Bath Street Foreshore Protection

Total Page:16

File Type:pdf, Size:1020Kb

Bath Street Foreshore Protection

REQUEST FOR TENDER (Minor Works)

RFT No. 6-2012

Bath Street Foreshore Protection

Closing Friday at 4.00 p.m. on 10 August 2012

Tenders are to be lodged in the Tender Box at the City of Bayswater Civic Centre, 61 Broun Ave Morley WA 6062 by the above stated closing date and time.

CONTENTS PAGE

INTRODUCTION...... 1 1.1 Background to the Principal...... 1 1.2 Conditions of Tendering...... 1 1.2.1 Tender lodgement...... 1 1.2.2 Late tenders cannot be accepted...... 1 1.2.3 Authorised Contact Person...... 1 1.2.4 Alternative Contact Person...... 1 1.2.5 Pre qualification requirements...... 1 1.2.6 In-house bids do not apply...... 1 1.2.7 Evaluation process...... 1 1.2.8 Selection criteria...... 1 1.2.9 Mandatory information...... 1 1.2.10 Qualitative criteria...... 1 1.2.11 Price or rate considerations...... 1 1.2.12 GST and sundry charges...... 1 1.2.13 Policies and procedures that may affect the selection...... 1 1.2.14 Disclosure of Contract Information...... 1 1.2.15 Alternative tenders...... 1 1.2.16 Tender validity period...... 1 1.2.17 Tenderers to be informed...... 1 1.2.18 Alterations to the Scope or Specification...... 1 1.2.19 Risk Assessment...... 1 1.2.20 Ownership of Tenders...... 1 1.2.21 Canvassing of Officials...... 1 1.2.22 Identity of the Tenderer...... 1 1.2.23 Public tender opening...... 1 1.2.24 Commercial in Confidence disclosure...... 1 1.2.25 Clarification of shortlisted tenderers...... 1 1.3 General Conditions of Contract...... 1

SELECTION PROCESS...... 1 2.1 Selection Process...... 1 2.2 Mandatory Requirements...... 1

These Bills of Quantities form part of the Contract for the purpose of assessing the value of progress payments and variations and for no other purpose...... 1 i

Request for Tender (Minor Works) a) LUMP SUM FOR PRELIMINARIES & CLOSURE WORKS...... 1 b) LUMP SUM FOR SEPARABLE PORTION A...... 1 c) LUMP SUM FOR SEPARABLE PORTION C...... 1

3.1 SPECIAL CONDITIONS...... 1 1.3.1 Construction Management Plan...... 1 1.3.2 Asbestos Management Plan...... 1 1.3.3 Occupational Health, Safety & Environment Management Plan...... 1 2.8.1 Operations...... 1 2.8.2 Explosives...... 1 2.9.1 Truck Routes & Traffic...... 1 2.9.2 Delivery...... 1 2.9.3 Storage...... 1 3.3.1 Earthworks...... 1 3.3.2 Excavation & Backfill...... 1 3.3.3 Re-use of Existing Stone Pitching & Rubble...... 1 3.3.4 Vegetation Removal & Replanting...... 1 3.3.5 Geotextile Filter Layer...... 1 3.3.6 Placing Bedding Layer...... 1 3.3.7 Placing Armour...... 1 3.3.8 Rate of Placing...... 1 3.3.9 Placing Sand Fill...... 1 3.3.10 Concrete Mortar...... 1 3.3.11 Placing Topsoil & BG Slabs...... 1 4.1.1 Armour Rock Samples...... 1

ii

Request for Tender (Minor Works) SECTION ONE - TENDERING INFORMATION

INTRODUCTION

1.1 Background to the Principal The City of Bayswater (‘the Principal’) is a metropolitan local government entity located eight kilometres east of the Perth CBD with approximately 58,000 residents within four wards that cover the suburbs of Morley, Bayswater, Noranda, Embleton, Maylands and a small part of Mt Lawley. The Principal carries out general maintenance of parks, reserves and public open spaces in-house and provides its own support services such as fleet management and building maintenance. Major maintenance and capital works projects are contracted out in accordance with the Local Government Act and the (Functions and General) Regulations 1996.

The Principal now has a requirement the construction of a rock revetment at the Bath Street Reserve as well as backfilling repairs to the existing sheet pile wall to prevent further erosion of the river foreshore.

1.2 Conditions of Tendering 1.2.1 Tender lodgement The Tender must be lodged in the Tender Box at the City of Bayswater Civic Centre, 61 Broun Avenue Morley WA 6062 prior to the closing time. The tender must be placed in a sealed envelope, clearly marked with the tender number and title. Two sets of documents should be submitted, one original marked accordingly, the other a copy, marked according.

Electronic mail Tenders and Tenders submitted by facsimile will not be accepted.

1.2.2 Late tenders cannot be accepted. The deadline for this tender is 4.00 p.m. on 10 of August 2012.

Late tenders cannot be accepted.

1.2.3 Authorised Contact Person Tenderer shall not act or rely on information provided by any person in relation to this tender other than, or as expressly authorised by the person nominated below: Name: Jeremy Maher Title: Environmental Coordinator Telephone: 08 9272 0692 Facsimile: 08 9272 0665 E-mail: [email protected]

1.2.4 Alternative Contact Person In the event of absence of the above person, queries should be directed to: Name: Not applicable.

1.2.5 Pre qualification requirements There are no pre-qualification requirements for this Tender.

1

Request for Tender (Minor Works) 1.2.6 In-house bids do not apply The City of Bayswater is not competitively tendering for this service.

1.2.7 Evaluation process Tenders will be evaluated using information provided in your Tender. The following evaluation methodology will be used in respect of this Request: (a) Tenders are checked for completeness and compliance. Tenders that do not contain all information requested in the Form of Tender and Schedules may be excluded from evaluation. (b) Tenders are assessed against the Selection Criteria. Tender prices are evaluated, including application of the unit prices against estimated quantities. (c) The most suitable Tenderers may be short listed and may also be required to clarify their Tender, attend pre-award meetings or demonstrate their experience and ability at constructing rock revetment structures in marine and or riverine conditions. Referees may also be contacted prior to the selection of the successful Tenderer.

1.2.8 Selection criteria A scoring system will be used in the assessment of the qualitative criteria. Unless otherwise stated, a Tender that provides all the information requested will be assessed as satisfactory. The extent to which a Tender demonstrates greater satisfaction of each of these criteria will result in the actual score. The aggregate score of each Tender will then be applied to final assessment.

1.2.9 Mandatory information The mandatory information will not be point scored. Each Tender will be assessed on a Yes/No basis as to whether the requirement is satisfactorily met. An assessment of “No” against any mandatory requirement may eliminate the Tender from consideration.

