

15(Fifteen) days from the date <strong>of</strong> issue <strong>of</strong> "Letter Of Intent (LOI)" by "<strong>OIL</strong>".<br />

On failure <strong>of</strong> the contractor to commence & complete the works as per the work orders, "Liquidated<br />

damage/compensation/penalty etc." will be recovered as per NOTE-2 (B),Part-II here<strong>of</strong>,from the<br />

bills/ security-deposit etc.<br />

3.00 EARNEST MONEY/SECURITY MONEY: -<br />

3.01 EARNEST MONEY: -<br />

Failure <strong>of</strong> the Contractor to sign the agreement within reasonable time <strong>of</strong> its presentation to them<br />

shall constitute sufficient grounds for the annulment <strong>of</strong> the award <strong>of</strong> the contract and forfeiture <strong>of</strong><br />

the Earnest money, in which event, the Company may award the contract to the next evaluated<br />

bidder or call for new bid or negotiate with the next lowest bidder as deemed fit.<br />

Contractor<br />

Company<br />

1/5


3.02 SECURITY MONEY: -<br />

Security money will be @ 2.5% (two decimal five percent) <strong>of</strong> total contract value as<br />

GUARANTEE against satisfactory performance <strong>of</strong> the contract during the contractual period.<br />

The security deposit shall be payable to the Company as compensation for any loss resulting from<br />

Contractor's failure to fulfill its obligations under the Agreement.<br />

This Security Deposit must be valid for six months after the date <strong>of</strong> expiry <strong>of</strong> the tenure <strong>of</strong><br />

the contract. In the event <strong>of</strong> contract being extended within the provisions <strong>of</strong> the agreement, the<br />

contractor will have to extend suitably the validity <strong>of</strong> the "security Deposit" for the extended period.<br />

The "security deposit" will be refunded to the contractor within six months <strong>of</strong> satisfactory<br />

completion <strong>of</strong> works under the contract (including extension, if any), but part or whole <strong>of</strong> which<br />

shall be used by the Company in realisation <strong>of</strong> liquidated damages or claims, if any or for<br />

adjustment <strong>of</strong> compensation or loss due to the Company for any reason.<br />

4.00 DEFINITIONS: -<br />

In this contract certain terms used shall be interpreted as indicated below:-<br />

a) 'Company' means Oil <strong>India</strong> Limited (<strong>OIL</strong>)<br />

b) Contractor' means any individual/firm/company engaged as Transport agent or<br />

Carrier to whom the contract for transportation is awarded.<br />

c) `The Contract Agreement' means this agreement entered into after depositing<br />

Security Money between Company and Contractor, as recorded in the contract agreement signed<br />

by the parties, including all attachments & appendices thereto and all documents incorporated by<br />

reference therein.<br />

d) `Contractor's representative' mean such persons duly appointed by the Contractor<br />

there<strong>of</strong> at site to act on contractor's behalf and notified in writing to the Company. In case <strong>of</strong><br />

signing bills a power <strong>of</strong> attorney shall be provided in the name <strong>of</strong> the authorised person by the<br />

Contractor.<br />

e) `<strong>OIL</strong>'s authorised Officer' means GENERAL MANAGER (S)/ GENERAL MANAGER<br />

(ENGG.) /HEAD-MATERIALS / HEAD-CONTRACTS / HEAD-TRANSPORT / CHIEF MANAGER<br />

(Calcutta Branch)/DY. GENERAL MANAGER (Pipeline)/All PROJECT MANAGERS and any other<br />

Officer who may be declared as such for the purpose <strong>of</strong> this contract by the RESIDENT CHIEF<br />

EXECUTIVE or the said Officers.<br />

f) 'Ton' 'MT' or `Metric Tonne' means 2204.6 lbs or 1000 kgs.<br />

g) 'Distance' means the distance by the shortest approachable and plying ROUTE in<br />

between the places <strong>of</strong> LOADING & DELIVERY.<br />

h) `Weight' means gross weight <strong>of</strong> the Stores, Goods, Materials, and Equipment etc. to<br />

be transported in Kg or MT.<br />

i) `Date <strong>of</strong> booking' means date on which Company or any other person acting on<br />

behalf <strong>of</strong> Company including a supplier (who is directed by the Company) to <strong>of</strong>fer consignment(s)<br />

to the Contractor for carriage in writing.<br />

j) `Trailer load' means minimum cargo <strong>of</strong> 20(Twenty) MT & `Truck load' means<br />

minimum cargo <strong>of</strong> 9(Nine) MT. However, when load(s) transported by a vehicle is more than<br />

above, weight will be considered as per the consignment note.<br />

k) `Sundries' means different small consignments considered collectively. Sundry<br />

load(s) are NOT one Truck or Trailer load. Forcarriage it can be combined with consignments not<br />

belonging to the Company (<strong>OIL</strong>) in the carriage.<br />

l) `Supplier' means who has business relation with the Company and has been<br />

instructed by the Company to dispatch goods.<br />

m) `Urgent load' means a load declared so by the Authorized <strong>of</strong>ficer.<br />

5.00 APPLICABLE LAW: -<br />

The contract shall be deemed to be a contract made under, governed by and construed in<br />

accordance with the laws <strong>of</strong> <strong>India</strong>.<br />

Contractor<br />

Company<br />

2/5


5.01 The Contractor shall ensure full compliance <strong>of</strong> various <strong>India</strong>n laws and statutory regulations,<br />

to the extent applicable, as stated below, but not limited to, in force from time to time and obtain<br />

necessary permits/licenses etc. from appropriate authority for conducting operations under the<br />

contract:<br />

Motor Vehicle Act, Octroi Duties Act, Port Trust Acts, <strong>India</strong>n Railways Act, Mines Act, 1952<br />

as applicable to safety & employment conditions and subsequent amendment, Oil Mines<br />

Regulations-1984 wherever applicable Workmen's Compensation Act Payment <strong>of</strong> Wages Act,The<br />

Minimum Wages Act, Payment <strong>of</strong> Bonus Act 1965, Contract Labour (Regulation & abolition) Act<br />

1970 and the rules framed there under, Employees Pension Scheme 1995, Interstate Migrant Act<br />

1979 (Regulation <strong>of</strong> employment &conditions <strong>of</strong> services), The Employees Provident Fund & Misc.<br />

provisions act, Central Excise Act, Income Tax Act 1961, Assam Finance Act 1956, Assam Sales<br />

