request for tender 1 - muckerawa bridge replacement 2

44
BREWARRINA SHIRE COUNCIL REQUEST FOR TENDER 1 - MUCKERAWA BRIDGE REPLACEMENT 2 - DUMBLE BRIDGE WIDENING CONTRACT No. 2019BSC-33 Tender Close - 2:00PM Wednesday 28 th August 2019 Tenders not received by the closing time 2:00 PM on the nominated day shall be deemed to be a late tender and will be rejected. Company Name Company Address

Transcript of request for tender 1 - muckerawa bridge replacement 2

BREWARRINA SHIRE COUNCIL

REQUEST FOR TENDER

1 - MUCKERAWA BRIDGE REPLACEMENT 2 - DUMBLE BRIDGE WIDENING

CONTRACT No. 2019BSC-33

Tender Close - 2:00PM Wednesday 28th

August 2019

Tenders not received by the closing time 2:00 PM on the nominated day shall be deemed to be a late tender and will be rejected.

Company Name

Company Address

This page has been left blank

- i -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

TABLE OF CONTENTS

1 INTRODUCTION ........................................................................................................................................ 1

1.1 PURPOSE OF PROJECT ....................................................................................................................................1 1.2 BACKGROUND ..............................................................................................................................................1 1.3 SCOPE OF PROJECT ........................................................................................................................................1 1.4 PROJECT LOCATION .......................................................................................................................................3 1.5 DOCUMENTS ISSUED ......................................................................................................................................3 1.6 PRE-TENDER MEETING ...................................................................................................................................4 1.7 CLOSING DATE ..............................................................................................................................................4 1.8 PROGRAM....................................................................................................................................................4 1.9 ENQUIRIES ...................................................................................................................................................4

2 CONDITIONS OF TENDERING .................................................................................................................... 5

2.1 PREAMBLE ...................................................................................................................................................5 2.2 INTERPRETATION ...........................................................................................................................................5 2.3 TENDER BASIS ..............................................................................................................................................5 2.4 VALIDITY PERIOD ...........................................................................................................................................6 2.5 INFORMATION FOR TENDERERS ........................................................................................................................6 2.6 LODGEMENT OF TENDERS ...............................................................................................................................6 2.7 LATE TENDERS ..............................................................................................................................................7 2.8 ALTERNATIVE PROPOSALS ...............................................................................................................................7 2.9 TENDER DETAILS ...........................................................................................................................................7 2.10 POST TENDER SUBMISSIONS ............................................................................................................................7 2.11 POST TENDER NEGOTIATIONS ..........................................................................................................................8 2.12 EVALUATION & SELECTION CRITERIA .................................................................................................................8 2.13 ACCEPTANCE OF TENDERS ...............................................................................................................................9 2.14 TENDER ELIMINATION ....................................................................................................................................9 2.15 CANVASSING OF COUNCILLORS OR OFFICERS ....................................................................................................10

3 TENDER SUBMISSION DOCUMENTS ........................................................................................................ 11

3.1 TENDER FORM AND SCHEDULES .....................................................................................................................11 3.2 ITEMISED PRICES .........................................................................................................................................11 3.3 INSTRUCTION TO TENDERER...........................................................................................................................11 3.4 TENDER FORMS AND DECLARATIONS ...............................................................................................................12 3.5 SCHEDULE 1: BILL OF QUANTITIES ..................................................................................................................14

3.5.1 1A – Works Schedule - Preliminaries ..............................................................................................14 3.5.2 1B – Works Schedule – Dumble Bridge Widening ..........................................................................15 3.5.3 1C – Works Schedule – Muckerawa Bridge Replacement ..............................................................16 3.5.4 1D – Provisional Schedule ...............................................................................................................17 3.5.5 1E – Tender Costing Summary ........................................................................................................17

3.6 SCHEDULE 2: DAYWORK RATES .....................................................................................................................18 3.7 SCHEDULE 3: TENDERER’S PARTICULARS – GENERAL ..........................................................................................19

3.7.1 3A - Supporting Financial Institution ..............................................................................................19 3.7.2 3B - Accountant ..............................................................................................................................19

3.8 SCHEDULE 4: TENDERER’S PARTICULARS – INSURANCE .......................................................................................20 3.8.1 4A - Insurance of Employees ...........................................................................................................20 3.8.2 4B - Public Liability Insurance .........................................................................................................20 3.8.3 4C - Motor Vehicle Insurance..........................................................................................................21

3.9 SCHEDULE 5: TENDERER’S PARTICULARS – PROJECTS .........................................................................................22 3.9.1 5A – Current Commitments ............................................................................................................22 3.9.2 5B – Project History ........................................................................................................................23

3.10 SCHEDULE 6: TENDERER’S PARTICULARS — WH&S / QA / ES ............................................................................24 3.11 SCHEDULE 7: TENDERER’S PARTICULARS — PERSONNEL .....................................................................................25 3.12 SCHEDULE 8: TENDERER’S SUBCONTRACTORS & SUPPLIERS .................................................................................26 3.13 STATUTORY DECLARATION ON NON-COLLUSIVE TENDER .....................................................................................27 3.14 RECEIPT OF ADDENDA ..................................................................................................................................28 3.15 STATEMENT OF CONFORMANCE .....................................................................................................................29

- ii -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.16 TENDER SUPPORTING DOCUMENTS LIST ..........................................................................................................30

4 CONDITIONS OF CONTRACT .................................................................................................................... 31

4.1 QUALITY REQUIREMENTS ..............................................................................................................................31 4.2 HOURS OF WORK ........................................................................................................................................31 4.3 GOODS & SERVICES TAX ...............................................................................................................................31 4.4 INSURANCE ................................................................................................................................................31 4.5 PAYMENT OF WAGES AND REMUNERATIONS ....................................................................................................32 4.6 SAFETY MANAGEMENT .................................................................................................................................33 4.7 ENVIRONMENTAL REQUIREMENTS ..................................................................................................................34 4.8 BUILDING AND CONSTRUCTION WORK ............................................................................................................34