1.2.10 Qualitative criteria In determining the most advantageous Tender, the Evaluation Panel will score each Tenderer against the qualitative criteria as detailed within this document. Each criterion will be weighted to indicate the relative degree of importance that the Principal places on it. It is essential that Tenderers address each qualitative criterion. Information that you provide addressing each qualitative criterion will be point scored by the Evaluation Panel using structured worksheets. Failure to provide the specified information may result in elimination from the tender evaluation process or a low score.

1.2.11 Price or rate considerations The Tender containing the lowest prices or rates will not necessarily be accepted, nor will the Tender ranked the highest on the qualitative criteria.

1.2.12 GST and sundry charges The price or rate schedule must clearly show GST as a separate amount. Tender prices must include all applicable levies, duties, taxes and charges. Any charge not stated in the Tender, as being additional will not be allowed as a charge for any transaction under any resultant Contract.

2

Request for Tender (Minor Works) 1.2.13 Policies and procedures that may affect the selection The City has a Policy requiring that any firm with an association to any serving Councillor declare that interest. If you require clarification of the definition of “Association” you are advised to contact the Authorised Contact Officer for guidance.

1.2.14 Disclosure of Contract Information Documents and other information relevant to the contract may be disclosed when required by law under the Freedom of Information Act 1992 or under a Court order. All Tenderers will be given particulars of the successful Tenderer(s) or advising that no Tender was accepted.

1.2.15 Alternative tenders All Alternative Tenders must be accompanied by a conforming Tender. Tenders submitted as Alternative Tenders or made subject to conditions other than the General and Special Conditions of Contract must in all cases arising be clearly marked “ALTERNATIVE TENDER”. The Principal may in its absolute discretion reject any Alternative Tender as invalid.

1.2.16 Tender validity period All Tenders will remain valid and open for acceptance for a minimum period of ninety (90) days from the Deadline or forty-five (45) days from the Council’s resolution for determining the Tender, whichever is the later unless extended on mutual agreement between the Principal and the Tenderer in writing.

1.2.17 Tenderers to be informed Tenderers will be deemed to have: 1. examined the Request and any other information available in writing to Tenderers for the purpose of tendering; 2. examined all further information relevant to the risks, contingencies, and other circumstances having an effect on their Tender which is obtainable by the making of reasonable enquires; 3. satisfied themselves as to the correctness and sufficiency of their Tenders including tendered prices which will be deemed to cover the cost of complying with all the Conditions of Tendering and of all matters and things necessary for the due and proper performance and completion of the contract; 4. acknowledged that the Principal may enter into negotiations with a chosen Tenderer and that negotiations are to be carried out in good faith; and 5. satisfied themselves they have a full set of the Request documents and all relevant attachments.

1.2.18 Alterations to the Scope or Specification The Principal will issue an addendum to all registered tenderers where matters of significance make it necessary to amend or supplement the issued request documents before the deadline. Tenderers must acknowledge receipt of the addendum.

1.2.19 Risk Assessment The Principal may have access to and give consideration to any risk assessment undertaken by Dun and Bradstreet or any other credit rating agency and any information produced by a bank, financial institution, or accountant of a Tenderer so as to assess that tender and may consider such materials in the tender assessment.

3

Request for Tender (Minor Works) 1.2.20 Ownership of Tenders All documents, materials, articles and information submitted by the Tenderer as part of or in support of a tender will become upon submission the absolute property of the Principal and will not be returned to the Tenderer at the conclusion of the tender process provided that the Tenderer be entitled to retain copyright and other intellectual property rights therein, unless otherwise provided by the contract.

1.2.21 Canvassing of Officials If a Tenderer, whether personally or by an agent, canvasses any of the Principal’s Councillors or Officers with a view to influencing the acceptance of any tender made by it or any other Tenderer, then regardless of such canvassing having any influence on the acceptance of such tender, the Principal may at its absolute discretion omit the Tenderer from consideration. 1.2.22 Identity of the Tenderer The identity of the Tenderer must be clear, and will be taken to be the person, persons, corporation or corporations named as the Tenderer in the Form of Tender. Upon acceptance of the Tender, the Tenderer will be referred to as the Contractor.

1.2.23 Public tender opening Tenders will be opened in the Principal’s offices, immediately following the advertised deadline. All Tenderers and members of the public may attend or be represented at the opening of Tenders. The names of the persons who submitted a Tender by the due deadline will be read out at the tender opening. No discussions will be entered into between Tenderers and the Principal’s officers present or otherwise, concerning the Tenders submitted.

1.2.24 Commercial in Confidence disclosure Tenderers should be aware that the Principal includes non-confidential tender evaluation reports in its monthly Minutes which are available on the City of Bayswater website. The intent of such disclosure is to show transparency in the evaluation process. If any Tenderer wishes to have specific information withheld from public disclosure on the grounds of “commercial in confidence” a clear statement to that effect must be included in the tender submission.

1.2.25 Clarification of shortlisted tenderers Shortlisted Tenderers may be required to attend meetings, make presentations or demonstrate the vehicle being tendered prior to the award of the Contract. The costs of all such presentations or demonstrations shall be borne by the tenderer.

1.3 General Conditions of Contract

Any subsequent Contract will be subject to the City of Bayswater General Contracts of Contract for Minor Works (issued separately) and the Special Conditions of Contract (Refer to Section Three).

In the event of there being any conflict or inconsistency between the Special Conditions in this Request and those in the General Conditions of Contract, the Special Conditions will have precedence.

The General Conditions of Tendering, General Conditions of Contract and any Special Conditions must be agreed to by completing the Acknowledgement in the Form of Tender. If all Conditions are agreed to, the tender submission will be treated as ‘unqualified’. If any of the Conditions are NOT agreed to, the tender response may be assessed as “qualified’ any contract award may be subject to final agreement on the conflicting clauses.

4

Request for Tender (Minor Works) SELECTION PROCESS

2.1 Selection Process The selection will be based on a total score that includes prices or rates as well as the qualitative criteria shown below: Prices/Schedule of Rates/Fees [ 60 ] %

Qualitative criteria: Demonstrated understanding of the requirements [ 15 ] % Experience, resources and track record on similar projects [ 25 ] %

2.2 Mandatory Requirements The evaluation against the qualitative criteria will only proceed if the following requirements have been met: 1. Form of Tender is completed and signed and/or Common Seal affixed. 2. Schedule of Prices/Rates is completed. 3. Evidence of adequate and appropriate insurance is provided. 4. All other Schedules 2 – 6 relating to resources, experience, sub-contractors, licence and permit details are completed. 5. Attendance at the mandatory site inspection at 2:00 pm on 27 of July 2012. Officers from the City of Bayswater and Swan River Trust will be in attendance as will a project engineer from M P Rogers & Associates.