Tax Act 1947, Central Sales Tax Act 1957, Assam Pollution Control Board's Rules & Regulation<br />

Service Tax Act, Any other Acts as applicable from time to time.<br />

5.02 The contractor should be fully conversant with the laws applicable to work under this<br />

contract and all other relevant rules and connected laws and to abide by them so that jobs<br />

assigned are performed efficiently in time. In case <strong>of</strong> violation <strong>of</strong> any <strong>of</strong> the RULES/ACTS/LAWS,<br />

the contractor shall be responsible for the consequences arising out <strong>of</strong> the violation and in no way<br />

Company (<strong>OIL</strong>) will be responsible for it.<br />

5.03 The contractor or his representative shall abide by the RULES regarding SAFETY &<br />

SECURITY measures at the STORE YARD/GODOWN at Duliajan and other points.<br />

5.04 The fleet <strong>of</strong> vehicles/Transport equipment, which shall be used for the execution <strong>of</strong> this<br />

contract, must have valid documents like ROAD PERMITS, REGISTRATION, ROAD TAX,<br />

FITNESS, INSURANCE etc duly approved by appropriate <strong>Govt</strong>. Authorities.<br />

5.05 All goods moving within the <strong>India</strong>n Union on account <strong>of</strong> the Company are covered under a<br />

Block (Annual Open) Insurance Policy taken by the Company. This Insurance is for the exclusive<br />

benefit <strong>of</strong> the Company and shall not accrue to the benefit <strong>of</strong> the contractor. The Company will<br />

arrange Transit Insurance for its goods. The contractor shall be responsible to issue Certificate <strong>of</strong><br />

Facts pertaining to loss assessed by Surveyor/Competent Authorities to the Company within<br />

7(Seven) days from the date <strong>of</strong> provisional claim forwarded to the contractor for the purpose <strong>of</strong><br />

lodging final claim on Insurance Company or any other party.<br />

8.00 TERMINATION: -<br />

8.01 Termination on expiry <strong>of</strong> contract: -<br />

This contract shall be deemed to have been automatically terminated on the expiry <strong>of</strong> the<br />

contractual period unless the Company has exercised its option to extend the contract in<br />

accordance with the provisions <strong>of</strong> the Contract Agreement.<br />

8.02 The contract may be terminated at any time by either party without indicating any reason by<br />

giving 90(NINETY) DAYS PRIOR notice in writing <strong>of</strong> its intention to do so to the other party. In<br />

case <strong>of</strong> unsatisfactory performance <strong>of</strong> the contractor, Company solely reserves the right to<br />

terminate the contract by giving 30(THIRTY) days written notice.<br />

8.03 Termination on account <strong>of</strong> Insolvency <strong>of</strong> the Contractor: -<br />

In the event that the Contractor at any time during the term <strong>of</strong> the contract becomes insolvent or<br />

makes a voluntary assignment <strong>of</strong> the contract for the benefit <strong>of</strong> its creditors or is adjudged<br />

Bankrupt then the Company shall by a notice in writing have the right to terminate the contract<br />

and all the Contractor's right and privileges hereunder shall stand terminated forthwith. In<br />

such eventuality the company shall pay the contractor the applicable rate for the services<br />

performed if due upon the date <strong>of</strong> termination <strong>of</strong> the contract.<br />

As soon as petition, if any, is made for declaration <strong>of</strong> insolvency to the court, the Contractor<br />

shall keep the Company informed <strong>of</strong> the fact in writing.<br />

Contractor<br />

Company<br />

3/5


8.07 Consequence <strong>of</strong> termination: -<br />

(i) In all cases <strong>of</strong> termination herein set forth the obligation <strong>of</strong> the Company to pay the<br />

charges shall be limited to the period up to the date <strong>of</strong> termination and the Contractor will not be<br />

entitled to any damage or compensation on account <strong>of</strong> termination.<br />

(ii) Notwithstanding the termination <strong>of</strong> this contract, the Contractor shall reasonably<br />

continue to be bound by the provisions <strong>of</strong> this contract that reasonably require some action<br />

forbearance after such termination.<br />

9.0 FORCE MAJEURE: -<br />

Force Majeure (Exemption) Clause <strong>of</strong> the International Chamber <strong>of</strong> Commerce (ICC Publication<br />

No.421) will be applicable.<br />

10.0 ARBITRATION: -<br />

Any dispute arising under this contract will be settled through Arbitration in accordance with the<br />

Rules <strong>of</strong> Arbitration <strong>of</strong> the <strong>India</strong>n Council <strong>of</strong> Arbitration and the award mode in pursuance there<strong>of</strong><br />

shall be binding.<br />

Place <strong>of</strong> Arbitration: DULIAJAN.<br />

12.00 INDEMNITY CLAUSE: -<br />

(a) The contractor agrees to protect, defend, indemnify and hold the company<br />

harmless from and against all claims, suits, demands, causes <strong>of</strong> action, liabilities, expenses,<br />

costs, liens, judgment <strong>of</strong> every kind and character without limit which may arise in favour <strong>of</strong><br />

the contractor's employees, agents, sub-contractors or their employees on account <strong>of</strong> bodily<br />

injury or death as a result <strong>of</strong> the services contemplated hereby, regardless <strong>of</strong> whether or not<br />

the said claims, demands or causes <strong>of</strong> action arise out <strong>of</strong> negligence or otherwise in whole or<br />

in part or other faults.<br />

(b) The company agrees to protect, defend, indemnify and hold the contractor<br />

harmless from and against all claims, suits, demands, causes <strong>of</strong> action, liabilities, expenses,<br />

costs, liens, judgment <strong>of</strong> every kind and character without limit which may arise in favour <strong>of</strong><br />

the company's, agents, sub-contractors or<br />

their employees on account <strong>of</strong> bodily injury or death, as a result <strong>of</strong> the services contemplated<br />

hereby, regardless <strong>of</strong> whether or not the said claims, demands or causes <strong>of</strong> action arise out<br />

<strong>of</strong> negligence or otherwise in whole or in part or other faults.<br />

13.0 SET OFF CLAUSE :-<br />

"Any sum <strong>of</strong> money due and payable to the contractor (including Security Deposit refundable to<br />

them) under this or any other contract may be appropriated by Oil <strong>India</strong> Limited and set <strong>of</strong>f against<br />

any claim <strong>of</strong> Oil <strong>India</strong> Limited (or such other person or persons contracting through Oil <strong>India</strong><br />