5 SPECIFICATIONS ...................................................................................................................................... 35

5.1 GENERAL ...................................................................................................................................................35 5.2 PROPERTY ACCESS .......................................................................................................................................35

5.2.1 Services ...........................................................................................................................................35 5.2.2 Permits ...........................................................................................................................................35 5.2.3 Protection of Existing Vegetation and Environment.......................................................................35 5.2.4 Noise Pollution ................................................................................................................................36 5.2.5 Provisions for Weather & Other Events ..........................................................................................36 5.2.6 Asset Management ........................................................................................................................36

5.3 WH&S ACT (2011) & WH&S REGULATION (2017) ........................................................................................36 5.3.1 Management of Sub-Contractors ...................................................................................................36

5.4 SITE SAFETY PLANS ......................................................................................................................................37 5.4.1 Toolbox Meetings ...........................................................................................................................37 5.4.2 Plant Safety ....................................................................................................................................37 5.4.3 Post-Accident Procedures ...............................................................................................................37

5.5 RMS STANDARDS SECTIONS ..........................................................................................................................37

6 APPENDIX A – AS 4000 – GENERAL CONDITIONS OF CONTRACT ............................................................. 38

7 APPENDIX B – RMS STANDARDS SECTIONS ............................................................................................. 39

8 APPENDIX C – CONSTRUCTION DRAWINGS ............................................................................................ 40

- 1 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

1 Introduction

1.1 Purpose of Project

This Contract is for:

Widening the existing Dumble Bridge

Replacement of the Muckerawa Bridge

The Project is a Quality Control lump sum Contract in accordance with the Conditions

of Tendering, Conditions of Contract, Specifications and Submission Documents.

1.2 Background

MR70 Brewarrina – Goodooga Rd has been identified as a strategic freight route in

the far west of NSW; this corridor is planned to be upgraded from unsealed road to all

weather access sealed two lane highway. As part of the proposed work the Dumble

Bridge will be widened and a full replacement will be undertaken for the Muckerawa

Bridges to cater for the new sealed carriageway. The expected outcomes are to

improve road safety, transport productivity, efficiency, and reliability of travel.

1.3 Scope of Project

The extent of the work stated above include but not limited to completion of works as

per drawing number 370119-1 1 to 13 (Dumble Bridge) and 370119-2 1 to 17

(Muckerawa Bridge) as follows:

Demolition and disposal of the existing bridge at Muckerawa

Design and construction of a temporary working platform(s) to enable installation

of the required formwork, reinforcement, and concreting operations for the bridge

superstructure;

Installation of precast piles as per drawings.

Construction of abutments, including supply of all formwork, reinforcement and

concrete;

Construction of headstocks, including supply of all formwork, reinforcement and

concrete;

Construction of approach slabs including supply of all formwork, reinforcement,

concrete and other material for joints at abutments;

- 2 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

Construction of bridge deck including supply of all formwork, reinforcement,

concrete and other material

Installation of bridge traffic barrier

Installation of W-Beam Guardrail, Transition to Bridge Guardrail

Construction of rock protection at each abutment;

Erosion and sedimentation control for the duration of the works;

Carrying out all works in accordance with regulatory licenses;

The contract includes the provision of all necessary labour, equipment, plant, tools,

materials, freight, cartage, handling, and the cost of all ground support required to

complete the works described in this contract and detailed in this specification

together with all minor and incidental work necessary for the completion of the works

and maintenance as per the contract document.

The following elements will be completed by Council

Constructing the detour side track

Traffic control for the duration of the works;

Constructing the earthworks for bridge approaches and embankment

Supplying the rock material for abutment protection and erosion control

Construction of temporary fencing etc., where necessary, to ensure public safety.

- 3 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

1.4 Project Location

The two bridges are located south of Goodooga Township, 2.5 km for the Dumble Creek

Bridge and 20.5 km for the Muckerawa Bridge. The 0.00 km is at the intersection of

Goodooga Rd (Adam St) with Bangate Rd (Chandos St).

Bridge Distance from

Goodooga Township

Easting Northing

Dumble Creek Bridge 2.5 km 543450.45 m E 6776562.30 m S

Muckerawa Bridge 20.5 km 541241.53 m E 6759531.44 m S

1.5 Documents Issued

The following documents are issued with this tender document.

Appendix A General Conditions of Contract AS4000

Appendix B RMS Standard Project Specifications

Appendix C Construction Drawings

- 4 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

1.6 Pre-Tender Meeting

Tenderers are strongly encouraged to attend a pre-tender site inspection with other

prospective tenderers. The site meeting shall be held on Wednesday 14th August

2019, commencing at 11:00 AM.

The meeting location will start at the Dumble Bridge approximately 2.5 km south of

Goodooga, to be followed by a site inspection at the Muckerawa Bridge.

Tenderers may conduct site inspections on their own behalf by arrangement with the

Council’s contact person. All costs associated with any site inspections shall be

borne by the tenderer.

1.7 Closing Date

Quotations will be accepted until 2:00 PM on the nominated day. No late tenders

will be accepted.

1.8 Program

The Work is to be completed by 31 August 2020. Tenderers shall take account of the

following indicative pre-award program when preparing their tender submission:

Pretender Meeting Wednesday 14/08/2019

Close of Tenders Wednesday 28/08/2019

Tender Assessment 28/08/2019 - 27/09/2019

Award of Contract 1/10/2019

Pre-start Meeting 7/10/2019

Completion of Project 310/08/2020

1.9 Enquiries

Enquiries regarding this tender should be made by contacting:

Council Officer Amer Tawfik

Position Transport Manager

Email [email protected]

Telephone 02 6830 5136

0448 921 191

- 5 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

2 Conditions of Tendering

2.1 Preamble

The Conditions of Tendering have been prepared in conformance with AS 4120 Code

of Tendering which sets out the ethics and obligations of the Principal and Tenderers

in the tendering process in the construction industry.

