Gdynia, 11.09.2012 DETAILED ORDER CONDITIONS The tender procedure aimed at finding the Contractor for: supply of one (1) quayside container gantry crane within the investment project „The construction of infrastructure and purchase of equipment within phase II of building GCT container terminal in Gdynia” POIS.07.04.00-00-003/10, co-funded by the European Union under the Structural Funds within Action 7.4: Development of intermodal transport, Priority VII: Environment-friendly transport, Operational Program: Infrastructure and Environment 2007-2013 - www.pois.gov.pl. The tender procedure is executed on the basis of the „Gdynia Container Terminal’s conditions for conducting written tenders for the investment project „The construction of infrastructure and purchase of equipment within phase II of building GCT container terminal in Gdynia” determined by resolution of the Management Board of Gdynia Container Terminal S.A. no. 1/25/2010 from 17.12.2010 with subsequent amendments – consolidated text, resolution no. 2/9/2011 from 28.07.2011, available on the Purchaser’s site: http://www.gct.pl/en/terminal/tenders/ Purchaser’s reference number: 4/DT/2012 1 TABLE OF CONTENTS I. DEFINITIONS ......................................................................................................................................... 3 II. TENDER DOCUMENTS......................................................................................................................... 3 III. INFORMATION ABOUT THE PURCHASER....................................................................................... 4 IV. THE MODE OF THE GRANTING OF THE ORDER ............................................................................ 4 V. DESCRIPTION OF THE OBJECT OF THE ORDER............................................................................. 4 VI. DEADLINE FOR THE EXECUTION OF THE ORDER........................................................................ 6 VII. CONDITIONS FOR PARTICIPATION IN THE TENDER PROCEDURE ........................................... 6 VIII. DESCRIPTION OF THE METHOD OF PREPARATION ..................................................................... 7 IX. THE LIST OF DECLARATIONS AND DOCUMENTS WHICH ARE TO BE SUBMITTED BY CONTRACTORS IN ORDER TO CONFIRM THE FACT OF MEETING THE CONDITIONS OF TAKING PART WITHIN THIS PROCEDURE ...................................................................................... 8 X. INFORMATION ABOUT THE METHOD OF COMMUNICATION OF THE PURCHASER WITH TENDERERS ........................................................................................................................................... 9 XI. THE TENDERERS’ OBLIGATIONS TO INVESTIGATE THE TERMINAL CONDITIONS............. 9 XII. THE DEADLINE OF OFFER VALIDITY ............................................................................................ 10 XIII. THE LOCATION AS WELL AS THE DEADLINE FOR THE SUBMISSION AND OPENING OF OFFERS.................................................................................................................................................. 10 XIV. THE DESCRIPTION OF CRITERIA AS WELL AS THE METHODS OF EXECUTION OF THE ASSESSMENT OF CRITERIA REQUIRED FROM SUPPLIERS AND CONTRACTORS ............... 10 XV. INFORMATION ABOUT THE PROCEDURE OF THE OPENING OF OFFERS.............................. 12 XVI. EVALUATION OF OFFERS................................................................................................................. 12 XVII. PROVISIONS RELATING TO RIGHTS AND RESPONSIBILITY OF PURCHASER...................... 12 XVIII. LAWS ..................................................................................................................................................... 13 XIX. INFORMATION ON FORMALITIES, WHICH SHOULD BE FULFILLED UPON THE CHOICE OF THE OFFER IN ORDER TO SIGN A CONTRACT FOR THE EXECUTION OF THE ORDER ...... 13 2 I. DEFINITIONS The terms applied within this document of Detailed Order Conditions possess the following meanings: 1. „DOC” – this document of Detailed Order Conditions; 2. Procedure – the procedure for granting of order performed by the Purchaser on the basis of the „Gdynia Container Terminal’s conditions for conducting written tenders for the investment project „The construction of infrastructure and purchase of equipment within phase II of building GCT container terminal in Gdynia”; 3. Purchaser – Gdynia Container Terminal S.A. with its seat in Gdynia; 4. Tenderer – a natural person, a legal person or an organizational unit not possessing legal personality that applies for the granting of the Order and that has submitted an offer for the execution of the Order; 5. Order – an order, the object of which has been described in chapter V of the DOC; 6. Agreement – stands for an agreement with regard to the placement of an Order signed between the Contractor and the Purchaser selected as the result of the Procedure; 7. Equipment – object of the contract which has been described in chapter V.A.1 of the DOC 8. Takeover Certificate – a document confirming taking over of Equipment by the Purchaser, signed by authorized representatives of the Purchaser and the Contractor. 