5

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SECTION TWO – TENDER SCHEDULES SCHEDULE 1 - FORM OF TENDER

To: The Chief Executive Officer City of Bayswater PO Box 467 Morley WA 6943

I/We(circle):______of: ______GST Status______ABN/ACN ______Trading as ______Telephone No: ______Facsimile No: ______E-mail:______

In response to the Request for Tender No. 6-2012 for construction of rock revetment and repairs to existing sheet pile wall I/We agree that I am/We are (circle) bound by, and will comply with this tender request and the associated Schedules and Specification and drawings Rev A. The tender is valid up to thirty (30) calendar days from the date of the tender closing or forty-five (45) days from Council’s resolution for determining the tender, whichever is the later unless extended on mutual agreement between the City and the Tenderer in writing. I/We (circle) agree that there shall be no cost payable by the City towards the preparation or submission of this tender irrespective of its outcome. The tendered consideration is as provided under the Schedule of Prices in the prescribed format and submitted with this tender. I/We (circle) have read and agree to the City of Bayswater’s General Conditions of Tendering (issued separately) and the Special Conditions included in the tender documents. Furthermore, I/We (Circle) confirm that I/We have the financial capacity to complete the requirements of the Tender, and agree to provide a financial reference (bank or Accountant) verifying Our/My financial capacity to carry out the tender requirements.

Dated this: ______day of month year

Authorised Signatory: ______

Witness Signature: ______

Name of witness: ______

Position:______

6

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SCHEDULE 2 - CAPACITY TO TENDER:

2.1. Are you acting as an agent or trustee for another person or persons?

(Yes / No) If yes, provide details. ______

2.2. Are you tendering jointly or in association with another person or persons?

(Yes / No) If yes, provide details. ______

2.3. Have you engaged, or intend to engage, another person or persons as a subcontractor in connection with the supply of the performance of the proposed Contract?

(Yes / No) If yes, show details on the Schedule at Part Two.

2.4. Have you or any person intending to perform the requirements of the proposed Contract been convicted of a criminal offence that is punishable by imprisonment or detention?

(Yes /No) If yes, provide details. ______

2.5. Are you submitting the Tender on behalf of a tertiary institution or statutory or Government body (including a Public Authority) (Yes / No) If yes, does your submission meet the Competitive Neutrality requirements in the General Conditions of Tendering? (Yes/No).

2.6. Do you have any actual, potential or perceived Conflict of interest in relation to the performance of the proposed Contract (note: any association with a past or currently serving Councillor does not preclude you from tendering, but must be declared) (Yes / No)

If yes, give details of the conflict ______

2.7. Declaration on Collusive Tendering:

I/We declare that we have not engaged or participated in any of the following:

2.7.1 Any agreement between Tenderers as to who will be successful 2.7.2 Any meeting between Tenderers to discuss the tender without the presence of an authorised Council officer 2.7.3 Any exchange of information about the tender between Tenderers 2.7.4 Any agreement between Tenderers for payment of money or reward to unsuccessful Tenderers by the successful Tenderer 2.7.5 Any agreement between tenderers to fix prices or conditions of the Tender 2.7.6 Any discussion with another Tenderer for the purpose of submitting a Cover Tender i.e. a tender deliberately priced so as not to win but to make another Tender appear more competitive. 2.8 Conformance to scope of work, specification and Conditions:

My/Our Tender conforms to the requirements in all aspects Yes/No

If No, My/Our tender conforms to the requirements in every respect except for the following

Departures/ Qualifications :______

______

______

7

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

______

8

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SCHEDULE 3 - ASSESSMENT CRITERIA The City will, in its final assessment, consider the extent to which the Tender satisfies the qualitative requirements. The City reserves the right to reject any Tender that does not properly address and satisfy any of the Qualitative Requirements. The Qualitative Requirements are weighted according to their relevance and importance to the performance requirements of the proposed contract. The weighting for each Requirement is shown below. The remaining 70% of the assessment criteria is based on the Prices/Schedule of Rates/Fees for the Works. a) SUITABILITY OF PROPOSED METHODOLOGY (15% WEIGHTING)

Provide an outline of your proposed methodology and approach.

TENDERER TO COMPLETE:

9

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

a) INDUSTRY EXPERIENCE (15% WEIGHTING)

(i) Provide details of similar contracts completed for other clients, including a brief description of the work, similarities between the previous contract and this Tender, when each contract was completed and whether the outcomes were successful.

(ii) Provide a minimum of three [3] referees in respect of the contracts detailed above. Referee details must include: (A) the referee’s name and position; (B) company name; (C) the contact telephone number; and (D) the contract or project title. TENDERER TO COMPLETE:

10

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

11

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SCHEDULE 4 – INSURANCE, PERMITS AND LICENCES

The Tenderer must have the insurance cover shown below, and any necessary permits and licences to carry out the work.

DECLARATION:

I/We meet the mandatory requirements for insurance, permits and licences to carry out the requirements of the proposed Contract (Yes / No)

Authorised Signatory ______If yes, show the details below.

Copies of the documents evidencing the requirements must be provided to the City on award of the Contract. Insurer ABN Policy Insured Expiry Exclusions, if No Amount Date any Public Liability Insurance

Workers’ Compensation including common law liability of $50 million (unless a Sole trader)

12

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

DETAILS OF SUBCONTRACTORS:

Include names and licence/permit details of all subcontractors as applicable. The Sub-Contractors will hereinafter be referred to as the Nominated Subcontractors.

NOTE: Any changes to Nominated Subcontractors shall be advised to the City prior to the works commencing. The City reserves the right not to accept a substitute subcontractor that does not have the required qualifications, licences or permits for the work.

13

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SCHEDULE 5 - PRICES/RATES The following schedules are Lump Sum Bills of Quantities to construct Separable Portions A and C at Bath St Reserve. All items in the Bill of Quantities shall be priced and extended by the Tenderer and the prices shall, on addition, equal the Lump Sum accepted by the City for the execution of the Work to which the Bill relates. The rates and prices entered shall include fully for all obligations of the Tenderer under the Contract.