Tenderers and Principal shall comply with the requirements of this AS 4120. In

particular, attention is drawn to the obligations of Tenderers in preparing and

submitting their Tender for this project. Without limiting the above obligations:

Tenderers shall not submit tenders without a firm intention to proceed.

Tenderers must not engage in any form of collusive practice.

Any Tenderer who directly or indirectly canvasses support from an elected

member or servant of the Council will be disqualified.

In all request for tender documentation, words importing a gender include every

gender.

2.2 Interpretation

Except where the context otherwise requires, words importing persons shall include

firms and corporations, words in the singular shall include the plural, words in plural

shall include the singular and words importing any gender shall include all genders.

The word "Council" means the Brewarrina Shire Council.

2.3 Tender Basis

Tenders must be submitted with the TENDER FORM supplied within this document,

and must be fully completed and, unless otherwise specified, all schedules must be

completed. Failure to comply with this requirement will result in the rejection of the

tender.

It must be quite clear whether the person, firm or company tendering does so as

principal or agent, and if tendering as agent the name of the principal must be clearly

set out.

- 6 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

2.4 Validity Period

Tenders shall remain valid and shall not be withdrawn, amended or varied except

with the approval of Council, for the period of 90 days from and inclusive of the date

by which tenders for the Work of the Contract are returnable.

2.5 Information for Tenderers

The Tender shall be deemed to -

(a) have examined carefully and to have acquired actual knowledge of the

contents of the Quotation Documents and any other information made

available in writing by the Council to the Tender for the purpose of quoting;

(b) have examined all information which is relevant to the risks, contingencies

and other circumstances having an effect on his quotation and which is

obtainable by the making of reasonable inquiries;

(c) be satisfied as to the correctness and sufficiency of the quotation and that the

price covers the costs of complying with all relevant obligations and all

matters and things necessary for the due and proper performance and

completion of the work described in the quotation Documents

2.6 Lodgement of Tenders

Tenders will be accepted until the tender closing date specified in this document.

Tender submission documents need to include the following documents:

Tender Submission Document

Any supporting material

Tenders may be submitted in person to Council office in Brewarrina, via post, email,

or tenderlink as per the following details

Mail Brewarrina Shire Council - P.O Box 125 – BREWARRINA, NSW 2839

Email [email protected]

TenderLink https://www.tenderlink.com/brewarrina/

- 7 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

2.7 Late Tenders

Tenders not received by the closing time 2:00 PM on the nominated day shall

be deemed to be a late tender and will be rejected.

2.8 Alternative Proposals

Alternative proposals, which satisfy the Principal’s basic commercial and

performance objectives, technical and legal requirements, may be submitted as

options but only in addition to a conforming tender. Non-conforming tenders may or

may not be considered at Council’s discretion.

All costs associated with the design and documentation of any alternative proposal

shall be borne by the Tenderer.

2.9 Tender Details

During the quotation assessment period, the Tenderer should be prepared to discuss

the quotation in detail.

The information furnished in the schedules and during quotation interviews will be

used in assessing the Tenderer’s resources and technical and financial capabilities to

complete the work as specified.

Notwithstanding any other requirements of the quotation documents, the Council may

require the Tender to submit additional information to allow further consideration of

the quotation.

Should the Tender fail to submit any of the information so required by the date and

time stipulated by the Council the quotation may be rejected.

Quotations, which do not comply with these general conditions of tendering or, any

annexed additional conditions of tendering may be rejected.

2.10 Post Tender Submissions

The Principal may call for post tender submissions from some or all Tenderers in

order to assist with the evaluation.

- 8 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

Such submissions will be confidential between the Principal and Tenderer. The call

for such submissions will not bind the Principal to proceed to accept a tender.

2.11 Post Tender Negotiations

The Principal may enter into negotiation with a Preferred Tenderer or a number of

candidate tenderers. Such negotiations will be confidential between the Principal and

Tenderer and will be conducted in accordance with guidelines set out in

AS 4120-1994.

The undertaking of negotiations will not bind the Principal to proceed to accept a

tender.

2.12 Evaluation & Selection Criteria

Evaluation, negotiation and selection of tenders shall be in conformance with the

requirements of AS 4120 Code of Tendering.

The tender assessment includes the following two stages:

Stage 1 Meets minimum requirements for tender assessment criteria.

Evidence provided in tender schedules/information is assessed on a rating basis

for the tender assessment criteria.

Provides evidence of capability to undertake and deliver the specified project

outcomes.

Stage 2 Best Value for Money

All criteria with an emphasis on Total Price for ‘Best Value for Money’ is

evaluated and weighted to give an overall score to each Tenderer.

Only Tenderers meeting the minimum requirement for Stage 1 will be evaluated for

Stage 2. This assessment process is adopted to ensure that the selected Tenderers

have the minimum requirement to deliver the work.

- 9 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

The details of the assessment criteria, minimum ratings and weighting are listed in

the table below.

Criteria Description Stage 1

Min. Rating Weighting

Conformity with Tender Documents

Addressing the evaluation criteria, providing the required tender details

3/5 5%

Evidence of Capability

Work methods, Level of experience in the type of work tendered, qualifications, Projected timeframes, availability of resources (technical, managerial, physical and financial resources)

3/5

15%

Industry Reputation Referee, quality of previous work 3/5 10%

Management Plans – Quality, Safety and Environmental

Demonstration of appropriate Environmental, Work Health &Safety and Quality Management Systems (level of certification)

3/5 10%

Local Employment Employing Local Staff (2 staff minimum) 10%

Total Price

Total Tendered Lump Sum of Works

Consideration for rates for Dayworks & Variation Purposes etc.