9. Offer – Written offer for Equipment from the Tenderer in response for the tender Procedure 10. Contract Price – Base contract Price + Provisional Sum for Ordered Spare Parts Definitions that are not given in this DOC have been explained in the Conditions of Contract. II. TENDER DOCUMENTS 1. Tender Notice 2. Gdynia Container Terminal’s general conditions for conducting written tenders for the investment project „The construction of infrastructure and purchase of equipment within phase II of building GCT container terminal in Gdynia” available at Purchaser’s site: http://www.gct.pl/en/terminal/tenders/ 3. Detailed Order Conditions 4/DT/2012. 4. Appendix 1 - Technical Specification for STS with respect to Tender 4/DT/2012. 5. Appendix 2 to DOC - Form of Tender 6. Appendix 3 to DOC – Specimen of a guarantee of good technical performance 7. Conditions of Contract 3 III. INFORMATION ABOUT THE PURCHASER 1. Purchaser: Gdynia Container Terminal Spółka Akcyjna 81-184 Gdynia, ul. Energetyków 5. KRS: 0000029909 – Gdańsk - North Regional Court in Gdańsk , 8th Economical Department of the National Court Register, under KRS number 00000 with the equity of 11 379 300.00 PLN completely covered, NIP PL 586-00-20-200, REGON: 190425189 (hereinafter called GCT) 2. Correspondence address with regard to this Order: Gdynia Container Terminal S.A. Technical Department, Manager ul. Energetyków 5, 81-184 Gdynia Fax no.: (48 58) 78 55 336 Purchaser’s website address: www.gct.pl E-mail addresses for this Order: [email protected] , [email protected] IV. THE MODE OF THE GRANTING OF THE ORDER Selection of the Tenderer will be made under a written tender procedure according to „Gdynia Container Terminal’s conditions for conducting written tenders for the investment project „The construction of infrastructure and purchase of equipment within phase II of building GCT container terminal in Gdynia” which is available on the Purchaser’s following website: http://www.gct.pl/en/terminal/tenders/ V. DESCRIPTION OF THE OBJECT OF THE ORDER A. The object of the Order is: 1. Supply of one (1) quayside container gantry crane within the investment project „The construction of infrastructure and purchase of equipment within phase II of building GCT container terminal in Gdynia” The place of delivery is the Gdynia Container Terminal S.A., Bulgarian Quay (Nabrzeże Bułgarskie), port of Gdynia (Poland). B. Information about the object of the Order: Quayside container gantry crane of the following particulars: 1. Gantry span 20 [m] (rail profile A100), 2. Rated load under spreader Q = 60 [tonnes] for twin lift operation, and 41 [tonnes] for single lift operation.Spreader capable to handle 20'/30’/40'/45'/2x20'. For twin lift spreader operation, there shall be centre spreaded capability, telescopic type with corner flippers. 4 3. Lift above top of seaside rail = 35 [m] to the lowest point of twist lock., 4. Lift below top of seaside rail = 15 [m], 5. Outreach from C.L. of seaside rail = 52 [m] to service limit, 54 [m] to emergency end stop limit. (to work 18 wide container vessels), 6. Crane powered by electricity from the power cable reel system (15 KV±10%, 3 phase, 50Hz±2%,)., 7. Wheel loads, 40 tonnes per wheel +/- 10% for seaside and 32 tonnes per wheel +/- 10% for landside with wheel spacing from 1.20m to 1.50m, 8. Equipped with personnel lift for 3 persons plus tools (≈400kg), 9. Warning sensors which stop the gantry unit in front of an obstacle (including obstacles on gantry wheels level), 10. Cabin equipped in wipers and air conditioning, 11. Stationary heating, 12. Equipped with devices for reactive power compensation, 13. Spreader levelling control (trim/list/skew system), 14. Working conditions with the wind of : 8 BS, 15. Computer software, driver, any visualization programs translated into Polish, 16. All electrical, hydraulic, mechanical systems, devices must be adapted to the climatic conditions prevailing at the Purchaser’s location, 17. Operating rated speeds: • Gantry travel speed (45 m/min), • Trolley speed (150 m/min), • Hoisting/lowering speed: with rated load (60 m/min), with empty spreader (120 m/min); The additional, precise technical specification is in “Appendix 1: Technical specification” for the tender 4/DT/2012. Other requirements: 1. Possibility to purchase basic spare parts with prices included in the total price of the Equipment (in accordance with Appendix 2 - Form of tender). The Purchaser reserves the right to cancel certain items of the above-mentioned parts. In such situation, total price of the contract will be reduced by an amount equal to the rejected spare parts. NOTE: All spare parts should be in the amount as it is in the Appendix 2 – Form of tender Part Ib. Each position in the above Appendix 2 should be priced if exists on crane. If there are no such position (because e.g. crane has no hydraulic systems) there should be an information about it in price column. Proposed spare parts in other form than this from Appendix 2 will not be accepted. 