These Bills of Quantities form part of the Contract for the purpose of assessing the value of progress payments and variations and for no other purpose. a) LUMP SUM FOR PRELIMINARIES & CLOSURE WORKS Item Unit Quantity Rate Amount (in place) ($/Unit) ($ ex GST)

1. Mobilisation item 1

2. Prepare Construction, OHS&E item 1 & Asbestos Management Plans

3. Establish site access item 1

4. Establish temporary fencing to item 1 prevent public access

5. Site cleanup item 1

6. Demobilisation item 1 Sub-total Lump Sum for Preliminaries & Closure Works $ GST $ TOTAL LUMP SUM FOR PRELIMINARIES & CLOSURE WORKS $ (inclusive of GST)

14

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION b) LUMP SUM FOR SEPARABLE PORTION A Item Unit Quantity Rate Amount (in place) ($/Unit) ($ ex GST)

3 1. Remove rubble & stone pitching m & sort for re-use in the revetment

2. Remove & replant sedges & item maintain in good health for a minimum of 2 months

3 3. Excavate natural surface level m to permit construction of revetment

3 4. Supply, place & compact sand m fill in voids to permit construction of revetment

2 5. Supply & place geotextile filter m layer

3 6. Supply & place limestone m bedding layer

7. Supply & place limestone tonnes armour

3 8. Supply & place topsoil m

9. Supply & place BG slabs item

10.Construct temporary revetment item 1 tie-in Sub-total Lump Sum for Separable Portion A $ GST $ TOTAL LUMP SUM FOR SEPARABLE PORTION A (inclusive of GST) $

15

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION c) LUMP SUM FOR SEPARABLE PORTION C Item Unit Quantity Rate Amount (in place) ($/Unit) ($ ex GST)

3 1. Excavate natural surface level m to permit construction of revetment

3 2. Supply, place & compact sand m fill in voids to permit construction of revetment

2 3. Supply & place geotextile filter m layer over asbestos sheet pile wall

3 4. Supply & place limestone m bedding layer

5. Supply & place limestone tonnes armour

3 6. Supply & place topsoil m

7. Supply & place BG slabs item

8. Construct temporary revetment item 1 tie-in Sub-total Lump Sum Tender for Separable Portion C $ GST $ TOTAL LUMP SUM FOR SEPARABLE PORTION C (inclusive of GST) $

16

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

The following is a Schedule of Rates to complete repairs to Separable Portion B at Bath St Reserve. The rates and prices entered shall include fully for all obligations of the Tenderer under the Contract. This Schedule of Rates form part of the Contract for the purpose of assessing the value of progress payments and variations and for no other purpose. d) SCHEDULE OF RATES FOR REPAIRS TO SEPARABLE PORTION B Item Unit Quantity Rate Amount (in place) ($/Unit) ($ ex GST)

9. Supply & place Geotextile m² Fabric in voids behind Existing Asbestos Sheet Pile Wall in Separable Portion B

10.Supply & place backfill in voids m³ behind Existing Asbestos Sheet Pile Wall in Separable Portion B Sub-total for Repairs in Separable Portion B $ GST $ TOTAL FOR REPAIRS IN SEPARABLE PORTION B (inclusive of GST) $

17

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SCHEDULE SIX - OCCUPATIONAL HEALTH AND SAFETY CHECKLIST Please complete and return the following occupational health and safety checklist. 3.1 Do you have a documented OH & S management system Yes No including OH & S policy? 3.2 Are OH & S responsibilities clearly defined for all levels of Yes No Management and Staff? 3.3. Do you have a documented method of reporting and Yes No investigating hazards, incidents and accidents? 3.4 Do you have a process for regularly inspecting and maintaining plant and identifying the hazards associated with operating the Yes No plant? If yes, attach a copy of the process. 3.5 Will workers to be engaged on the proposed contract have access to Material safety data Sheets (MSDS) for all chemicals Yes No and hazardous substances? 3.6 Do you agree to provide a Safe Work method Statement Yes No specific to the project? 3.7 Does the work involve use of power tools or application of Yes No chemicals? 3.8 If the answered ‘yes’ to 3.8, will workers have access to emergency treatment and first aid such as wash down shower, Yes No eye bath or other appropriate treatment? 3.9 Does the work involve any excavation Yes No 3.10 Do you intend to provide suitable personal protective Yes No equipment (PPE) for your workers? 3.11. Do you have workplace health and safety committees with elected employee representatives? [applies to companies Yes No employing more than 30 people] 3.12. Have you been issued a workplace Improvement Notice or prohibition Notice by Worksafe WA within the last five years? Yes No If Yes, give details ______

3.13. Has your company ever been prosecuted for a workplace Yes No offence? If yes, give details ______

3.14. Will any aspect of the work require working in isolation? Yes No

18

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SCHEDULE 7 - WORKS PROGRAM

A program of work in the form of a bar (Gantt) chart should be provided to show sequencing of the main activities required to perform the whole of the works.

The program should clearly show the significant stages of work, hold points and any approvals required of others. A separate program is required for any separable portions.

TENDERER TO COMPLETE (ATTACH SEPARATE SHEET AS REQUIRED):

19

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

20

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS SECTION

SCHEDULE 8 – PROJECT REFERENCES

Provide a summary of four similar projects completed in the last three years, including contact details.

Contract Sum Contact person & Project Description Dates ($) Contact Details

21

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

SECTION THREE - CONDITIONS OF CONTRACT

3.1 SPECIAL CONDITIONS 1. Period of contract & Termination The Contract will commence following resolution by the City Council and is subject to formal notice by way of a Letter of Award and Formal Instrument of Agreement and will cease on expiration of the warranty period, subject to all installation and adjustments being carried out to the satisfaction of the Project Superintendent. 2. Occupation of Site The Contractor shall occupy only such portions of the site as are necessary for carrying out the works. Disruption to traffic flow shall be kept to an absolute minimum all to the satisfaction of the Superintendent. All parked vehicles are to abide by the City’s parking regulations and the Road Traffic Act. Every care must be taken to preserve and avoid damage to fences, roadways, kerbs, paths, other street hardware/fittings, verge landscaping/reticulation and lawns. Any repairs or reinstatements to any Public Utility Services, City assets including footpaths and verges and private property must be promptly carried out to the satisfaction of the Superintendent and if not, the work will be carried out by the City and costs thereof will be deducted from payments due to the Contractor. 3. Site Clean Up Upon completion of each day’s work, all debris on road verges or pavements shall be removed and the area left clean. The Contractor shall not leave any debris over night. The Superintendent reserves the right to order immediate remedial work if the site is not cleared accordingly.

4. Occupational Health and Safety (a) Drug and Alcohol Policy The City has a Drug and Alcohol policy for its staff, and Contractors are expected to abide by this as well. The Contractor shall ensure that its employees and sub- contractors are not affected by illicit drugs or alcohol when performing work or on site generally. The Contractor shall have a management procedure in place for operation of machinery in accordance with the safety recommendations of any medications prescribed to the operators of such machinery while on site.