50%

2.13 Acceptance of Tenders

Council is not bound to accept the lowest, or any tender. The successful Tenderer,

and the price which is accepted, shall be notified in writing to all Tenderers.

2.14 Tender Elimination

It is Council's practice, after an initial evaluation of all tenders, whenever practical, to

select a short list of the more favourable tenders for detailed investigation and

evaluation and to eliminate all other tenders from further consideration. Tenderers

not included in the short list will be formally advised that their tender has been

eliminated. No further information will be available at that time.

The Freedom of Information Act gives members of the public certain rights of access

to Local Government information. Rights of access are limited by exemptions that

are deemed necessary for the protection of public interest and private and business

affairs.

Council shall endeavour to maintain confidentiality of price and other information

submitted by the tenderer as part of this quotation.

- 10 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

2.15 Canvassing Of Councillors or Officers

Canvassing of Councillors or Council officers will disqualify the tender. Legitimate

queries in relation to this quotation may be directed to Council Transport Manager.

- 11 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3 Tender Submission Documents

3.1 Tender Form and Schedules

The Tenderer shall complete in full and return the attached Tender Forms, and all

Schedules. Failure to do so will result in the quotation being rejected. The Tenderer

shall supply, on request by Council, additional details and information as may be

required to give adequate particulars of the work quoted.

3.2 Itemised Prices

The Tenderer shall submit prices in "Schedule 1: Bill of Quantities” in accordance

with the item by item breakdown in that Schedule.

3.3 Instruction to Tenderer

General: Complete in full and submit the forms in numerical order listed above. The

completed forms, declarations and required information shall comprise the Tender

Submission Documents. Initial and date each form at the bottom right hand

corner.

Omissions: The omission of any of the forms or required information listed above

may, at the absolute discretion of the Principal result in a nonconforming Tender and

be subject to rejection.

Tenderers are to ensure completing all the tender forms; and specifically not to use

“refer to attached documents for details”. Council would like tenderers to make the

effort and fill the tender forms with the information required.

Tenderers are to only submit the tender document including all the tender forms; no

other documents are required during the tender submission unless specified in this

tender document.

To verify the information provided, or if required, Council may contact tenderers

requesting additional information such as copy of their insurance certificates, SWMS,

policies and procedures. This will be conducted during the tender evaluation period

following receiving the tender submission.

- 12 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.4 Tender Forms and Declarations

Instruction to Tenderer: Complete and submit with Tender.

I,................................................................................................................. (Print name)

.............................................................................. (Position in Tendering organisation)

of ............................................................................................ (Tendering Organisation)

ABN ...............................................................................................................................

Located at ....................................................................................... (Business Address)

On this…………………day of……………………............., …………………. (Year)

Having fully acquainted myself with the Conditions of Tendering and Contract

Documents and accordingly the obligations and responsibilities of the Contract do

hereby tender to perform the work described below:

Contract No.: 2019BSC-33

Contract Name: Muckerawa Bridge Replacement

Dumble Bridge Widening

As publicly invited by Brewarrina Shire Council, in conformance with the following

documents, referenced with the above mentioned contract:

{Tender Submission Documents

{AS 4000 – 1997 General Conditions of Contract

Contract {Contract Specifications

{Supporting Documents

{Amendments to the Contract

- 13 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

Other documents compiled by the Tenderer and submitted are as follows:

1.

2.

By submitting this Tender, the Tenderer warrants and represents that it has made its

own enquiries and investigations and has obtained professional advice and all other

relevant information so as to inform itself of all risks and contingencies which may

affect its tender price. The Tenderer warrants and represents that it has included for

all such risks and contingencies in its tender price.

Signature of Tenderer :

Phone numbers:

Email address:

Subscribed and declared this day of (Year)

Before me: (Print name)

Witness: (Signature)

- 14 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.5 Schedule 1: Bill of Quantities

Instruction to the tenderer: Complete and submit with Tender. Prices are to exclude GST unless otherwise requested.

3.5.1 1A – Works Schedule - Preliminaries

Item Description Unit Quantities Rates Amount

1.0 Stage 1 - Preliminaries

1.1 Site Establishment (site Preparation, Mobilisation of plant, Materials, Security Fencing and equipment, and regular site tidy up etc.)

Item 1

1.2 Site Disestablishment removal of plant and equipment, excess material, and site clean-up etc.

Item 1

1.3

Preparation, implementation and maintenance of over-arching Project Management Plan (including Construction schedule/program, Quality, Safety and Environmental Considerations),

Item 1

1.4 Site set-out and all other required survey works Item 1

1.5 Erosion and Sedimentation Control Implementation for duration of project

Item 1

Subtotal Works Schedule 1A (Excluding GST)

Signed on Behalf of Company Date

- 15 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.5.2 1B – Works Schedule – Dumble Bridge Widening

Item Description Unit Quantities Rates Amount

2.0 Concrete Cast-in-situ, Supply, form, reinforcement & cast

2.1 Abutments and Wingwalls m3 6.2

2.2 Pier m3 2.7

2.3 Deck Overlay (provisional sum) m3 21.0

2.4 Barrier post footing m3 1.2

2.5 Approach Slabs m3 22.6

3.0 Supply, Deliver, Handle and Drive 7 x 400X400 RC Piles m 87.5

4.0 Supply, Deliver, Lift and Place 16 x 450 Deep PSC Planks Tonne 99.2

5.0 Barrier Railing & Approach Guard Rail

5.1 Remove and Dispose Existing Barrier Railing Including Concrete Pedestals

Item 1

5.2 Supply and Installation of Galvanised Barrier Railing m 59.8

5.3 Supply and Installation of Approach Guard Rail m 52

6.0 Joint to Existing Bridge

6.1 Break Back Existing Deck and Abutment m3 5.5

6.2 Drill and grout bars into existing bridge including connecting barrier railing on existing planks

No. 163

7.0 Rock Beaching – Placement Only

(Council will supply material) m

2 160.0

8.0 Retaining Wall

8.1 Drill and Concrete Bored Piles m3 1.9

8.2 Cast and Place Precast RC Panels m3 1.4

8.3 Supply and Place steel Soldiers Tonne 0.3

Subtotal Works Schedule 1B (Excluding GST)