Limited) for payment <strong>of</strong> a sum <strong>of</strong> money arising out <strong>of</strong> this contract or under any other contract<br />

made by the contractor with Oil <strong>India</strong> Limited (or such other person or persons contracting through<br />

Oil <strong>India</strong> Limited)."<br />

14.0 FURNISHING FRAUDULENT INFORMATION/DOCUMENT:<br />

If it is found that a Bidder/Contractor has furnished fraudulent document/information, the Bid<br />

Security/Performance Security shall be forfeited and the party shall be debarred for period <strong>of</strong><br />

3(three) years from date <strong>of</strong> detection <strong>of</strong> such fraudulent act, besides the legal action.<br />

15.0 RETENTION MONEY:<br />

15.1 A retention money equivalent to 7.5% <strong>of</strong> each running account bill is deducted till final<br />

completion <strong>of</strong> the work. This deducted amount and the initial performance security shall be<br />

retained with <strong>OIL</strong> till such time as may be specified in the contract document.<br />

16.0 LIQUIDATED DAMAGES FOR DELAY IN MOBILISATION AND/ OR COMPLETION OF<br />

WORKS AND SERVICES<br />

Contractor<br />

Company<br />

4/5


16.1 In normal case <strong>of</strong> works /service contracts, liquidated damages will be applicable @ 0.5%<br />

<strong>of</strong> the contract value per week or part there<strong>of</strong>, for delay in contract mobilization /completion date<br />

subject to a maximum ceiling <strong>of</strong> 7.5% <strong>of</strong> contract value .<br />

IN WITNESS where<strong>of</strong> the parties hereinto set there hands and seals the day and year first above<br />

written.<br />

SIGNED & DELIVERED FOR AND ON BEHALF OF ---------------------------------------------------------<br />

(Signature <strong>of</strong> Contractor or his/her/<br />

their legal Attorney)<br />

_____________________________________<br />

BY THE HAND OF HIS/ HER/ THEIR PARTNER/<br />

LEGAL ATTORNEY.<br />

----------------------------------------<br />

(Full Name <strong>of</strong> Signatory)<br />

And in presence <strong>of</strong><br />

(Seal <strong>of</strong> Contractor's Firm)<br />

____________________________<br />

____________________________<br />

(Name <strong>of</strong> Witness)<br />

Date______________________<br />

____________________________<br />

(Signature <strong>of</strong> Witness)<br />

--------------------------------------------<br />

(Full Name <strong>of</strong> Signatory)<br />

Address:-<br />

--------------------------------------------<br />

SIGNED & DELIVERED FOR AND ON<br />

BEHALF OF <strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong>.<br />

_________________________<br />

(Signature <strong>of</strong> Acceptor)<br />

Date:___________________<br />

Designation:______________<br />

Contractor<br />

Company<br />

5/5


PART- II<br />

Tender no. DCT0508P09<br />

1.0 SCHEDULE OF WORKS, UNITS, QUANTITIES & RATES:-<br />

1.1 SCHEDULE OF WORKS:-<br />

TRANSPORTATION OF RIG EQUIPMENT & MATERIALS DURING RIG-MOVEMENT FROM<br />

ONE LOCATION TO ANOTHER BY TRACTOR-TRAILER UNITS IN VARIOUS RANGES OF DISTANCE<br />

SLABS WITH LOADING AND UNLOADING FACILITIES TO BE PROVIDED BY THE COMPANY IN<br />

<strong>OIL</strong>'S OPERATIONAL AREAS OF ASSAM AND ARUNACHAL PRADESH ON CALLOUT BASIS AS &<br />

WHEN REQUIRED FOR A PERIOD OF 2(TWO) YEARS, EXTENDABLE BY ANOTHER ONE YEAR, IF<br />

REQUIRED.<br />

Item<br />

No.<br />

Description <strong>of</strong> Service Unit <strong>of</strong> Words Quantity Rate per<br />

Unit<br />

(Figs<br />

Words)<br />

10 Rig-movement in 05-20 Km<br />

slab.<br />

[02(two) rig-movements with<br />

maximum 65(Sixty Five)<br />

loads per rig-movement.]<br />

Trip 130.000<br />

&<br />

Amount<br />

20 Rig-movement in 21-40 Km<br />

slab.<br />

[04(four) rig-movements<br />

with maximum 65(Sixty<br />

Five) loads per<br />

rig-movement.]<br />

Trip 260.000<br />

30 Rig-movement in 41-60 Km<br />

slab.<br />

[08(eight) rig-movements<br />

with maximum 65(Sixty<br />

Five) loads per<br />

rig-movement.]<br />

Trip 520.000<br />

40 Rig-movement in 61-80 Km<br />

slab.<br />

[08(eight) rig-movements<br />

with maximum 65(Sixty<br />

Five) loads per<br />

rig-movement.]<br />

Trip 520.000<br />

Contractor<br />

Company<br />

1/2


Item<br />

No.<br />

Description <strong>of</strong> Service Unit <strong>of</strong> Words Quantity Rate per<br />

Unit<br />

(Figs<br />

Words)<br />

Trip 260.000<br />

Km slab.<br />

[04(four) rig-movements<br />

with maximum 65(Sixty<br />

Five) loads per<br />

rig-movement.]<br />

50 Rig-movement in 81-110<br />

&<br />

Amount<br />

60 Rig-movement in 111-150<br />

Km slab.<br />

[04(four) rig-movements<br />

with maximum 65(Sixty<br />

Five) loads per<br />

rig-movement.]<br />

Trip 260.000<br />

Note :- The above rates include all liabilities including statutory Liabilities.<br />

12. The above rates shall be fixed and firm for the entire tenure <strong>of</strong> the contract and shall be binding on<br />

both the parties. No changes in these rates shall be allowed under any circumstances during the tenure<br />

<strong>of</strong> this service agreement except in respect <strong>of</strong> the following: -<br />

Escalation / reduction in rates shall be applicable in case <strong>of</strong> fuel price changes a minimum <strong>of</strong> +/-<br />