2. The warranty for the Equipment for a minimum of 24 months from the final takeover by the Purchaser. 3. The crane shall be delivered to Gdynia Container Terminal S.A., Poland in a fully assembled and tested condition. 4. Performance guarantee amounting to 10% of the total contract price as set out in Appendix 3 - Form of Bonds – warranty on demand. 5. Delivery terms according to INCOTERMS 2000 - DEQ (Delivered Ex Quay), Bulgarian Quay in the Port of Gdynia. 5 6. Possibility of an inspection by the Purchaser after completion of the Equipment (before shipping) at the Contractor’s factory. 7. Insurance of Equipment until its taking over by the Purchaser, as attested by an appropriate Takeover Certificate. 8. Use the following, preferred by the Purchaser, technical solutions: a) Spreaders manufactured by Bromma Conquip or equivalent meeting the following requirements: a. Safe Working Load under the spreader, minimum Q = 60 t for twin lift operation, and 41 t for single lift operation. (spreader cannot reduce the crane’s SWL by its weight, or in any other way). b. Spreader capable to handle ISO 20', 30', 40', 45' containers. c. Technical adjustment (connections, power supply) to the spreader head. d. The availability of spare parts in the region of the Purchaser. e. Local (based in Europe) technical service. NOTE: Purchaser allows the use of equivalent solutions of other recognized manufacturers , in that case the Tenderer must ensure the above requirements, good quality and warranty. VI. DEADLINE FOR THE EXECUTION OF THE ORDER Purchaser stipulates the implementation of the Order in the period not longer than 14 (fourteen) months from the date of signing the contract. If the Contractor fails to deliver and/or start-up the object of the contract until the day provided in the start-up schedule, liquidated damages will be charged in accordance with Appendix 2 - Form of Tender. VII. CONDITIONS FOR PARTICIPATION IN THE TENDER PROCEDURE Companies, from Poland and from abroad, may participate in the Tender Procedure that: 1. Have authorizations to perform activities related to the object of the purchase. 2. Ensure proper performance of the object of the contract. 3. Have the economical, technical, organizational potential and suitably qualified staff. 4. Represent financial position that ensures the implementation of the contract: a) The average annual turnover achieved by the Contractor for the last two financial years are not less than 45 000 000 EUR. In case of a joint application of two or more Tenderers, or in case of a consortium for this contract, economic and financial situation of all Tenderers or all participants of consortium will be evaluated jointly. In the case above, or if the Tenderer will use the work of subcontractors, please specify them Appendix 2 - Form for Tender. 6 If the Tenderer, demonstrating compliance with the conditions for participation in the Tender Procedure, relies on the knowledge, experience, technical potential, people or the financial capabilities of other entities, regardless of the legal nature of their relationship, the Tenderer must prove that it will have the resources necessary to perform the contract, in particular for this purpose by presenting a written undertaking by those entities to put the necessary resources available for their use in the implementation of the contract. VIII. DESCRIPTION OF THE METHOD OF PREPARATION The offer and all its annexes, additional documents must be submitted in Polish/English. The offer should consist of the following components: 1. Substantive offer; 2. Price offer; 3. Annex with the statements and documents referred to in section IX below. A. Substantive offer should consist of: 1. Description of Contractor’s experience connected with the object of the contract. 