(b) Personal Protective Equipment (PPE) Workers shall at all time wear appropriate personal protective equipment and unless otherwise stated, it shall be the responsibility of the Contractor to either issue the PPE or otherwise ensure that workers have the appropriate PPE before commencing work.

(c) Risk assessment The responses given in the Occupational Health and Safety Checklist (2.6) will be used by the Principal to determine the risk rating for the type of work. The Contractor will be required to develop a Safe Work Method Statements (SWMS) for work rated as HIGH RISK.

5. Security, Retention and Performance Undertakings Contract payments shall be subject to retention of 5 percent of the Contract Sum as Security to cover the Defects Liability Period, except where the Principal agrees to consider a Bank Guarantee in lieu of the retention amount. The Bank Guarantee shall be issued in the State of Western Australia and stamped by the Western Australian State Taxation Department. Security will be reduced during the defects liability period to two and a half per centum (2.5%) of the contract sum .

22

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

12. Temporary protection of the site The Contractor shall secure the site at the end of the working day by using temporary barriers to prevent access to the site. All trip hazards or obstructions shall be clearly marked by bunting, safety cones or other high visibility markers. Where pedestrian access must be maintained during the course of work, the Contractor shall provide such barriers and temporary walkways as to permit safe pedestrian/ prevent access through the work site by members of the public.

13. Construction Program The construction program shall be set out, in a manner to the satisfaction of the Superintendent, to show the dates by which or the times within which, the various stages or parts of the work under the Contract are to be executed or completed and hold points. The program should allow for any rescheduling during the course of the Contract by the [Project Officer/Superintendent/Coordinator]

14. Site Meetings The Contractor shall, throughout the duration of the Contract, be available for site meetings from time to time as may be required from time to time between the Contractor, nominated sub- contractors and the Superintendent.

15. Working Hours The work under the contract shall only be during the following hours, or as otherwise approved by the Superintendent

Monday – Friday: 7.30am – 5.30pm Saturday: 8.00am – 5.00pm Sundays and Public Holidays: Nil

17. Identification and protection of existing services The Contractor shall carry out all investigations necessary including the ‘Dial Before You Dig’ one call service to detect all services on site, mark the locations and take all necessary action to protect the services during the work.

20. Contract (Constructive) variations Any variations to the constructive nature of the contract shall only be carried out by the Contractor by prior written direction of Superintendent and the Superintendent shall, as soon as possible, price each variation using the following order of precedence:

a. the applicable rates or prices in the contract;

b. other priced bill of quantities, schedule of rates or schedule of prices, based on generally accepted industry rates

That price shall be added to or deducted from the contract sum.

21. Quantum Meruit claims Claims for additional goods, materials or services to what is specified on the Schedule will only be considered by the Principal where a formal claim for reimbursement of costs is lodged by the Contractor and where such additions are due to circumstance outside the control of the Contractor or prior instruction by the Principal.

23

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

22. Site amenities Where amenities exist, they shall be made available by the Principal to the Contractor for the duration of the works and must be maintained in a tidy condition. Where no such amenities exist the Contractor shall provide appropriate toilets, water, electricity, lunch room facilities and rubbish disposal.

23. Latent conditions Claims for latent conditions will only be considered where the physical condition or risks associated with the contract cannot be reasonably foreseen. Claims will not be accepted from the Contractor for extra costs associated with conditions that would have been revealed through reasonable enquiry.

24. Extension of Time for Delays (a) Delays caused by the Principal Reasonable claims for delays caused by the Principal will be considered subject to written evidence of the additional costs incurred by the Contractor for such delays. (b) Delays caused by the Contractor The Principal shall have discretion on whether or not to approval an extension of time for delays caused for reasons within the control of the Contractor. (c) Force majeure delays In the event of delays outside the control of either party (“acts of god”), both parties shall be released from exposure to claims by the other party on the basis that the delay cannot be fairly attributed to the other party. In such an event, the Contractor shall endeavour to complete the work as soon as practicable under the circumstances and both parties shall negotiate in good faith to achieve a fair outcome for any additional costs that arise as a result.

25. Practical Completion Practical Completion shall be 10 weeks after Award of Contract.

At the point at which all work is complete other than minor defects and omissions which do not prevent the works being used for their intended purposes, and all other requirements of the contract have been carried out including provision of “as constructed” drawings in the required format and including all changes made during the construction from the original design drawings, and all testing and commissioning has been carried out to the satisfaction of the Superintendent and any compliance certification has been obtained (fire detection systems and so on), the Superintendent shall do a final inspection, noting that all site reinstatement has been done and a general clean up has been carried out. If the contract is subject to retention, the Superintendent shall then direct that the agreed percentage of the retention amount (generally half of or as set out in the Annexure or Special Conditions) be returned to the Contractor, subject to any adjustment for defects liability. A Certificate of Practical Completion shall be issued to the Contractor by the Superintendent no later than 14 days from the date of the final inspection. The balance of the retention shall be returned to the Contractor at Final Completion.

26. Defects liability period Where the contract includes a Defects Liability Period of 12 months from Practical Completion as set out in the Annexure or Special Conditions, the Contractor shall be required to rectify any defects as directed by, and to the satisfaction of the Superintendent. The direction by the Superintendent shall be by way of a written notice to the Contractor setting out the details of the identified defect and also setting out the date required for response, which shall be reasonable. Where the Contractor is given written notice to carry out any defect rectification, and fails to

24

Request for Tender (Minor Works) READ AND KEEP THIS SECTION respond in such reasonable time as set out in the notice, the Superintendent shall organise for the repairs to be carried out by another party and the equivalent value withheld for the retention amount.

27. Final certificate of completion After the period of defects liability (usually 12 months) has passed, the Superintendent will do a final inspection and if satisfied that no further remedial work is required, shall issue a final certificate and direct that the balance of retention monies be refunded to the contractor.

Once the final certificate is issued, the relationship between Contractor and Principal shall effectively be at an end, and no further payment claims shall be made by the Contractor and no further rectification claims shall be made by the Principal.

25

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

SECTION FOUR – SCOPE AND SPECIFICATION 1. Preliminaries 1.1 Description of Works The Works generally involve the construction of a rock armour Revetment to protect infrastructure at Bath Street Reserve, Bayswater, Western Australia. Specifically, the Works shall consist of the following:  Creation and implementation of appropriate Construction, Asbestos and Occupational Health, S afety and Environmental Management Plans;

 Removal and reuse of existing stone pitched rock;

 Minor backfilling repairs to the Existing Asbestos Sheet Pile Wall under Separable Portion B;

 Construction of approximately 70 m of rock armour Revetment under separable portions A and C; and

 Such other work as shown on the Drawings or included in the Specification.