05% (five percent) <strong>of</strong> the tendered fuel price <strong>of</strong> Rs. 33.81 / litre. The rate <strong>of</strong> increase / decrease per trip<br />

per Re. 1.00 change in fuel price shall be as follows:<br />

i) 05-20 km slab :Rs.10.00 (Rupees Ten Only)<br />

ii) 21-40 km slab :Rs.20.00 (Rupees Twenty Only)<br />

iii) 41-60 km slab :Rs.35.00 (Rupees Thirty Five Only)<br />

iv) 61-80 km slab :Rs.45.00 (Rupees Forty Five Only)<br />

v) 81-110 km slab :Rs.65.00 (Rupees Sixty Five Only)<br />

vi) 111-150 km slab :Rs.85.00 (Rupees Eighty Five Only)<br />

NOTES:<br />

2(A)It shall be the responsibility <strong>of</strong> the contractor to complete 65(sixty five) loads for different<br />

ranges <strong>of</strong> distance slab within the stipulated time period as detailed in Clause No-1.9 in Part-III <strong>of</strong> this<br />

tender document.<br />

2(B) In case <strong>of</strong> non-completion <strong>of</strong> the required number <strong>of</strong> loads within the stipulated time period,<br />

penalty shall be imposed as per Caluse-5.2 in Part-III <strong>of</strong> this tender document.<br />

In case <strong>of</strong> non-placement <strong>of</strong> any tractor-trailer unit/s for commencement <strong>of</strong> the job, there<br />

will be a grace period <strong>of</strong> 01(one) day to commence the job. Any further delay beyond the same, a penalty<br />

shall be imposed as per the Clause-5.3 in Part-III <strong>of</strong> this tender document.<br />

2(C) Detention Charges, penalty etc. shall be applicable as detailed in Clause 5.0 in Part-III <strong>of</strong><br />

this tender document.<br />

Contractor<br />

Company<br />

2/2


<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong><br />

(A <strong>Govt</strong>. <strong>of</strong> <strong>India</strong> <strong>Enterprise</strong>)<br />

<strong>Contracts</strong> Department,<br />

Duliajan, DISTRICT: DIBRUGARH<br />

ASSAM, PIN: 786602<br />

PART - III<br />

SPECIAL TERMS AND CONDITIONS<br />

Tender No.: DCT0508P09<br />

PART - III : JOB REQUIREMENTS, TERMS & CONDITIONS, SPECIFICATIONS, ETC.<br />

1.0 JOB REQUIREMENTS, TERMS & CONDITIONS -<br />

1.1 Transportation <strong>of</strong> rig equipment & materials from one location to another by tractor-trailer<br />

units in the following range <strong>of</strong> distance slabs -<br />

Sl. No. Quantity <strong>of</strong> Rig-movement Distance Slab<br />

01. 02(two)nos. 05 - 20 Km<br />

02. 04(four) nos. 21 - 40 Km<br />

03. 08(eight)nos. 41 - 60 Km<br />

04. 08(eight)nos. 61 - 80 Km<br />

05. 04(four) nos. 81 - 110 Km<br />

06. 04(four) nos. 111 - 150 Km<br />

Total: 30 (thirty) nos.<br />

1.2 Services against this contract shall normally be utilised for rig-movement <strong>of</strong> company owned<br />

rigs.<br />

1.3 The duration <strong>of</strong> the contract agreement shall be 2(two) years extendable by one year.The<br />

bidder should be in a position to commence the work within 15(Fifteen) days from the date <strong>of</strong> issue<br />

<strong>of</strong> "Letter Of Intent (LOI)" by "<strong>OIL</strong>". However, the actual commencement date <strong>of</strong> the works under<br />

the agreement will be as per the work-order issued by Head-Transport to carry out the stipulated<br />

jobs, on call-out basis.<br />

After signing <strong>of</strong> the formal agreement by the contractor, the work order will be issued by<br />

Head-Transport specifying the commencement date and expiry date <strong>of</strong> the contract for 2(Two)<br />

years period (extendable by one more year at the same rates, terms and conditions <strong>of</strong> the original<br />

agreement, if required, at own discretion <strong>of</strong> the Company). For each Rig-movement, there will be<br />

separate call-out notices, to be issued by Head-transport and the jobs will have to be carried out as<br />

per the instructions therein.<br />

1.4 Payment against the contract shall be made on per load (trip) basis i.e. as per actual loads<br />

transported. The actual number <strong>of</strong> loads per rig-movement may vary depending on the<br />

requirement. However, maximum number <strong>of</strong> such loads shall not exceed 65(sixty five) loads per<br />

rig-movement. [In case <strong>of</strong> E-3000 (S-8) rig same may be maximum 100(one hundred) loads.]<br />

1.5 One 'Load' i.e. one 'Trip' means transportation <strong>of</strong> one load <strong>of</strong> rig-materials by one<br />

tractor-trailer unit from one location to another forward location.<br />

1.6 Amongst various rig-materials <strong>of</strong> different sizes consisting <strong>of</strong> tanks, derrick parts, huts,<br />

draw-works, power packs, rig pumps, fittings, pipes & accessories, etc., the contractor shall also<br />

transport various tubular each <strong>of</strong> approx. 12 meter long viz. casing pipes, drill pipes, tubing, etc.<br />

1.7 This job shall not be <strong>of</strong> continuous nature & the services will be utilised on call out basis as &<br />

when required. Accordingly, individual Work-order shall be issued for each rig-movement job<br />

before commencement <strong>of</strong> the rig-movement and place <strong>of</strong> reporting for the tractor trailer shall be at<br />

respective well sites.<br />

Contractor<br />

Company<br />

1/8


1.8 Normally the Work-order shall be issued 5(five) days in advance prior to commencement <strong>of</strong> a<br />

rig-movement job. However, in emergency situations, it may be issued 2(two) days in advance<br />

only.<br />

1.9 It shall be the responsibility <strong>of</strong> the contractor to complete 65(sixty five) loads for different<br />

ranges <strong>of</strong> distance slab within the stipulated period as under -<br />

Sl. No. Distance Slab Period(Number <strong>of</strong> days)<br />

01. 05 - 20 Km 08(eight)days<br />

02. 21 - 60 Km 10 (ten) days<br />

03. 61 - 110 Km 12(twelve) days<br />

04. 111 -150 Km 15(fifteen) days<br />

[In case <strong>of</strong> E-3000 (S-8) rig, the 100(one hundred) loads shall be completed within 15(fifteen) days<br />

irrespective <strong>of</strong> the stipulated distance slabs.]<br />

1.10 To complete the job within the stipulated time period as above, contractor shall mobilise<br />

additional tractor-trailer unit/s, if required.<br />

1.11 Each tractor-trailer unit once loaded with materials shall transport the load and shall report to<br />

the forward (destination) location same day or latest by next day as decided by company engineer<br />

depending upon the inter- location distance and time <strong>of</strong> loading.<br />