2. The list of performance by Tenderer at least one task connected to the object of the Order with following technical conditions: a. Quayside container gantry crane delivered in fully erected and tested condition (provide project reference), b. Outreach from C.L. of seaside rail = 52 [m] to service limit, 54 [m] to emergency end stop limit. (to work 18 wide container vessels), c. Safe Working Load (SWL) under the spreader minimum Q = 60 t, d. Lift above top of seaside rail = 35 [m] to the lowest point of twist lock., 3. Conditions and description of construction technology, starting up, delivery and unloading of the Equipment; 4. Delivery terms according to INCOTERMS 2000 - DEQ (Delivered Ex Quay), Bulgarian Quay in the Port of Gdynia. 5. Insurance of Equipment until its taking over by the Purchaser, as attested by an appropriate Takeover Certificate. 6. Payment Schedule in accordance with the model in Appendix 2 - Form of Tender. 7. Detailed timetable for implementation of construction of the Equipment being the object of this Tender. 8. The schedule of delivery and start-up of the Equipment. 9. Declared power consumption by individual mechanisms according to the model in Appendix 2 - Form of Tender. 10. Declared maximum wheel loads according to the model in Appendix 2 - Form of Tender. 11. Technical option list (Appendix 2 – Form of Tender). 12. Summary of technical particulars of the proposed materials to be used to fulfil the object of the Order. 13. Schedule of training in operation and maintenance including: date, time and content of the training. 14. Information about after-sales service support, including designation of a representative of the Tenderer responsible for this cooperation. 7 15. Information on acceptance of the fact that the execution of the Contract will be governed by the law of the Republic of Poland. 16. Information about the place from where the Equipment will be sent to the Purchaser. Important is information whether the Equipment comes from the EU and/or whether the site is covered by the rules of free zones. 17. Precise technical specification of the Equipment. 18. Information whether the equipment has an EC declaration of conformity. 19. The list of standard spare parts according to Appendix 2 - Form of Tender (with the price lists). 20. Information about all anticollision systems on crane. B. Price offer (Contract Price) should consist of: 1. Comprehensive lump sum price for performance of the contract, which must be calculated taking into account the full scope of the contract specified in the DOC. In particular the price must include the following costs: a. Production of the Equipment, b. Delivery and Insurance of Equipment until its taking over by the Purchaser, as attested by an appropriate Takeover Certificate, c. Installation and start-up at Purchaser’s site, d. Implementation of the necessary expertise and measurements for fulfilling this Order, e. Basic spare parts according to Appendix 2 - Form of Tender, NOTE: In the case when the Purchaser resigns from selecting certain basic spare parts the total price of the contract will be reduced by an amount equal to the rejected spare parts as specified in Appendix 2. 2. Amount of tax on goods and services (VAT) specifying the tax rate and the legal basis for its application. NOTE: The offer should be made in two copies in the English language in accordance with the model in Appendix 2. Both copies of the Offer must be signed by the person authorized to represent the Tenderer. Offers should be submitted in sealed envelopes. IX. THE LIST OF DECLARATIONS AND DOCUMENTS WHICH ARE TO BE SUBMITTED BY CONTRACTORS IN ORDER TO CONFIRM THE FACT OF MEETING THE CONDITIONS OF TAKING PART WITHIN THIS PROCEDURE The Tenderer must submit the documents and statements listed below confirming that: 1. It accepts all the conditions set out in these Detailed Order Conditions; 2. It is entitled to act in legal transactions, in accordance with applicable law; 3. It has necessary knowledge and experience to perform the contract; 4. It represents financial position that ensures the performance of the contract; 8 5. No bankruptcy proceedings are instigated against it, nor its bankruptcy has been declared or has been put under liquidation. 6. It is not included on the list of debtors of the National Debt Register; 7. It is in no arrears in making payments under public or legal title; The following should be added to the Tender: 1. Current evidence of business registration in accordance with the law of the country where the Tenderer is registered; 2. Annual balance and financial report for the last two accounting years accompanied by the auditor's opinion, or equivalent evidence of financial condition – as appropriate for the Tenderer’s seat; X. INFORMATION ABOUT THE METHOD OF COMMUNICATION OF THE PURCHASER WITH TENDERERS 1. The procedure will be conducted in writing in Polish or English; 2. Any information in case of lack of clarity as to the actions to be performed will be provided by the Purchaser. Inquiries and correspondence associated with this Procedure