Signed on Behalf of Company Date

- 16 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.5.3 1C – Works Schedule – Muckerawa Bridge Replacement

Item Description Unit Quantities Rates Amount

9.0 Demolition and disposal of existing bridge item 1

10.0 Concrete Cast-in-situ - Supply, form, reinforcement & cast

10.1 Abutments and Wingwalls m3 30.2

10.2 Pier m3 7.6

10.3 Deck Overlay m3 64.4

10.4 Barrier post footing m3 1.2

10.5 Pedestals m3 0.1

10.6 Approach Slabs m3 20.6

11.0 Supply, Deliver, Handle and Drive 11 x 400X400 RC Piles m 147.0

12.0 Supply, Deliver, Lift & Place 8 x Super "T" Beams Tonne 202.0

13.0 Supply and Install Elastomeric Bearings - 480X250X45 No. 8

14.0 Barrier Railing and Approach Guard Rail

14.1 Supply and Installation of Galvanised Barrier Railing m 91.0

14.2 Supply and Installation of Approach Guard Rail m 52

15.0 Rock Beaching – Placement Only

(Council will supply the material) m

2 190.0

Subtotal Works Schedule 1C (Excluding GST)

Signed on Behalf of Company Date

- 17 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.5.4 1D – Provisional Schedule

Item Description Unit Quantities Rates Amount

16 Services

16.1

Alteration to proposed works to avoid existing services and alteration to existing services in the event that works cannot be moved as required with a written approval from the Principal’s Superintendent in accordance with all relevant service authorities

Item 1 $50,000 $50,000

17.0 General

17.1 Miscellaneous general works as required with a written approval from the Principals Superintendent.

Item 1 $20,000 $20,000

Subtotal Works Schedule 1D (Excluding GST) $70,000

3.5.5 1E – Tender Costing Summary

Tender Costing Summary 1E

Subtotal Works Schedule 1A (Excluding GST)

Subtotal Works Schedule 1B (Excluding GST)

Subtotal Works Schedule 1C (Excluding GST)

Subtotal Provisional Works Schedule 1D (Excluding GST) $70,000

Total of All Schedules (1A + 1B + 1C + 1Db) (Excluding GST)

GST (10.0%)

Project Total (Including GST)

Company Name

Company Address

Company Phone

Name Mobile

Email

Signed on Behalf of Company Date

- 18 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.6 Schedule 2: Daywork Rates

Instruction to Tenderer: Complete and submit with Tender. Prices are to exclude GST unless otherwise requested.

Item Description Unit Rate $

- 19 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.7 Schedule 3: Tenderer’s Particulars – General

Instruction to Tenderer: Complete and submit with Tender for inspection and verification by Principal.

3.7.1 3A - Supporting Financial Institution

Name of financial institution:

Branch:

Address:

Manager :

Phone number :

Facsimile number:

Email address:

Term of engagement :

3.7.2 3B - Accountant

Company name:

Address:

Contact person :

Phone number :

Facsimile number :

Email address:

Term of engagement :

- 20 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.8 Schedule 4: Tenderer’s Particulars – Insurance

Instruction to Tenderer: The following insurances will be required. State details of current policies and supply certificates of currency for these insurances.

3.8.1 4A - Insurance of Employees

Insurance of employees: workers compensation or personal accident and illness insurance; insurance against any death of or injury to persons employed by the Service Provider as required by state legislation. If the Service Provider has no employees, in lieu of Workers Compensation Insurance, insurance for personal accident and illness under a policy will be required. Insurance company:

Amount of coverage:

Policy No.:

Expiry date:

Insurance required: Yes

3.8.2 4B - Public Liability Insurance

Insurance against the death or injury to any third party or parties or loss of or damage to any property including loss of use of property whether it is damaged or not whatsoever caused during the course of the contract. The policy shall contain a cross liability clause and a “principal’s clause” and shall have a limit of indemnity of not less than the amount indicated for any one occurrence, but shall be unlimited in the aggregate. Insurance company:

Amount of coverage:

Policy No.:

Expiry date:

Insurance required: Yes

- 21 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.8.3 4C - Motor Vehicle Insurance

Comprehensive vehicle insurance

In the case of any motor vehicle used in the performance of the contract, a Motor

Vehicle Insurance covering accidental damage, fire and theft. The policy shall be for

a sum not less than the full market value of the vehicle.

Registered vehicles

Insurance against any injury to any third party or parties under a Compulsory Third

Party Insurance as required by state legislation.

Insurance against loss of or damage to any property whatsoever caused by the use

of the vehicle when being driven by the Service Provider, its employees or any

person not employed by the Service Provider. The policy shall have a limit of

indemnity of not less than $20,000,000 and shall be extended to include CTP Gap

Coverage Endorsement cover and shall note the interest of the Principal as an

insured.

Insurance company:

Amount of coverage:

Policy No.:

Expiry date:

Insurance required: Yes

Unregistered vehicles (Plant)

Note: Any damage arising as a result of the plant being used as a tool of trade is to

be covered by either an extension of the Service Provider’s Comprehensive Motor

Vehicle Insurance or the liability endorsed onto the Service Provider’s Public Liability

Insurance.