1.12 Contractor may have to carry out up to 04(four) rig-movements simultaneously.Accordingly,<br />

contractor shall mobilize & deploy requisite numbers <strong>of</strong> Tractor-trailers for the entire<br />

rig-movements.<br />

1.13 Contractor shall deploy minimum 8(eight) tractor-trailers everyday for each rig-movement<br />

during rig-movement period as per following types & capacities -<br />

i. 4(four) Nos. minimum 20MT payload capacity Semi-Low-Bed Semi trailer.<br />

ii. 2(two) Nos. minimum 20MT payload capacity Flat-Bed Semi trailer<br />

iii. 2(two) Nos. minimum 30 MT payload capacity Semi-Low-Bed Semi trailer.<br />

Detailed requisite technical specifications <strong>of</strong> the tractor-trailers are provided under Clause 2.0<br />

below.<br />

Note :- Any additional tractor-trailer unit/s deployed by the contractor shall be <strong>of</strong> minimum<br />

20MT payload capacity only.<br />

1.14 The vintage <strong>of</strong> each tractor-trailer unit engaged shall not be more (earlier) than 01.01.2001.<br />

1.15 Tractor-trailer disposed <strong>of</strong>f from the company (i.e. company owned tractor or trailer or<br />

tractor-trailer as a whole unit disposed <strong>of</strong>f from <strong>OIL</strong> subsequent to written-<strong>of</strong>f) shall not be<br />

acceptable under the scope <strong>of</strong> this contract.<br />

1.16 The crew for each tractor-trailer unit shall comprise <strong>of</strong> 1(one) driver and minimum 2(two)<br />

helpers/jugalies.<br />

1.17 From time to time, a tractor-trailer unit may be required to halt overnight at any station other<br />

than Duliajan, Assam, but no additional halting charges will be payable. In such an event, the<br />

contractor shall have to arrange his/her own accommodation, expenditure, etc. for his / her crew.<br />

1.18 The contractor shall have to arrange all necessary tools & accessories viz. tarpaulin, chains,<br />

ropes, slings, shackles, etc for safe handling/transportation <strong>of</strong> rig materials. Company's Engineer /<br />

Junior Engineer present at site will have the power to reject any <strong>of</strong> these items, if found not<br />

suitable for use.<br />

1.19 The duration for each rig-movement job shall be counted from the time & date mentioned in<br />

the work-order issued to commence the rig-movement.<br />

1.20 Job completion will be considered only when all the stipulated loads as defined in the<br />

Contractor<br />

Company<br />

2/8


work-order are transferred & delivered at the destination point.<br />

2.0 TECHNICAL SPECIFICATIONS -<br />

2.1 The tractor-trailer units engaged under this contract agreement shall meet the following<br />

models/specifications -<br />

2.1.1 VINTAGE : Not more (earlier) than 01.01.2001.<br />

2.1.2 MAKE & MODEL OF TRACTOR -<br />

(A) For 20 MT payload capacity tractor-trailer units :- Tata LPS 3516, Ashok Leyland Tusker<br />

Turbo 3516 or any other equivalent tractor (prime mover) having minimum 35000 Kg GCW<br />

capacity.<br />

(B) For 30 MT payload capacity tractor-trailer units :- TATA LPS 4923 TC 6 x 4, Ashok Leyland<br />

4921 TT 6 x 4 or any other equivalent 6x4 drive tractor (prime mover) having minimum 49000 Kg<br />

GCW capacity.<br />

2.1.3 OTHER SPECIFICATIONS OF TRACTOR -<br />

a). Power Assisted Steering, Full Forward Control unit.<br />

b). Fifth Wheel Coupling unit suitable for 2.0 inch / 3.5 inch kingpin <strong>of</strong> IS 6763 / SAE<br />

J133/J700b/J848a standard. Make - Ashley, Tata, AL, Volvo, York, Jost Hyva or PLHT.<br />

c). Palm coupling airline connections for trailer brakes & Electrical Plug connection for trailer<br />

lights, etc.<br />

d). All standard lightings, fittings & accessories as per Motor Vehicle Act, two large Rear View<br />

Mirrors, First Aid Box, Fire Extinguisher, Spare Wheel with mounting arrangement, etc.<br />

2.1.4 SPECIFICATIONS FOR TRAILERS -<br />

a). Type <strong>of</strong> trailer :-<br />

i. 4(four) Nos. minimum 20MT payload capacity Semi-Low-Bed Semi trailer.<br />

ii. 2(two) Nos. minimum 20MT payload capacity Flat-Bed Semi trailer.<br />

iii. 2(two) Nos. minimum 30 MT payload capacity Semi-Low Bed Semi trailer.<br />

[Any additional tractor-trailer unit/s deployed shall be <strong>of</strong> minimum 20MT payload capacity <strong>of</strong><br />

either Semi-Low-Bed Semi trailer or Flat-Bed Semi trailer]<br />

b). Minimum 2-axles (Tandem axle) with 8(eight) wheels <strong>of</strong> adequate size complete with brake<br />

arrangement operating from tractor unit.<br />

c). 2.0 inch / 3.5 inch kingpin as per IS 6763 / SAE J133/J700b/J848a standard. Make - Jost,<br />

York, Hyva, PLHT or any other reputed make.<br />

d). Dimensions -<br />

i. Overall length : 11.5 to 12.5 Meters (approx.)<br />

ii. Low Bed Length (Loading Platform for Semi-Low-Bed unit) : 9.00 to 9.50 Meters.<br />

iii. Width : Approx. 2.70 Meters<br />

iv. Height : As minimum as possible; should be within 1.25 Meters<br />

e). Construction - All welded steel construction unit with minimum 5 mm thick MS chequered plate<br />

platform. Rubbing / friction plate <strong>of</strong> 5th wheel coupling made <strong>of</strong> 10 to 15 mm thick fully welded MS<br />

plate adequately reinforced. Minimum 5 Nos. stanchion holes at approx. 2.0 meter interval on each<br />

side <strong>of</strong> the platform (at extreme ends to avail full platform width) for putting approx. 2.5 inch OD<br />

removable type stanchions. Holes should be made sufficiently strong to hold the stanchion rigidly<br />

for loading the trailer with rated load. Suitable Lashing rings at approx. 2.0 meter interval for<br />

binding chains / chain hooks.<br />

Contractor<br />

Company<br />

3/8


f). One pair <strong>of</strong> suitable Landing Gear <strong>of</strong> reputed make, heavy duty leaf spring or equivalent<br />

suspension, suitable brake operating from driver's cabin through palm coupling between driver's<br />

cabin & trailer, tool box for storing chains, craw bars, stanchions, etc.<br />

g). Suitable parking light, brake light, back light, traffic indicator light, etc. operating from driver's<br />

cabin through suitable connector between driver's cabin and trailer, sufficient side marker<br />

reflectors, reversing alarm, etc.<br />

h). All other fittings & accessories as per Motor Vehicle Act.<br />

2.2 Each & every tractor-trailer engaged under the contract agreement must be well painted and<br />

well maintained throughout the entire tenure <strong>of</strong> the contract.<br />