should be addressed to the Purchaser; 3. The Purchaser accepts submission of documents referred to in Item B. in the form of fax (fax number of the GCT (+48 58) 78 55 336), and via e-mail: [email protected] , [email protected]; 4. Persons entitled to contacts with the Tenderers on behalf of the GCT are: Technical Department, Manager: Mr. Leszek Czartowski tel. (+48 58) 78 55 446 e-mail: [email protected]. Technical Department, Deputy Manager: Mr. Łukasz Andrzejewski tel. (+48 58) 7855 337 e-mail: [email protected] XI. THE TENDERERS’ OBLIGATIONS TO INVESTIGATE THE TERMINAL CONDITIONS The Tenderer is required to read the DOC and the remaining of the Tender documentation in order to prepare the Offer. The Tenderer, at its own expense and to the extent it deems necessary, visit and learn about the current terminal machinery, service capabilities, and obtain all information necessary for the purposes of the Offer. Meetings of interested contractors to become familiar with the current terminal equipment, the relevant operating conditions and to clarify any doubts related to the contract will be carried out upon a prior notice. Requests for the above should be addressed at least three days in advance to: Mr. Leszek Czartowski tel. (+ 48 58) 78 55 446 e-mail: [email protected]. Mr. Łukasz Andrzejewski tel. (+48 58) 7855 337 e-mail: [email protected] 9 XII. THE DEADLINE OF OFFER VALIDITY 1. The Tenderer must specify the time within which the Offer is valid, but not less than 5 (five) months. This period begins with the submission deadline. 2. Each Tenderer may submit one Offer. 3. Tenderer shall bear all costs associated with the preparation of the Offer. 4. Required documents and attachments, letters and statements must be stamped by the tenderer’s stamp and signed by an authorized representative of Tenderer. 5. Documents filed in the form of photocopies must be certified on each page by the Tenderer's authorized representative, stating "for conformity with the original". XIII. THE LOCATION AS WELL AS THE DEADLINE FOR THE SUBMISSION AND OPENING OF OFFERS 1. All offers are to be submitted at the seat of Gdynia Container Terminal S.A., ul. Energetyków 5, 81-184 Gdynia, at the President’s Secretariat, room number 401 (4th floor). Not later than 27.09.2012 / 14.00 with Tender title marked on the envelope. 2. Offers must be delivered in person or by post (counts date and time of confirmation of receipt by the Gdynia Container Terminal S.A.). Offers submitted after the deadline will not be considered and will be sent back without opening. Offers received by the Purchaser at the address via the Post Office after the deadline specified in point XIII.1, will not be considered and will be returned unopened also in a situation where their sending was before the deadline for submission of tenders. XIV. THE DESCRIPTION OF CRITERIA AS WELL AS THE METHODS OF EXECUTION OF THE ASSESSMENT OF CRITERIA REQUIRED FROM SUPPLIERS AND CONTRACTORS The basis for Offer evaluation will be the following criteria: 1. Formal criteria include: 1) Compatibility with tender requirements and conditions contained in this DOC; 2) The submission of the required descriptions, statements and documents. 3) Prices expressed in EURO. Purchaser does not admit any change in the total price, e.g. due to changes in exchange rates. Criteria will be deemed satisfied if it is clearly the result of content of submitted descriptions, statements and documents. In case of failure of these formal criteria - the offer will not be considered. 10 2. Substantive and Price criteria: 1) Total Price (value 0,7 – 70 pts.) – Contract Price for the performance of the contract. Principles for the evaluation criterion "Price" (A) The offer will receive number of points rounded to two decimal points arising from the equation below: Pi ( A) = where: Pi (A) P min Pi Max (A) P min * Max( A) Pi – Number of points granted to „I: for criterion „Price” – The lowest total price from all valid and not rejected Offers, – Total price for the Offer „I”, – Maximum number of points which the offer can be granted for criterion „Price”. 2) Delivery Time (weight 0.15 - 15 pts.) - Understood as the time counted in months from the date of signing the Contract until the Equipment is delivered to the Purchaser and its start up. Principles for the evaluation criterion "Delivery" (B) The offer will receive number of points rounded to two decimal points arising from the equation below: Di ( B) = where: Di (B) D min Di Max (B) D min * Max( B ) Di – Number of points granted to „I: for criterion „Delivery” – The shortest delivery time from all valid and not rejected Offers, – Delivery time for the Offer „I”, – Maximum number of points which the offer can be granted for criterion „Delivery”. 