- 22 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.9 Schedule 5: Tenderer’s Particulars – Projects

Instruction to Tenderer: List the current projects to which your organisation is

engaged or committed.

3.9.1 5A – Current Commitments

Project Name: ...................................................................................................

Client Contact Phone number Contract amount Estimated Completion

(Mth/Yr)

Description of works

Project name: .......................................................................................................

Client Contact Phone number Contract amount Estimated Completion

(Mth/Yr)

Description of works

Project name: .......................................................................................................

Client Contact Phone number Contract amount Estimated Completion

(Mth/Yr)

Description of works

- 23 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.9.2 5B – Project History

Instruction to Tenderer: Complete and submit with Tender. List similar projects

completed by your organisation in the last 10 years.

Project Name: ............................................................................................................

Client Contact Phone Contract Value Duration

Description of works

Project Name: ............................................................................................................

Client Contact Phone Contract Value Duration

Description of works

Project Name: ............................................................................................................

Client Contact Phone Contract Value Duration

Description of works

- 24 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.10 Schedule 6: Tenderer’s Particulars — WH&S / QA / ES

Instruction to Tenderer: Complete and submit with Tender.

WH&S - Work Health and Safety Comments/Details

Who is your contact for advising workplace injuries with your Workers Compensation Insurer, and what is their contact phone number?

Notify nominated contact that Council will be making contact to obtain a summary of injury statistics regarding your company.

Provide contact details for your company’s safety officer and detail what other roles this person performs

Does your company have a Drugs and Alcohol policy?

Does your company have a WH&S policy statement?

Is your WH&S system independently certified?

Does your company have safe work method statements covering the work required under the contract?

QA - Quality Assurance

Is your QA system independently certified?

Does your existing QA system fully cover the scope of works of this contract?

ES – Environmental systems

Is your environmental system independently certified?

Does your company have a sediment and erosion control program in place that would be implemented under the contract?

- 25 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.11 Schedule 7: Tenderer’s Particulars — Personnel

Instruction to Tenderer: Provide the names of the Project Manager, Site Manager and

Subcontractor’s Site Manager(s) or other relevant staff in the event of a winning

tender. Edit and add additional personnel roles as applicable for the works.

Project Name: ............................................................................................................

Name Company role Estimated Time Commitment (%)

Years of experience

In current firm prior

Work responsibilities for this project

Project name: ............................................................................................................

Name Company role Estimated Time Commitment (%)

Years of experience

In current firm prior

Work responsibilities for this project

Project name: ............................................................................................................

Name Company role Estimated Time Commitment (%)

Years of experience

In current firm prior

Work responsibilities for this project

- 26 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.12 Schedule 8: Tenderer’s Subcontractors & Suppliers

Instruction to Tenderer: Compile a listing of all Selected Subcontractors and

Suppliers which the Tenderer expects to use to execute the Works under the terms of

this Contract.

Supplier or Subcontractor Description of work or materials Phone No.

- 27 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.13 Statutory Declaration on Non-Collusive Tender

Instruction to Tenderer: Complete and submit with Tender. I, ……………………………………………………………………………(Print name) of …………………………………………………………….... (Tendering Organisation) do hereby solemnly declare and affirm the following: 1. I hold the position of …………………………………….., and am duly authorised by the

tendering organisation to lawfully proclaim the following and, after having made due inquiry believe the following to be completely accurate to the best of my knowledge.

2. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any contract or agreement to offer payment of any kind to a trade association, representative of the Superintendent or representative of the Principal in the event of a winning tender by this Organisation.

3. Neither the Tenderer nor the Tenderer’s Agents or Servants have had any knowledge of the price of tenders submitted by its competitors nor did the Tenderer furnish the price of the enclosed tender to any source external to the Tendering Organisation prior to the close of the tender date as specified within this Contract.

4. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any contract or agreement to offer payment of any kind to an unsuccessful Tenderer in the event of a winning tender.

5. The Tenderer is not aware of any facts which would affect the decision of the Principal in accepting the tender nor has the Tenderer attempted to acquire information relevant to the tender award process by soliciting the Principal, the Superintendent or their Representative’s Agents or Servants.

6. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any agreement with other Tenderers or third party which results in a payment of unsuccessful tenderers fees.

7. The contents of this document are true and correct to the best of my knowledge and in no way have been written under duress of any form.

8. I make this solemn declaration as to the matter aforesaid, according to the law in this

behalf made, and subject to the punishment by law provided for any wilfully false statement in any such declaration.

Signature of Tenderer ......................................................................................

Subscribed and declared at ......................................................................................

This ...................................day of .....................................(Year) .............................

Before me (print name) .......................................................................................

..................................................................................................................................

Before me (Signature of Justice of the Peace or authorised person)

- 28 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.14 Receipt of Addenda

Instruction to Tenderer: Complete and submit with Tender to acknowledge receipt of the addenda listed below during the tender period and that the tender has been prepared having regard to these addenda.

Addenda No. Brief Description

(e.g. Specification page no, Clause No, Schedule No) Date received

This Tender has been prepared having regard to the addenda listed above.

- 29 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.15 Statement of Conformance

Instruction to Tenderer: Complete and submit with the Tender. Signify whether or not

the submitted Tender conforms to the requirements of the Tender Documents by

striking out below ** as applicable.

This Tender **does / does not** conform.

If the Tender does not conform to the requirements of the Tender Documents, list the

areas of non-conformance and the reasons for non-conformance. Value each non-

conformance so that, if the non-conformance is deemed unacceptable, the Contract

sum can be adjusted accordingly. If the non-conformances are not priced and are

deemed to be unacceptable, the Tender may not be further considered.

Area of non-conformance and reason Value of Non-conformances ($)

- 30 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

3.16 Tender Supporting Documents List

The checklist of documents / information below may be utilised by Council in

assessing tenders against the evaluation criteria. It is not a requirement of this

contract to supply the documents / information (unless specifically requested);

however the checklist is to be completed as part of the contract tender schedules.