2.3 Tools & Accessories -<br />

Followings tools & accessories shall be provided with each tractor-trailer unit -<br />

a). Standard tool kit, wheel wrench/s (for both tractor and trailer), 1 No. minimum 30 MT capacity<br />

jack with handle, etc.<br />

b). 3 Nos. minimum 20 ft long binding chains <strong>of</strong> adequate size & capacity with hooks at each end<br />

for binding 20/30 MT materials on trailer platform for transportation.<br />

c). 3 Nos. load binders <strong>of</strong> adequate capacity.<br />

d). All necessary slings, chains, tools, tackles, stanchions, craw bars, etc. required for safe<br />

transportation <strong>of</strong> rig-materials <strong>of</strong> different sizes & shapes.<br />

3.0 INSPECTION -<br />

3.1 Each tractor-trailer unit will be duly inspected / tested by the company before accepting any<br />

unit for its operation. Such inspection/tests shall be carried entirely at contractor's risk. Any<br />

tractor-trailer unit found deficient or defective in any manner will not be accepted for operation until<br />

such deficiently is completely rectified to the satisfaction <strong>of</strong> the engineer.<br />

3.2 In addition to inspection as above, each tractor- trailer unit will be inspected every three<br />

months thereafter or prior to every engagement or as & when considered necessary by company<br />

engineer during the tenure <strong>of</strong> the contract. Accordingly, contractor shall submit the list <strong>of</strong><br />

tractor-trailers to Transport department well before commencement <strong>of</strong> each job for inspection,<br />

document verification, record, etc. Any deficiency / defect found during such inspection must be<br />

rectified by the contactor to the full satisfaction <strong>of</strong> the engineer.<br />

3.3 During each inspection, all statutory certificates as per MV Act viz. Registration, Pollution,<br />

Fitness, Permits, Driver's License, Insurance certificates, etc. are to be produced in original for<br />

verification. In case <strong>of</strong> ambiguity regarding vintage <strong>of</strong> any tractor-trailer unit, company may get it<br />

verified from competent authority/OEM.<br />

4.0 OTHERS COMPLIANCES -<br />

4.1 Any loss/damage/pilferage <strong>of</strong> materials during operation/transportation will be on contractor's<br />

account and company will recover the cost <strong>of</strong> such damages as decided by the company's<br />

engineer from the bills <strong>of</strong> the contractor. This will be without any prejudice to any other recourse<br />

the company may have or exercise against the contractor.<br />

4.2 In case there is any hold-up/delay because <strong>of</strong> situations beyond the control <strong>of</strong> the company<br />

as well as in the event <strong>of</strong> any delay beyond the control <strong>of</strong> the contractor, the completion period will<br />

be proportionately extended at the discretion <strong>of</strong> the company without imposing any penalty.<br />

Head-Transport will be the competent authority to grant such extension. Any delay because <strong>of</strong><br />

accident due to fault on contractor's part, shutdown <strong>of</strong> tractor-trailer unit during operation shall not<br />

be under the purview <strong>of</strong> this clause and same delay shall be on contractor's account only.<br />

4.3 The tractor-trailer engaged shall be free from all financial/legal complications &<br />

encumbrances and should there be any interruption in company's jobs due to such complications,<br />

Contractor<br />

Company<br />

4/8


contractor shall compensate the loss incurred to the company as decided by the company.<br />

4.4 It shall be solely the contractor's responsibility to fulfil all the legal formalities for his/her<br />

tractor-trailer units & crew to ply in Dibrugarh, Tinsukia & Sibasagar district and in any other<br />

districts <strong>of</strong> Assam & Arunachal Pradesh as necessary. Each tractor-trailer unit must have valid<br />

Registration, Pollution, Fitness, Permits, Insurance certificates at the time <strong>of</strong> engagement. It shall<br />

also be the contractor's responsibility to procure and renew the necessary permits required for his<br />

crew and tractor-trailer unit/s to enter and work in Arunachal Pradesh. The driver <strong>of</strong> tractor-trailer<br />

unit shall possess valid Driving Licence (Heavy).<br />

4.5 The contractor will have to engage skilled supervisory staff for supervising transportation as<br />

well as for jobs at the loading/unloading ends and also for necessary liaising with Company's<br />

engineer. It will be entirely the responsibility <strong>of</strong> the contractor to ensure strict adherence to all<br />

safety measures during loading/unloading, transportation and safety <strong>of</strong> workers engaged by<br />

him/her. The supervisor will report to the Transport department for receiving instructions for duties<br />

as & when required.<br />

4.6 The contractor shall ensure that while operating, all safety norms are followed. An<br />

undertaking <strong>of</strong> safety measures to be adopted has to be given before the commencement <strong>of</strong> the<br />

Service Agreement. The format for such declaration is available in <strong>OIL</strong>'s <strong>Contracts</strong> <strong>of</strong>fice.<br />

4.7 The contractor will ensure that all the crew members <strong>of</strong> each tractor-trailer unit engaged<br />

under this agreement regularly use Personal Protective Equipment (PPE) as per requirement <strong>of</strong> Oil<br />

Mines Act, 1952 and Oil Mines Regulations, 1984. If any <strong>of</strong> the crew members is found without<br />