The Works are to include all operations, plant, labour, materials, survey, supervision and everything else required to complete the whole of the Works as described in this Specification, shown on the Drawings or additional works as instructed by the Superintendent. 1.2 Drawings Unless otherwise stated, all measurements of all parts of the Works are to be performed in accordance with Australian Standard (AS) 1181 - 1982, Method of Measurement of Civil Engineering Works and Associated Building Works. Figured dimensions on Drawings shall be used in preference to measurement by scale. Larger scale Drawings shall be read in preference to smaller scale drawings. The Contractor shall check all dimensions on site prior to commencement of construction. The Contractor shall make good at his own expense any defect due to a discrepancy which has not been brought to the notice of the Superintendent for clarification. 1.3 Management Plans 1.3.1 Construction Management Plan The Contractor shall prepare a comprehensive Construction Management Plan dealing with all aspects of the construction. This shall include but not be limited to the following:  On-site storage and bunding of materials, equipment, chemicals and fuel (including an aerial ph otograph with locations marked);

 Public access and safety;

 Site access;

 Excavation and any stockpiling of soil;

 Dust suppression;

 Waste management;

26

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

 Protection of existing vegetation;

 Temporary structures;

 Machinery;

 Protection of the Waterway from inputs of deleterious matter;

 Sediment and turbidity management in the river;

 Inspection and reporting schedule on sedimentation and turbidity;

 Complaints and incidents;

 Noise & Vibration;

 Hours of operation;

 Traffic & Haul Routes;

 Quality Systems and Control; and

 Construction Sequencing.

Where relevant the plan should also include timeframes and responsibility for tasks identified. The Construction Management Plan shall incorporate the requirements of the OHS&E Management Plan. The Contractor shall arrange its operations and shall provide silencing equipment to its plant at its own expense to satisfy the requirements of the Local Authority Health Department, as currently assessed, in relation to the sound level arising from the Contractor's operations near the boundaries of existing occupied properties. The Contractor is to arrange for all traffic management requirements (including the establishment, submission and approval of a Traffic Management Plan if required) to the satisfaction of the Superintendent, City of Bayswater and Main Roads WA. 1.3.2 Asbestos Management Plan A vertical Asbestos Sheet Pile Wall exists along the foreshore at Bath Street Reserve, as shown on the Drawings. The Contractor shall plan and execute the Works in such a manner that avoids any damage to this Asbestos Wall. The intent of the Works is to cover the Asbestos Wall with geotextile and construct the revetment over the wall. However, the Contractor shall submit an Asbestos Management Plan (AMP) outlining the handling, disposal of any asbestos material that may be damaged or broken off in the Works. The contractor shall liaise with the Department of Environment and Conservation regarding the development of the AMP to expedite the AMP preparation process. The AMP shall be prepared and approved by the Superintendent prior to any Site works. 1.3.3 Occupational Health, Safety & Environment Management Plan The Principal has a zero tolerance policy on OHS&E. The Contractor is to provide an OHS&EMP in accordance with legislative requirements prior to commencement of work. The OHS&EMP shall be prepared and approved by the Superintendent prior to any Site works. No refuelling shall take place within the Swan River Trust Development Control Area. The Contractor shall minimise the creation of turbid plumes during the rock revetment Works. The Contractor shall place a serviceable silt curtain around the Site for the full duration of the Works to prevent turbid plumes entering the Swan River. The Contractor

27

Request for Tender (Minor Works) READ AND KEEP THIS SECTION shall allow for the installation, maintenance and removal of this silt curtain within the Contract Sum. The Contractor shall include details of the proposed silt curtain within the OHS&EMP. 1.4 Existing Services & Infrastructure The Contractor shall establish the location of all existing services on the Site. In particular, the Contractor shall contact the Dial Before You Dig service and enquire about existing services and infrastructure on the Site. The Site contains a number of public infrastructures, including but not limited to:  A piled wooden Jetty.

 Limestone Retaining Walls.

 Asbestos Sheet Pile Wall.

 Footpaths.

 Reticulation.

The Contractor shall plan and execute the Works in such a manner that avoids any damage or disruption to the jetty, retaining wall, reticulation and all other existing services and infrastructure on the Site. The Contractor shall repair any damage to any working services or infrastructure on the Site. The cost of such repair works is deemed to be included in the Contract Sum. 1.5 Site Access The Contractor shall erect and maintain all fences, gates, barriers and signs required to control public access to the Site. The Contractor shall be fully responsible for safety on the Site for the full duration of the Works. The Contractor shall access the site between the Peppermint Tree and the retaining wall in the south of the Site, as indicated on the Drawings. The Contractor shall prune the Peppermint Tree as directed by the Superintendent, the City of Bayswater and the Swan River Trust. The Contractor shall include all costs associated with gaining site access in the Contract Sum. The Contractor shall confirm site access with the Superintendent and the City of Bayswater prior to the commencement of Works. The Contractor shall be provided with a Contractor’s Area, as generally indicated on the Drawings. The exact Contractor’s Area shall be confirmed on site with the Superintendent. The Contractor shall provide, maintain and exhibit such additional fences, barriers, signs and notices on and around the Contractor’s Area as may be required to make the area safe for the general public during the period of the Works. 1.6 Damage of Partially Completed Works The Contractor shall plan and execute the Works to minimise damage of partially completed Works due to the action of the river, boat traffic and storms. The Contractor shall repair all damage of partially completed Works by the action of the river, boat traffic and storms at no additional cost. 1.7 Interference with the Works The Contractor shall allow in its Tender for vandalism and interference during the course of the Works. 1.8 Set Out Surveys The Contractor is responsible for the set out of the Works and the maintenance of any additional temporary marks, offsets or lines necessary to construct the Works. All surveys 28

Request for Tender (Minor Works) READ AND KEEP THIS SECTION shall be undertaken by the Contractor using a qualified licensed or engineering surveyor with experience in rock revetment, groyne or breakwater construction. The Contractor shall set out the Works in accordance with the Drawings by pegging all the relevant Set Out Points for the new Revetment prior to commencement of excavation. The excavation shall not be commenced until the Superintendent has approved the Set Out survey work.

29

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

2. Quarry Materials 2.1 General The materials to be supplied, delivered and placed in the Works shall include the following:  Limestone Backfill Material;

 Limestone Armour;

 Limestone Bedding Layer; and

 Sand Fill.