Description

Attached

Y N N/A

Original tender submitted

The tender is subject to conditions requested by the contractor

If yes, provide details:..................................................................

………………………………………………………………………….

………………………………………………………………………….

Evidence to the existence of

Insurance of Employee

Public Liability Insurance Product Liability Insurance

Comprehensive Vehicle Insurance

A Construction Program is enclosed with tender (refer to Specification)

- 31 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

4 Conditions of Contract

The General Conditions of Contract for the project shall be as per AS 4000; a copy of the standards is provided as APPENDIX A. 4.1 Quality Requirements

The Contractor shall:

a) Comply with all the quality requirements as provided in the contract documents

for all works under the Contract.

b) Ensure that each of its Subcontractors comply in like manner.

c) Demonstrate to the Principal whenever required that all the quality requirements

of the contract are being met.

Where inappropriate or inadequate provision of quality supervision by the Contractor

or Contractor’s Subcontractor results in costs, losses or damages incurred by the

Principal or claims by third parties against the Principal for either direct or

consequential costs, losses or damages, the Contractor shall be liable for costs,

losses or damages associated with any claim including but not limited to

administration costs incurred by the Principal in resolving such claim.

4.2 Hours of Work

The hours of work under the Contract for work on property owned by the principal will

be limited to:

7:00am to 5:00pm Mondays to Friday’s

7:00am to 5:00pm Saturdays

No work shall be undertaken on Sundays or Public Holidays

Work may be allowed outside these hours with the prior approval of the

Superintendent.

4.3 Goods & Services Tax

The tendered prices shall be inclusive of Goods and Services Tax.

4.4 Insurance

The Contractor shall before commencement of work under the Contract and at its

own expense, effect and maintain the policies of insurance as nominated in the

- 32 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

Agreement. The Principal’s Representative must approve of these insurance policies

before the Contractor is entitled to any payments. These policies shall not be

cancelled or amended without written notice being given to Principal’s Representative

and shall be made available for inspection by the Principal’s Representative at any

time during the contract period.

Failure to insure shall be deemed to be a substantial breach of the Agreement.

The Contractor shall indemnify the Principal and it’s Representatives against all

damages, costs, expenses, loss or damage which they may incur or sustain, actions,

proceedings, claims and demands which may be brought or made against them by

any person arising out of or in relation to this Agreement.

Insurances required under this Agreement include: -

Insurance of Employees (Workers Compensation)

Public Liability Insurance

Motor Vehicle Insurance

Product Liability Insurance ($10m maintained for 3 years commencing from the

date of Practical Completion)

4.5 Payment of Wages and Remunerations

The Contractor is to provide Written Statement(s) to the Principal for the purpose of

relieving the Principal of liability for worker’s compensation premiums, pay-roll tax

and remuneration payable by the Contractor. A Written Statement means a form

prepared for the purpose of section 175B of the Workers Compensation Act 1987

and Part 5B section 31G-31J of the Pay-roll Tax Act 1971 and section 127 of the

Industrial Relations Act 1996.

The Written Statement shall declare that a written statement has been received from

subcontractors (if any) in relation to this agreement and payment has been made for:

worker’s compensation insurance premiums

pay-roll tax (if applicable)

wages and allowances to employees

- 33 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

any party to which it has subcontracted any of its rights and obligations under

this agreement

plant and equipment

No Payment will become due before the expiration of 7 days from the date the

Contractor supplies the Written Statement to the Principal. The Principal may

withhold the payment until the Written Statement is provided by the Contractor. The

Principal may withhold payment to the Contractor those amounts shown as unpaid on

the Written Statement.

At the request of the Contractor, the Principal may, on behalf of the Contractor, make

payments (from moneys due to Contractor) direct to employees, subcontractors or

suppliers.

If a worker, subcontractor or supplier obtains a court order in respect of moneys due

to them under the agreement, and produces the court order and a statutory

declaration that it remains unpaid, the Principal may pay the amount of the order and

costs to the worker, subcontractor or supplier and the amount paid shall be a debt

due from the Contractor to the Principal.

4.6 Safety Management

The Contractor shall be responsible for providing for a safe workplace in accordance

with the Work Health & Safety Act 2011 and Work Health & Safety Regulation 2017.

In relation to the Construction work associated with this Agreement the Contractor is

appointed as a Principal Contractor and accepts all the obligations associated with

this role under the Work Health & Safety Regulation 2017.

The successful Contractor for a medium or high-risk contract will be required to

submit a Health and Safety Management Plan for the work prior to commencing the

contract, addressing site specific WHS issues relevant to the contract, the WHS Plan

will document the safe work methods to effectively manage the identified risks.

- 34 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

4.7 Environmental Requirements

The Contractor shall comply with all statutory requirements including the Protection of

the Environment Act 1997. Further, the Principal is committed to Ecological

Sustainable Development (ESD) as required under the Local Government Act 1993,

i.e. competitiveness through environmental as well as social and economic aspects.

The Contractor shall comply with the Principals ESD requirements.

Regarding Environmental Controls, the Contractor shall comply with the Protection of

the Environment Operations Act 1997 at all times with respect to pollution from noise,

air, water, land and waste sources. The Contractor shall provide details for the

control of trucking movements, dust/water, noise/vibration, erosion and

sedimentation, restoration, waste management in their Environment Management

Plan (EMP) prior to works commencing. The Plan shall also include policies and

procedures detailed above as well as reporting and compliance procedures. The

EMP shall be submitted to the Superintendent within 14 days of the date of the letter

of acceptance. The EMP shall comply with the permit conditions provided by NSW

Fisheries in connection with Council application for consent for the Works.