3) Warranty term (weight 0.15 - 15 pts.) - Understood as the time counted in months from the date of the taking over of the Equipment by the Purchaser from the Contractor based on Takeover Certificate, to the end of the warranty period. Principles for the evaluation criterion "Warranty" (C) The offer will receive number of points rounded to two decimal points arising from the equation below: Wi(C ) = where: Wi (C) W max Wi Max (C) Wi * Max(C ) W max – Number of points granted to „I: for criterion „Warranty” – The longest warranty term from all valid and not rejected Offers, – Warranty term for the Offer „I”, – Maximum number of points which the offer can be granted for criterion „Warranty”. 11 NOTE: Offers with warranty periods shorter than 24 months will not be accepted. Purchaser expects warranty periods to be not longer than 48 months. XV. INFORMATION ABOUT THE PROCEDURE OF THE OPENING OF OFFERS The procedure of the opening of offers will take place on the date specified in the Tender Notice in the GCT seat during the duly convened Tender Committee’s meeting in the presence of the Commission members. An authorized representative of the Tenderer may participate in the meeting of the Commission The Tenderer’s representative should hold a written power of attorney granted by the Tenderer or submit the current document to the effect that it acts as a Tenderer’s body. XVI. EVALUATION OF OFFERS 1. Evaluation of the offers will be made by the Tender Committee appointed by the Purchaser in accordance with the rules of GCT. The Committee will draw up a protocol that will be the basis for: (i) concluding a contract by the Management Board of Gdynia Container Terminal S.A. (ii) rejecting the offer or (iii) cancel the tender procedure without selecting any of the offers. 2. The Tender Committee is authorized to meet with the Tenderers to clarify the conditions proposed in the offer or their precisions. 3. Selection of one of the Tenderers made by the Purchaser based on the recommendation of the Tender Committee is the basis for the conclusion of the contract with the Tenderer. 4. The Purchaser shall notify the Tenderers in writing of its outcome, or about closing the tender without a choice. XVII. PROVISIONS RELATING TO RIGHTS AND RESPONSIBILITY OF PURCHASER Purchaser reserves the right to: 1. Terminate the tender procedure. 2. Invalidate the tender procedure without the giving reasons. 3. Complete the tender procedure without selecting any of the offers. 4. Execute additional negotiations with selected Tenderers. 5. Not to accept any of the submitted offers. 6. Introduce modifications to the Order but no later than till the date designated as the deadline for submission of tenders. Modification method is described in „Gdynia Container Terminal’s conditions for conducting written tenders for the investment project „The construction of infrastructure and purchase of equipment within phase II of building GCT container terminal in Gdynia”. 7. If the modification in the tender documents occurs, Purchaser will inform tenderers in writing and through its website. 8. All materials contained in this DOC and all tender documents are covered by GCT S.A. copyright. These documents may be used only for preparation of Offers. 12 9. When it is necessary to provide DOC to third parties for purposes of preparing an Offer, the tenderer is required to obtain written confirmation from third parties to respect copyright and also Items 7 and 8. 10. Purchaser, its employees, agents and all entities associated with the Purchaser do not incur any costs, loss or responsibility for the preparation, delivery and acceptance of offers by the Tenderers including the following cases: no acceptance of the offer, dismissal or cancellation of the tender without giving reasons. XVIII. LAWS While performing the object of the contract the Tenderer shall responsible for the compliance with all applicable laws, procedures and standards related to the correct work and also for obtaining necessary work permits for their employees in the country or region in which this work is taking place. It is particularly important when the work will also be carried out at the Purchaser’s site. XIX. INFORMATION ON FORMALITIES, WHICH SHOULD BE FULFILLED UPON THE CHOICE OF THE OFFER IN ORDER TO SIGN A CONTRACT FOR THE EXECUTION OF THE ORDER Before signing the Contract, Contractor must provide the following protections: 1. Form of Bonds according to Appendix 3. 2. Document with the insurance of Equipment until its taking over by the Purchaser, as attested by an appropriate Takeover Certificate according to the Schedule IV: “Insurance Requirements” from Conditions of Contract. 3. Form of Guarantee according to the Schedule V from Conditions of Contract. 13
© Copyright 2026 Paperzz