SECTION 4 CONTRACT DATA

Similar documents
W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

Office of the Executive Engineer, National Highway Division No.VII, KOLHAPUR.

General Conditions for Purchase (CG-2)

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

Engineering Projects (India) Limited Contracts Division- CO, New Delhi DLI/CON/686B/

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

496, Udyog Vihar, Phase-III, Gurgaon Phone:

DOUKPSC04 Rev Feb 2013

Created with Print2PDF. To remove this line, buy a license at:

60,000 K.MS. PER YEAR WITH WHITE COLOUR.

Section 7. General Conditions of Contract for the Procurement of Works

RESPONSE TO QUERIES (To Form Part of the Bid Document)

Office of the Sutahata Panchayat Samiti

Construction of CISF staff quarters multi-storeyed building, BNPM premises, Mysuru. CORRIGENDUM NO. 1 DATED FOR

MINISTRY OF FINANCE Procurement Policy Unit (Established under section 6 of the Public Procurement Act, 2015)

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE


ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

MDB Harmonised Particular Conditions

BID DOUCMENT FOR ELECTRONIC TENDRING

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

Section VIII. Special Conditions of Contract

AA) Revised Chapter-VIII: Taxes and Other Duties Rev-01 dated 19/08/2017 of Volume IA TCC :

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

INDIAN INSTITUTE OF SCIENCE BENGALURU

NOTICE INVITING TENDER

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013.

Phone No

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

SUB: DUE DATE EXTENSION OF TENDER FOR THE SALE OF CUTTER SUCTION DREDGER (RUDINGER) WORKING IN GOOD CONDITION.

GENERAL CONDITIONS OF CONTRACT

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

REQUEST FOR PROPOSAL SUPPLY OF

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati

Tender for Hiring of Closed body jeep for EE (Testing), Circle Office, Jamnagar.

TENDER DOCUMENT FOR SECURITY SERVICES INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA, NEW DELHI

Office of the Tamluk Panchayat Samity ri ii N.I.T NO.-21/WB/TAMLUKPS/EO/

National Research Development Corporation (NRDC), New Delhi INVITATION FOR BIDS (IFB)

QUERIES & RESPONSES DATE

Employees State Insurance Corporation Hospital, Manesar

PEC LIMITED (A Government of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI Tel: Fax:

ANNEX II SAMPLE FORM OF CONTRACT

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

Danida Business Finance. Rules for Procurement

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

Project Alliance Agreement (PAA) Between

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

1. Risk of regularizing illegal connections

Gram: CENBOSEC, Delhi-92 Phones: rodelhi. Website:

Session 3 by Zoltán Záhonyi, FIDIC AIT,

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

THE CORE CONTRACT CONDITIONS (CCC) INDEX. CCC NO. Description Clause Reference

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

CONDITIONS OF CONTRACT. The Builder must execute and complete the Works in a workmanlike manner and ensure the Works are adequately supervised.

QUOTATION CALL NOTICE FOR HIRING OF ONE VEHICLE

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 2 Terms and Conditions of Contract

National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad

NOTICE INVITING TENDERS

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC)

General Conditions of Contract for the Hire of Plant With or Without an Operator

Ref : F.No:21-1/2013/ NCTE/GA Date:11 th February, 2015 QUOTATION FOR ANNUAL MAINTENANCE CONTRACT (AMC) FOR AIR CONDITIONERS AND WATER COLLERS

These Standard Terms and Conditions form a contract between the Company and the Supplier. SUPPLY OF GOODS / SERVICES QUALITY PRICE AND PAYMENT

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

Created with Print2PDF. To remove this line, buy a license at:

CENTRAL SALES TAX (REGISTRATION & TURNOVER) RULES, 1957 (as on 5th March 2014)

SJVN FOUNDATION. DEVSARI HYDRO ELECTRIC PROJECT THARALI, Distt. CHAMOLI (UK) TENDER DOCUMENTS FOR DIFFERENT WORKS OF HYDRO ELECTRIC PROJECT VOLUME I

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

GMDC/BX/SALE/001/14-15

TECHNICAL OFFER (ENVELOPE I)

Tender for Comprehensive Annual Maintenance for Contract of UPS and Inverters in the Additional DGFT, Mumbai.

NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE

Conditions of Contract for PLANT and Design-Build

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

Commercial Terms & Conditions

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

Conditions of purchase of ANDRITZ HYDRO GmbH

CIlent/ConsuItant MODEL SERVICES AGREEMENT

(Edn 03/99) Payment of Bills Using the Bankers Automated Clearing Service (BACS) System DEFCON 524

TENDER DOCUMENT TENDER ID : BAN

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

Transcription:

SECTION 4 CONTRACT DATA 75

CONTRACT DATA Items marked N/A shall not apply to this contract. The following documents are also part of the Contract The Schedule of other Contractors The Schedule of Key Personnel to be deployed at Site The Schedule of Construction Equipment to be deployed at Site The Undertakings by the Employer & the Contractor Clause Reference GCC 8.3 GCC 9.1 ITB 8 The above insertions should correspond to the information provided in the Invitation for Bids. (ITB) The Employer is Name Address Name of authorized Representative is The Nodal Officer or his nominee is Name Address Name of Authorised Engineer-in-Charge of the Employer is ---------------- - Address Name of Authorised Representative of the Contractor * Address (In case of JV/Consortium being a bidder, Name & Address of each partner shall be entered) The Conciliator appointed jointly by the Employer and Contractor is: * Name: * Address 76

(* to be filled in after the Conciliator has been appointed) The name and identification number of the Contract is (Insert name and number as indicated in the invitation for Bids (or Prequalification, if any).. The works consist of - (Brief summary, including relationship to other contracts under the Project) The start date shall be The completion date for the whole of the Work is with the following milestones: Milestone dates: Physical works to be completed Period from the date of issue of notice to proceed with the work Milestone 1 i.e. Milestone 2 i.e. Milestone 3 i.e. --------------------onwards---------------------------- months months months months The following documents also form part of the Contract (GCC 2.3) The Contractor shall submit a Program for the Works within days of delivery of the letter of Acceptance. (GCC 27) 77

The Site Possession Dates shall be (GCC 21) Part Site 1 Part Site 2 Part Site 3 The site is located at and is defined in drawings (ITB) nos. The Defects Liability Period is days (GCC 35) The minimum insurance cover for physical property, injury and death is Rs. (13) (lakhs) per occurrence with the number of occurrences limited to four. After each occurrence, contractor will pay additional premium necessary to make insurance valid for four occurrences always. The following events shall also be additional Compensation Events: (GCC 11) 1.The Employer terminates the contract for his convenience 2. 3. 4. The currency of the Contract is Indian Rupees (ITB 15) (a) Indian Rupees (b) (c) 78

Fees and types of reimbursable expenses to be paid to the Conciliator Appointing Authority for the Arbitral Tribunal & Conciliator : Construction Industry Arbitration Council (CIAC) The formula(e) for adjustment of prices for different Components are given below: (GCC 45) R= Value of work Adjustment for labor component: (I) Price adjustment for increase or decrease in the cost due to labor shall be paid in accordance with the following formula: V L = 0.85 x PL /100 x R x (L 1 - L 0 )/ L 0 V L = increase or decrease in the cost of work during the quarter under consideration due to change in rates for local labor. L 0 = The average consumer price index for industrial workers for center for the quarter preceding 28 days prior to the date of opening of Bids as published by Labor Bureau, Ministry of Labor,Government of India. L 1 = The average consumer price index for industrial workers is center for the quarter under consideration as published by Labor Bureau, Ministry of Labor, Government of India. P L = Percentage of labor component of the work. Adjustment for cement component (ii) Price adjustment for increase or decrease in the cost of cement procured by the contractor shall be paid in accordance with the following formula. 79

V C = 0.85xP C /100 x Rx (C i - C o )/C o V C = increase or decrease in the cost of work during the period under consideration due to change in the market rate for cement. C O = The market rate for cement on the day 28 days prior to the date of opening of Bids. C i = The market rate for cement for the period under consideration. P C = Percentage of cement component of the work. Adjustment for steel component iii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in accordance with the following formula: V s = 0.85xP S /100xRx(S i -S o )/S o V s = Increase or decrease in the cost of work during the quarter under consideration due to changes in the market rate for steel. S o = The market rate for steel (Bars and Rods) on the day 28 days prior the date of opening of Bids. S i = The market price for steel (Bars and Rods) for the period under consideration. P s = Percentage of steel component of the work Note: For the application of this clause, index of Bars and Rods has been chosen to represent steel group. Adjustment of Bitumen component. 80

(iv) Price adjustment for increase or decrease in the cost of bitumen shall be paid in accordance with the following formula: V b = 0.85xP b /100xRx (B i -B o )/B o V b = Increase or decrease in the cost of work during the quarter under consideration due to changes in the average official retail price for bitumen. B o = the average official retail price of bitumen at the IOC depot at on the day 28 days prior to date of opening of Bids. B i = the average official retail price of bitumen at IOC depot at for the 15th day of the middle calendar month of the quarter under consideration. P b = Percentage of bitumen component of the work. Adjustment of POL (fuel and lubricant) component (v) Price adjustment for increase or decrease in cost POL (fuel and lubricant) shall be paid in accordance with the following formula: V f = 0.85 x P f /100xRx (F i - F o )/F o V f = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for fuel and lubricants. F o = The average official retail price of High Speed Diesel (HSD) at the existing consumer pumps of IOC at on the day 28 days prior to the date of opening of Bids. 81