PPE, the respective tractor-trailer will not be used by the company and such period <strong>of</strong> non-use will<br />

be treated as non-placement and accordingly shall attract penalty.<br />

4.8 Only adult physically fit persons shall be employed and in no case, minor or adolescent<br />

workers will be allowed to work as crew member/staff.<br />

4.9 The crew shall refrain from smoking or carry any inflammable substance at any <strong>OIL</strong><br />

installations while on duty.<br />

4.10 All the crew members/staff must be in physically and mentally fit condition and shall not be<br />

under influence <strong>of</strong> intoxication <strong>of</strong> any type while on duty. The crew shall have to comply with all the<br />

requirements as provided in the Motor Vehicle Act and the Rules framed there under.<br />

4.11 The crew members/staff engaged by the contractor may require to undergo Mines<br />

Vocational Training to be imparted by the company and contractor shall have no objection to it.<br />

Similarly, if company arranges safety class / training for the crew members, the contractor will not<br />

have any objection to such class / training.<br />

4.12 The contractor shall ensure that his/her crew members follow the instruction <strong>of</strong> the<br />

company's Engineer / Junior Engineer present at site. The crew members shall also not refuse to<br />

follow any instruction <strong>of</strong> safe operation given by company's Installation Manager / Safety Officer /<br />

Engineer / Official / Junior Engineer.<br />

4.13 After receipt <strong>of</strong> advice (work-order) and before transfer <strong>of</strong> materials, the contractor shall<br />

carryout route survey & analysis <strong>of</strong> load detail & equipment sizes so that the same can be<br />

transported safely from the place <strong>of</strong> loading to destination. Contractor shall also submit the list <strong>of</strong><br />

tractor-trailers to Transport department before commencement <strong>of</strong> each job.<br />

4.14 Each tractor-trailer will be loaded to its full capacity & size for its maximum utility and the<br />

contactor and his/her crew shall have no objection to it. Company's engineer shall be the<br />

competent person to accept/reject any <strong>of</strong> the tractor-trailer units placed for transportation <strong>of</strong><br />

materials if found to be not suitable to carry such load.<br />

4.15 The contractor shall not refuse to operate his/her tractor-trailer units in slushy, muddy, and<br />

underfoot plinth conditions prevailing in oil field areas, if Company's engineer certifies the condition<br />

<strong>of</strong> plinth.<br />

Contractor<br />

Company<br />

5/8


4.16 Crane facilities for loading/unloading will normally be provided by the company at both ends<br />

from 7.00 AM to 5.00 PM or as decided by the Company's engineer.<br />

5.0 DETENTION CHARGES, PENALTY, ETC. -<br />

5.1 The company shall make all arrangements for loading and unloading <strong>of</strong> materials at both<br />

ends within reasonable time <strong>of</strong> reporting. Detention charges @ Rs. 1500/- (Rupees one thousand<br />

five hundred only) per trailer per day (i.e. 24 hours) will be payable to the contractor in case<br />

loading/unloading gets delayed beyond 24 hrs. from the time <strong>of</strong> reporting. Any detention beyond<br />

24 hours shall be paid on pro-rata basis.<br />

5.2 In case <strong>of</strong> non-completion <strong>of</strong> required number <strong>of</strong> load transportation within the stipulated<br />

period as above (Clause -1.9), a penalty <strong>of</strong> Rs. 1500.00/- (Rupees one thousand five hundred<br />

only) per day or part there<strong>of</strong> <strong>of</strong> delay per load (trip) will be imposed.<br />

5.3 Similarly, in case <strong>of</strong> non-placement <strong>of</strong> any tractor-trailer unit/s for commencement <strong>of</strong> the job,<br />

there will be a grace period <strong>of</strong> 1(one) day to commence the job. Any further delay beyond the<br />

same, a penalty <strong>of</strong> Rs. 1500.00/- (Rupees one thousand five hundred only) per day or part<br />

there<strong>of</strong> <strong>of</strong> delay per tractor-trailer unit will be imposed.<br />

5.4 Each tractor-trailer unit once loaded with materials shall transport the load and shall report to<br />

the forward (destination) location same day or latest by next day as decided by company engineer<br />

depending upon the inter- location distance and time <strong>of</strong> loading. Failure to do so due to fault on<br />

contractor's part shall attract penalty @ Rs. 1000.00/- (Rupees one thousand only) per day per<br />

load (trip).<br />

5.5 Driver <strong>of</strong> tractor-trailer unit shall possess valid Driving Licence (Heavy); in no circumstances a<br />

driver will be allowed to drive a tractor-trailer unit without having a valid driving licence. In such<br />

default, the tractor-trailer shall be considered as non-placement for that perticular day/s and<br />

accordingly shall attract penalty as per Clause - 5.3 above but without the grace period <strong>of</strong> 1(one)<br />

day.<br />

5.6 Crew for each tractor-trailer shall comprise <strong>of</strong> 1(one) driver and minimum 2(two)<br />

helpers/jugalies. In case the minimum 2(two) helpers/jugalies are not engaged, then the<br />

tractor-trailer unit will not be allowed to carry load and same shall be considered as non-placement<br />

<strong>of</strong> the unit for that perticular day/s and accordingly shall attract penalty as per Clause - 5.3 above<br />

but without the grace period <strong>of</strong> 1(one) day. However, in case <strong>of</strong> emergency when situation arises<br />

to utilise the service <strong>of</strong> a tractor-trailer even with 1(one) helper/jugaly, a penalty <strong>of</strong> Rs. 500/-<br />

(Rupees five hundred only) per helper/jugaly per day or part there<strong>of</strong> will be imposed. In no case a<br />

tractor-trailer without any helper/jugaly will be accepted.<br />

6.0 Bidder(s) are also furnish details in enclosed Annexure-A and submit undertaking as per<br />

format in enclosed Annexure-B(under BRC Clause No:18.1.1.2 & 18.1.1.4) alongwith the<br />

technical bid.<br />

7.0 BACKING OUT BY L1 BIDDER AFTER ISSUE OF LOI : In case LOI issued is not accepted<br />

by the L1 bidder or the Security Deposit is not submitted as per terms <strong>of</strong> the contract within the<br />

time specified in the bid document, the bid security shall then be forfeited and the bidder/firm shall<br />

be debareed for 02(two) years from the date <strong>of</strong> default.<br />

Contractor<br />

Company<br />

6/8


TENDER NO. DCT0508P09:ANNEXURE-A<br />

Details <strong>of</strong> bidder (wherever applicable)<br />

(Attested copies as applicable must be enclosed)<br />

[Ref. Clause-6.0 , Part-III <strong>of</strong> Bid document]<br />

a) Name <strong>of</strong> the bidder / firm:___________________________________<br />