2.2 Density and Strength of Rock All Limestone Backfill material, Armour rocks and Bedding Layer shall have a Saturated 3 Surface Dry Density of at least 2.0 tonnes/m and a Point Load Index Strength [IS (50)] of at least 0.7 MPa. 2.3 Backfill Material Backfill material for the repairs in Separable Portion B shall consist of individual hard, dense, angular Limestone quarry rocks broken out by explosives and of such strength that it will not break in handling and placing. Backfill material should be suitably graded limestone rubble, which shall have a maximum size of 100 mm. 2.4 Armour Armour rocks shall consist of individual hard, dense, angular Limestone quarry rocks broken out by explosives and of such strength that it will not break in handling and placing. Not more than 10% of the Armour rocks shall have the greatest dimension more than three times the least dimension. Armour rocks shall vary in mass from 0.3 tonnes minimum to 1.0 tonnes maximum. At least 50% of Armour rocks by number shall have a mass greater than 0.4 tonnes. 2.5 Bedding Layer The Bedding Layer shall consist of quarried, unweathered Limestone rocks of such strength that it will not break in handling and placing. Bedding Layer shall consist of a well graded run of quarry material with individual stones not exceeding 0.4 m diameter. 50 % shall be greater than 0.25 m in diameter. Not more than 20% by volume shall be less than 0.1 m in size. 2.6 Sand Fill Sand Fill shall be clean, free draining sand, totally free from organic material. Not more than 4% shall pass a 75 µm sieve. It shall be free from any large pieces of rock to the extent that it can be compacted with light ramming equipment to achieve the standards outlined in this specification. 2.7 Sources of Supply of Quarried Materials The Contractor shall make his own arrangements for opening up, verification of yields and quality and operation of all quarries and sand pits required for the completion of the Works whether they are on Crown Land or privately owned land. These arrangements shall include obtaining approvals or permits, payment of royalties, if required, and any other charges incidental to opening up, excavating, operating and winning from the quarries and sand pits including the rehabilitation, the construction, upgrading and maintenance of any access roads required between the quarries and pits and public roads. All such costs shall be deemed to be included in the prices submitted in the tender.

30

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

2.8 Quarry Operations 2.8.1 Operations In the operation of quarries, the Contractor shall comply with the Local Government Model By-Laws (Extractive Industries) No.9 to such extent as is required by the Local Authority and the relevant Western Australian Regulations for mines. 2.8.2 Explosives The location and design of explosives magazines, method of transporting explosives, use of explosives and in general the precautions taken to prevent accidents shall be in accordance with the relevant Western Australian Mining Regulations, Mining Safety and Inspection Regulations , Explosives and Dangerous Goods Act and Regulations and with the requirements of AS 2187, SAA Explosives Code. 2.9 Transport & Storage of Quarry Materials 2.9.1 Truck Routes & Traffic The Contractor shall make his own arrangements for the loading, delivery, unloading, temporary stockpiling and final delivery of all quarry and sand materials required for completion of the Works. These arrangements shall include the payment of all charges and obtaining of approvals and permits from the relevant Authorities associated with the maintenance of public roads and haul roads between the quarry and the Works. The Contractor shall be liable for any action arising from damage to public roads, which was caused by the Contractor’s use of those roads. The Contractor shall endeavour to minimise the disruption to the Bath Street Reserve area caused by truck traffic and other work activities, and is liable for any damage caused to roads and houses by truck traffic. The Contractor shall liaise with the Superintendent and the City of Bayswater to minimise the disruption to the surrounding areas. The Contractor shall obtain approval for the proposed truck routes from the Superintendent and the City of Bayswater. 2.9.2 Delivery Each truckload of quarry material shall consist of one class only. If in the opinion of the Superintendent any rock delivered to the site does not comply with the requirements of this specification and cannot be reclassified, the Superintendent will reject the load. Any load so rejected shall be removed from the site immediately. 2.9.3 Storage Quarry materials shall be stored in stockpiles, arranged in a manner that will prevent the intermixing of rock classes or fill of different types and contamination by other materials. The Contractor shall only stockpile material in the areas indicated on the Drawings or as directed by the Superintendent.

31

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

3. Method of Works & Placement 3.1 Staged Construction The Works have been split into three Separable Portions (A , B and C), as shown on the Drawings. The Works consist of the following in these Separable Portions:  Backfilling repairs to Existing Asbestos Wall in Separable Portion B;

 Construction of limestone Revetment in Separable Portion A; and

 Construction of limestone Revetment in Separable Portion C.

The Contractor shall construct a temporary revetment tie-in between Separable Portion A and B and between Separable Portion B and C to protect the side of the Revetment until the Revetment in Separable Portion B is constructed. The Contractor shall construct this temporary tie-in by wrapping armour around the bedding layer to the satisfaction of the Superintendent. 3.2 Minor Repairs To Separable Portion B A handful of voids are located at the rear of the Existing Asbestos Sheet Pile Wall in Separable Portion B. The Contractor shall repair these voids by backfilling as described below and instructed by the Superintendent. The extents of the repairs are to be confirmed on Site with the Superintendent prior to the commencement of any repair works. Where the voids behind the existing Asbestos Wall extend greater than 0.5 m in width, Elcomax 600R or an equivalent geotextile approved by the Superintendent shall be placed to line the void. The geotextile shall be placed against the inner face of the eroded section and bottom of the void to form a continuous barrier and prevent fines leaching through the existing wall. The minimum length of overlap between sheets shall be 1.0 m. The Contractor shall plan and execute the placement of the geotextile to ensure that it is not damaged in handling or placement. All damaged areas of filter cloth shall be repaired by replacement or by overlying the area with new filter cloth with a minimum overlap of 1.0 m from the damaged area. The fill used to backfill voids and depressions behind the existing wall should be suitably graded limestone rubble, which shall have a maximum size of 100 mm. The Contractor shall place the Backfill material in a planned and controlled manner and compaction of the material shall occur in layers no greater than 300 mm. Backfilling of voids and depressions with limestone shall be to the crest of the Existing Asbestos Wall and to the satisfaction of the Superintendent. Where the depression behind the Asbestos Wall is shallower than 150 mm below the crest of Asbestos Wall (after all vegetation and other unsuitable materials have been removed) the Contractor shall place and compact topsoil suitable for grassed areas in the depression. 3.3 Revetment Works in Separable Portions A & C 3.3.1 Earthworks There is no intent to remove excavated material from the Works site. Materials meeting this Technical Specification are to be re-used in the Revetment Works where appropriate. The Contractor shall sort and/or break any additional material for re-use in the Revetment Works. The costs associated with this sorting and breaking are to be included within the Contract Sum. 3.3.2 Excavation & Backfill The Contractor shall excavate the natural surface level to permit construction of the Revetment as shown on the Drawings. However, the Contractor shall take care when