F i = the average official retail price of HSD at the existing consumer pumps of IOC at for the 15th day of the middle calendar month of the quarter under consideration. P f = Percentage of fuel and lubricants components of the work Adjustment for Plant and Machinery Spares component (III) Price adjustment for increase or decrease in the cost of plant and machinery spares procured by the Contractor shall be paid in accordance with the following formula: V p = 0.85 x P p /100 x R x(p i -P o )/P o V p = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rates for plant and machinery spares. P o = The All India average wholesale price index for heavy machinery and parts for the quarter preceding 28 days prior to the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi. P i = The All India average wholesale price index for heavy machinery and parts for the quarter under consideration as published by Ministry of Industrial Development, New Delhi. P p = Percentage of plant and machinery spares component of the work Note: For the application of this clause, index of Heavy Machinery and Parts has been chosen to represent the Plant and Machinery Spares group. Adjustment of Local materials 82

(IV) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and POL procured by the contractor shall be paid in accordance with the following formula: V m = 0.85 x P m /100 x R x (M i - M o )/M o V m = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for local materials other than cement, steel, bitumen and POL. M o = The All India average wholesale price index (all commodities) for the quarter preceding 28 days prior to the date of opening of Bids, as published by the Ministry of Industrial Development, Government of India, New Delhi. M i = The All India average wholesale price index (all commodities) for the quarter under consideration as published by Ministry of Industrial Development, Government of India, New Delhi. P m = Percentage of local material component (other than cement, steel, bitumen and POL) of the work The following percentages will govern the price adjustment for the entire contract: 1. Labour - P i % 2. Cement - P c % 3. Steel - P s % 4. Bitumen - P b % 5. POL - P f % 6. Plant & Machinery Spares - P p % 7. Other materials - P m % Total 100 % 83

The liquidated damages for the whole of the works are (GCC-47) Rs (amount) and that for the milestone are as under: For milestone 1 For milestone 2 Fore milestone3 Rs per day Rs per day Rs per day The amounts of the advance payments are: (GCC 49 & 50) Nature of Amount (Rs) Advance 1. Mobilization 10% of the Contract price 2. Equipment 90% for new and (Plant and depreciated value for Machinery) old equipment. Total amount will be subject to a maximum of 10% of 3. Secured Advance For nonperishable Materials brought to site the Contract price. 85% of Invoice value or Market valuelower of the two Conditions to be fulfilled On submission of un-conditional Bank Guarantee. After the equipment is brought to site & same is hypothecated to the Owner a. Provided that the materials are in accordance with specification for Works b. Such materials have been delivered and are properly stored and protected against damage or deterioration to the satisfaction of the Nodal Officer or his nominee. The contractor shall store the bulk material in measurable stacks. c. The Contractor s records of the requirements, orders, receipt and use of materials are kept in a form approved by the Nodal Officer or his nominee and such records shall be available for inspection by the Nodal Officer or his nominee. d. The contractor has submitted with his monthly statement the estimated value of the materials on site together with such documents as may be required by the Nodal Officer or his nominee for the purpose of valuation of the materials and providing evidence of ownership and payment thereof; e. Ownership of such materials shall be deemed to vest in the Employer for which the Contractor has submitted an Indemnity Bond in an acceptable format; and f. The quantities of materials are not excessive and shall be used within a reasonable time as determined by the Nodal Officer or his nominee. (The advance payment will be paid to the Contractor not later than 15 days after fulfillment of the above conditions) 84

Repayment of advance payment for mobilization and equipment: (GCC 49) The advance loan shall be repaid with percentage deductions from the interim payments certified by the Nodal Officer or his nominee under the Contract. Deductions shall commence in the next Interim Payment Certificate following that in which the total of all such payments to the Contractor has reached not less than 15 percent of the Contract Price until such time as the loan has been repaid, always provided that the loan shall be completely repaid by the time 80% of the original contract work is executed. Repayment of secured advance: (GCC 50) The advance shall be repaid from each succeeding monthly payment to the extent materials [for which advance was previously paid have been incorporated into the Works. The amount to be withheld for failing to supply as built drawings and/or (GCC 55) operating and maintenance manuals by the date required is Rs. * UNDERTAKING BY THE EMPLOYER/OWNER (ITB 8) 1. The project site including right to access is owned by the Employer. 2. The Employer has obtained the statutory clearances required for encumbrance free execution of project work. The list of all such clearances obtained by the employer is as follows: a. b. c. d. e. It is further undertaken by the employer, that any other statutory clearance required to be obtained, as a result of any regulatory measure, newly introduced by the State/Central government, or any other authority, as may be authorized by the Law of Land, shall expeditiously obtained by the Employer. Any stoppage or impedance in the project work, arising out of non availability of such clearance, shall be a substantial reason for compensating the Contractor, for the direct/indirect losses suffered by him. 85