4.8 Building and Construction Work

The Contractor is responsible for any interpretations, deductions and conclusions

made in relation to information supplied by the Principal. Where the Contractor

supplies information (provided by the Principal to Contractor) to another party, the

Contractor shall indemnify the Principal against any claim by that party arising out of

errors or omissions or misleading nature of the advice.

The Contractor shall carry out the work in accordance with the Standard or Code

applicable at the closing date for tenders, except for the Building Code of Australia,

which shall be the one current at the Date of Practical Completion.

Any testing required to be carried out under the Agreement shall be by an authority

registered with the National Association of Testing Authorities Australia (NATA).

- 35 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

5 Specifications

5.1 General

The whole of the works to be carried out under this Contract shall conform to the

requirements of this specification and those attached, the accompanying plans and

drawings, and the General Conditions – AS 4000 of Contract, and shall be carried out

under the direction and to the satisfaction of the Contract Superintendent.

5.2 Property Access

At all times during contract works, unless otherwise approved in writing by the

superintendent, accesses to residential and business properties are to remain open

and trafficable.

5.2.1 Services

Existing services will not be altered or relocated under any circumstances unless the

superintendent receives notification. The preciseness and/or completeness of the

existing service information provided by the Brewarrina Council Shire cannot be

guaranteed and are indicative only. Precautions must be taken to avoid services

where constructive activities may damage or interfere with services (water, electricity,

phone lines).

5.2.2 Permits

The contractor will hold responsibility for obtaining the appropriate permits prior to

commencement of works. The contractor must inform the Superintendent that these

permits have been achieved on award and provide a copy if requested.

5.2.3 Protection of Existing Vegetation and Environment

Existing vegetation must not be moved, altered or destroyed without the notification

and approval of the superintendent. Waste must be controlled throughout the course

of project and completely removed upon completion. The site shall be left with

seeded top soil at excavated areas to comply with the existing environment or as

directed in the Contract Document.

- 36 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

Water is to be used efficiently throughout the project and appropriately drained off

site. Sufficient drainage flow must be managed in the presence of wet weather

events through project lifetime.

5.2.4 Noise Pollution

The Contractor shall note that works creating excessive noise pollution due to the

presence of machinery will be conducted during business hours. The Contractor is to

contact the Superintendent where excessively loud works are required outside of

business hours for approval.

5.2.5 Provisions for Weather & Other Events

The superintendent requires the contractor to make allowances in their tender

schedule for inclement/hot weather, public holidays, weekends, rostered days off and

any other delays. These allowances must be exhausted by the contractor before the

contractor is entitled to an extension to the completion date under the contract.

5.2.6 Asset Management

The Contractor will be responsible for the management of Council assets throughout

the works period, including the management of drainage flows in the event of wet

weather.

5.3 WH&S Act (2011) & WH&S Regulation (2017)

All Tenderers must meet their obligations under the WH&S Act (2011) and WH&S

Regulations (2017); copies can be found at:

WH&S Act (2011) https://www.legislation.nsw.gov.au/#/view/act/2011/10

WH&S Regulation (2017) https://www.legislation.nsw.gov.au/#/view/regulation/2017/404/full

5.3.1 Management of Sub-Contractors

All Tenderers must meet their obligations under the WH&S Act and Regulations

including management of sub-contractors. It is the Tenderer’s responsibility that their

sub-contractors comply with the WH&S Act and Regulations.

- 37 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

5.4 Site Safety Plans

Prior to commencing work successful Tenderers will be required to submit a site

safety plan as part of the contract quality plan detailing the practices and procedures

which will apply during the term of the contract. It is expected that site safety plans

which will be subject to audit will include as a minimum those factors identified

hereunder.

5.4.1 Toolbox Meetings

As part of the project requirements, the contractor will be responsible for undertaking

daily toolbox meetings with all site staff; the contractor on request shall produce

records of the completed toolbox meetings.

5.4.2 Plant Safety

The Tenderer must produce on request all licences and registration and maintenance

records/logs relating to all vehicles on their worksite

5.4.3 Post-Accident Procedures

The Tenderer must produce and make available all documentation related to any

incident or accident on site to the Contract Superintendent.

5.5 RMS Standards Sections

The works under this contract shall be in accordance with the requirements of the

RMS Standard Specifications for Roadworks and Bridgeworks and included in this

contract document. A list of the relevant RMS standards is provided as APPENDIX

B.

- 38 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

6 APPENDIX A – AS 4000 – General Conditions of Contract

- 39 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

7 APPENDIX B – RMS Standards Sections

B30 Excavation and Backfill for Bridgeworks

B50 Driven Reinforced Concrete Piles

B59 Bored Cast-In-Place Reinforced Concrete Piles (Without Permanent Casing)

B80 Concrete Work for Bridges

B110 Pretensioned Precast Concrete Members

B150 Erection of Prestressed Precast Concrete Members

B201 Steelwork for Bridges

B203 Welding of reinforcing steel

B220 Protective Treatment of Bridge Steelwork

B240 Steel Fasteners

B264 Erection of Barrier Railing and Minor Components

B280 Plain Elastomeric Bearing Pads and Strips

B281 Laminated Elastomeric Bearings

B284 Installation of Bridge Bearings

B312 Cold Applied Sealant Joints

Q6 RMS - Quality Management

G10 RMS - Traffic Management

G22 RMS - Work Health and Safety (Construction Works)

G36 RMS - Environmental Management

The full details for the above specification can be downloaded from RMS website

using the following link.

https://www.rms.nsw.gov.au/business-industry/partners-suppliers/document-types/specifications/qa/bridgeworks.html

It is the responsibility of the tenderer to make themselves fully aware of the above

specifications.

- 40 -

BREWARRINA SHIRE COUNCIL CONTRACT NUMBER: 2019BSC-33

8 APPENDIX C – Construction Drawings