________________________________________________________________<br />

b) Registered postal address:___________________________________<br />

________________________________________________________________<br />

_______________________________________________________________<br />

c) Telephone No.___________________________________________<br />

d) Mobile No. _________________________________________<br />

e) E-mail i/d___________________________________________<br />

f) Fax No.___________________________________________<br />

g) Contact person___________________________________________<br />

h) Contact person's contact no.________________________________<br />

i) Tax exemption certificate no.________________________________<br />

j) CST Registration No._________________________________________<br />

k) Local sales tax regn. No.____________________________________<br />

l) PAN No.___________________________________________<br />

m) Bank details:Name :_________________________________________<br />

Address: ____________________________________________<br />

A/c type & no. : ___________________________________<br />

n) VAT Regn. No.___________________________________________<br />

o) Service Tax Regn. No.________________________________________<br />

p) PF code no._________________________________________(Or a declaration by the<br />

applicant that provisions <strong>of</strong> Provident Fund Act is not applicable to them. In case P.F. is required to<br />

be deposited later on, the same will be deposited by the bidder)<br />

q) Vendor code with <strong>OIL</strong>: _______________________________________<br />

(If available)<br />

Signature:_________________________________<br />

Name in Block letters:_______________________<br />

For M/S._______________________________<br />

Contractor<br />

Company<br />

7/8


TENDER NO: DCT0508P09<br />

ANNEXURE-B<br />

Format for undertaking (BRC Caluse No:18.1.1.2 & 18.1.1.4)<br />

Ref No: ___________________________________<br />

To,<br />

Date: ____________<br />

THE HEAD-CONTRACTS<br />

<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong><br />

DULIAJAN<br />

Dear Sir,<br />

Sub: Declaration.<br />

Tender No: DCT0508P09<br />

With reference to above noted tender, I/we hereby confirm that if the contract under the<br />

above tender is awarded to me/us, I/we would engage minimum 08(eight) nos. <strong>of</strong> Tractor-Trailer<br />

units everyday strictly as specifications, model, make, vintage etc. as detailed in the tender<br />

document.<br />

I/we give below the Registration numbers along with make, model, vintage, <strong>of</strong> 06(six)<br />

tractor-trailer units in my/our name. Photocopies <strong>of</strong> Registration Certificates <strong>of</strong> the Tractor-Trailers<br />

are enclosed herewith.<br />

Sl No Registration Number Make Model Vintage(year <strong>of</strong> manufacture)<br />

--------------------------------------------------------------------------------------------------------------------------------<br />

01<br />

--------------------------------------------------------------------------------------------------------------------------------<br />

02<br />

--------------------------------------------------------------------------------------------------------------------------------<br />

03<br />

--------------------------------------------------------------------------------------------------------------------------------<br />

04<br />

--------------------------------------------------------------------------------------------------------------------------------<br />

05<br />

--------------------------------------------------------------------------------------------------------------------------------<br />

06<br />

--------------------------------------------------------------------------------------------------------------------------------<br />

I/we further confirm that I/we shall carryout the jobs strictly as per the specification, terms &<br />

conditions <strong>of</strong> thetender.<br />

Yours Faithfully,<br />

Signature: ________________________<br />

Name <strong>of</strong> bidder: ______________________<br />

For M/S: ___________________________<br />

Address: ___________________________<br />

___________________________________<br />

(FOR CONVENIENCE BIDDER(S) MAY TYPE THIS ANNEXURE-B AS PER FORMAT AND<br />

SUBMIT ALONGWITH THE TECHNICAL BID)<br />

Contractor<br />

Company<br />

8/8


To<br />

HEAD-CONTRACTS<br />

<strong>OIL</strong> <strong>INDIA</strong> <strong>LIMITED</strong><br />

DULIAJAN<br />

PART-V<br />

SUB:SAFETY MEASURES<br />

Tender No : DCT0508P09<br />

Description <strong>of</strong> work/service :<br />

TRANSPORTATION OF RIG EQUIPMENT & MATERIALS DURING RIG-MOVEMENT FROM<br />

ONE LOCATION TO ANOTHER BY TRACTOR-TRAILER UNITS IN VARIOUS RANGES OF<br />

DISTANCE SLABS WITH LOADING AND UNLOADING FACILITIES TO BE PROVIDED BY THE<br />

COMPANY IN <strong>OIL</strong>'S OPERATIONAL AREAS OF ASSAM AND ARUNACHAL PRADESH ON<br />

CALLOUT BASIS AS & WHEN REQUIRED FOR A PERIOD OF 2(TWO) YEARS, EXTENDABLE<br />

BY ANOTHER ONE YEAR, IF REQUIRED.<br />

Sir,<br />

We hereby confirm that we have fully understood the safety measures to be adopted during<br />

execution <strong>of</strong> the above contract and that the same have been explained to us by the concerned<br />

authorities. We also give the following assurances.<br />

a) Only experienced and competent persons shall be engaged by us for carrying out work<br />

under the said contract.<br />

b) The names <strong>of</strong> the authorised persons who would be supervising the jobs on day to day<br />

basis from our end are the following<br />

i)________________________________<br />

ii)________________________________<br />

iii)________________________________<br />

The above personnel are fully familiar with the nature <strong>of</strong> jobs assigned and safety<br />

precautions required.<br />

c) Due notice would be given for any change <strong>of</strong> personnel under item(b) above.<br />

d) We hereby accept the responsibility for the safety <strong>of</strong> all the personnel engaged by us<br />

and for the safety <strong>of</strong> the Company's person and property involved during the course <strong>of</strong> our<br />

working under this contract. We would ensure that all the provisions under the Oil Mines<br />

Regulations,1984 and other safety rules related to execution <strong>of</strong> our work would be strictly followed<br />

by our personnel. Any violation pointed out by the Company's Engineers would be rectified<br />

forthwith or the work suspended till such time the rectification is completed by us and all<br />

expenditure towards this would be on our account.<br />

e) We confirm that all persons engaged by us would be provided with the necessary<br />

Safety Gears at our cost.<br />

f) All losses caused due to inadequate safety measures or lack <strong>of</strong> supervision on our part<br />

would be fully compensated by us and the Company will not be responsible for any lapses on<br />

our part in this regard.<br />

(Seal)<br />

Dated____________<br />

Yours Faithfully<br />

M/s_________________


CONTRACTOR<br />

FOR & ON BEHALF OF

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!