3. The Employer has conducted a detailed site investigation and the findings are enclosed vide Appendix. Any variation in the findings, leading to direct/indirect losses suffered by the Contractor shall be reimbursed / compensated by the owner. 4. The employer has made sufficient and adequate arrangements for the project financing. Any stoppage or impedance in the project work, arising out of non-availability of project financing to meet the obligations of the owner to pay to the Contractor, the duly certified bills, in the stipulated timeframe, as stated in the conditions of contract, shall be a substantial reason for compensating the contractor, for the direct/indirect losses suffered by him. 5. The employer undertakes to finalize the designs and provide detailed working drawings to the contractor as per the schedule given vide Appendix. Any stoppage or impedance in the project work arising out of non-availability of working drawings, as per agreed schedule, shall be a substantial reason for compensating the Contractor, for the direct/indirect losses suffered by him. 6. The Employer undertakes to grant necessary approval of all the construction programmes, within the stated time frame in the conditions of contract. Failure to do so, shall be a substantial reason for compensating the contractor, for the direct /indirect losses suffered by him. 7. The employer undertakes to respond to the contractor s claims including the time extension, within the stipulated time frame as stated in the conditions of contract. Failure to do so, shall be a substantial reason for compensating the contractor, for the direct /indirect losses suffered by him. 8. The Employer undertakes to pay to the Contractor interim and final bills for the certified works executed by him, within the stipulated time period, as stated in the conditions of contract. Failure to do so, shall be a substantial reason for compensating the contractor, for the direct /indirect losses suffered by him. 9. The Employer undertakes to not to vary or change the designs, once finalized and if the changes are resorted to, shall pay to the contractor, adequate compensation to enable him to implement the same. 86

Failure to do so, shall be a substantial reason for compensating the contractor, for the direct /indirect losses suffered by him. Provided that the compensation claimed by the contractor shall be limited to 10 % of the contract price. * UNDERTAKING BY THE CONTRACTOR (ITB 8) 1. The Contractor undertakes that, at the time of submitting his bid, he shall furnish the full details of the project team, including the names and detailed CVs of the personnel to be deputed at the site of the work, in case of award of the work to him. The employer, while evaluating the offer, may ask for any changes, addition, and/or alteration in the structure of the constitution of the Project Management Team. Any change in the Project Management team, post award of the work, could only be made by the Contractor, after arranging for suitable replacement acceptable to the Employer. 2. The Contractor undertakes, that he shall, at all times, during the execution of the Contract, use proper project monitoring tools, such as CPM Net Work Analysis, and such Computer Aided Project Management Tools, such as PRIMA VERA/MS PROJECT, and shall have as an integral part of the Project Management Team such qualified professionals, who are well versed in the application of such techniques. 3. The Contractor, undertakes to procure the required construction materials, and also the Construction Equipment, at the site of work, and shall furnish to the Employer, a schedule of mobilization of resources, with his bid. Such schedule shall contain following information a. Item to be mobilized b. Quantity c. Date of mobilization 87

4. The Contractor, undertakes to mobilize and retain, at least 25 % Workers, holding certificates of proficiency in their respective trades issued by, any ITI, University, or the Ministry of Labour, of State and Central Government of India. 5. The Contractor, undertakes to mobilize the committed resources at the site of work latest by (date to be filled by the Employer) 6. The Contractor, undertakes that during the entire duration of the contract, including the defect liability period as defined in the contract he shall faithfully maintain following documents, and produce the same for inspection to the Employer, at all times. a. All documentation including drawings/specifications b. Logs of site records c. Minutes of Meetings d. Site instruction and, e. Other important data relating to the works being executed. 7. The Contractor, undertakes that he shall promptly and timely submit to the Employer following: a. All relevant information, while seeking important decisions/instructions from the Owner in changed situation. b. Method statements for changed site conditions. Failure to submit the above in time shall result in delays for which the Contractor shall indemnify the Employer. 8. The Contractor undertakes that he shall provide adequate quality control facilities and qualified personnel for ensuring the quality of works being executed by him. 9. The Contractor undertakes that he shall - 88

a. Promptly replace and/or repair the defective works within the time frame decided by the Employer. b. Comply with the labour laws c. Comply with environmental and ecological requirements d. Implement the approved construction methodology e. Submit the concreting schedule promptly 10. The Contractor undertakes that he shall present the Employer only with the admissible claims with proper justification. The admissible claim may arise out of any changes in design, specifications, altered extra, additional work and/or arising out of violation in any of the undertakings, having been given by the Employer. Failure to substantiate the admissibility result in the summary rejection of the claim.. Provided that the penalty levied by the Employer shall be limited to 10 % of the contract. 89