32

Request for Tender (Minor Works) READ AND KEEP THIS SECTION excavating the natural surface to ensure only the minimum volume of material is disturbed to reduce the potential for the creation of Acid Sulphate Soils. Excavated material shall be stockpiled for re-use as fill material. The Contractor shall only stockpile material in the areas directed by the Superintendent. The Contractor shall backfill voids behind the existing Asbestos Wall to allow construction of the rock Revetment. Prior to any Sand Fill and/or Top Soil being brought onto the site, the Contractor shall demonstrate that all material is certified clean (as defined by the Department of Environment and Conservation’s Landfill Waste Classification and Waste Definitions 1996), uncontaminated, and free from rubble, weeds and disease. The costs to confirm the suitability and cleanliness of the Sand Fill and Top Soil are deemed to be included in the Contract Sum. 3.3.3 Re-use of Existing Stone Pitching & Rubble The Contractor shall remove and stockpile rock from the existing stone pitching and rubble pile, as indicated on the Drawings, to permit construction of the new Revetment. The Contractor shall only stockpile material in the areas directed by the Superintendent. The Contractor shall ensure that any rock to be re-used in the Works is stored in stockpiles, arranged in a manner that will prevent the intermixing of rock classes or fill of different types and contamination by other materials. The Contractor shall re-use the rock as Bedding Layer as directed by the Superintendent. 3.3.4 Vegetation Removal & Replanting The Contractor shall remove but not damage the native sedges located in the north of Bath Street Reserve. The Contractor shall inform the Superintendent 2 days prior to removing the sedges so that arrangements for replanting can be made. The Contractor shall maintain the native sedges in good health and replant the sedges within the City of Bayswater at the location instructed by the Superintendent. Once planted, the Contractor shall maintain the sedges in good health for up to 2 months or until the Superintendent and the City have confirmed otherwise. The cost of the revegetation works is deemed to be included in the Contract Sum. 3.3.5 Geotextile Filter Layer Elcomax 600R filter cloth or an equivalent approved by the Superintendent shall be placed as shown on the Drawings. The Contractor shall ensure the filter cloth is laid over the Asbestos Sheet Wall, to the satisfaction of the Superintendent. The minimum overlap between sheets shall be 1.0 m for the full length of the lap, after placement of quarry or other materials on top of the cloth. The Contractor shall plan and execute the placement of filter cloth to ensure that there is no damage to the filter cloth and that it forms a continuous barrier to prevent the leaching of fines from the material beneath. All damaged areas of filter cloth shall be repaired by overlaying the area with new filter cloth with minimum overlap of 1.0 m from the damaged area. The Contractor shall lay the filter fabric to the best recommendations of the manufacturer. 3.3.6 Placing Bedding Layer The Contractor shall deliver and place the Bedding Layer to the dimensions, lines, levels and slopes shown on the Drawings. The Bedding Layer material shall be constructed to the top level shown on the Drawings plus or minus 0.1 m and to the top widths shown on the Drawings plus or minus 0.1 m. The Contractor at no additional cost shall remove any Bedding Layer material placed beyond the specified limits. The Contractor shall exercise care in placing the Bedding Layer materials to stop tearing of the geotextile filter layer and damage to the Asbestos Sheet Wall. The Contractor shall exercise care in placing the Bedding Layer materials to the satisfaction of the

33

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

Superintendent to ensure that segregation does not occur. The Contractor shall if directed by the Superintendent replace such material, at no additional cost. Following completion of placement of a section, the Contractor shall survey the Bedding Layer for tolerance and submit the results to the Superintendent for review and approval. 3.3.7 Placing Armour The Contractor shall place the Armour generally in 2 layers to the dimensions, lines, levels and slopes shown on the Drawings. The Armour shall be placed such that crest level and armour thickness is to the design dimensions shown on the drawings plus 0.2 m and minus 0.1 m. The Contractor shall found the Revetment toe at -1.0 mAHD, as shown on the Drawings. Where the natural surface level is below -1.0 mAHD (for example -1.5 mAHD), the Contractor shall found the toe on the natural surface. Two additional rocks shall be placed at the toe of the revetment to act as a self healing toe in the event of scour. The founding of the Revetment shall be completed to the satisfaction of the Superintendent. Armour shall be placed by crane or hydraulic excavator or other machine approved by the Superintendent in a manner that Armour is lifted and then placed firmly on to but does not displace the previously placed layer. The placement of Armour shall commence at the toe of the section and work progressively up the section to the crest. Individual Armour rocks shall be in close contact with at least three other rocks of the same layer. Armour shall be placed such that a clear length along the face being armoured of not less than 10 metres of the previous layer is visible for inspection at any time. The Contractor shall take care when placing the Armour to ensure that Armour rock of minimum weight within any class is not placed together in any one area. The placement of the Armour shall be random with respect to location and orientation on the structure. The Contractor at no additional cost shall remove all Armour that has rolled beyond the extent of the Revetment and is not part of the structure. 3.3.8 Rate of Placing The Contractor shall place the Armour progressively on the Bedding Layer to full height immediately after the completed Bedding Layer has been inspected and approved by the Superintendent. 3.3.9 Placing Sand Fill The Contractor shall place and compact the Sand Fill in a planned and controlled manner to achieve the lines and levels shown on the Drawings. The Sand Fill shall be placed and compacted in layers not more than 500 mm thick when compacted. All layers shall extend the full width of the backfill area. The compacted Sand Fill shall be compacted to achieve 6 blows per 300mm with a Perth Sand Penetrometer between 150 and 400 mm below the surface level in accordance with AS1289 F3.3. 3.3.10 Concrete Mortar The Contractor shall place the Concrete Mortar in a planned and controlled manner to achieve the lines and levels shown on the Drawings. Concrete Mortar shall be a mixture of clean white sand, yellow bricklayers sand (not more than 1 part), lime, approved white cement complying with AS 3972 and water in the following proportions:  1 part by volume cement.

 0.25 part by volume lime.

 3 parts by volume clean sand.

Concrete Mortar shall match the general colour of the limestone rocks used in the Revetment. 34

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

All Concrete Mortar shall comply with AS 3700 and AS 2701. All Concrete Mortar shall have an unconfined compressive strength not less than 20 MPa at 28 days. 3.3.11 Placing Topsoil & BG Slabs The Contractor shall compact the BG slab subgrade to achieve 6 blows per 300mm with a Perth Sand Penetrometer between 150 and 400 mm below the surface level in accordance with AS1289 F3.3. The Contractor shall supply and place Topsoil to the dimensions, lines, levels and slopes shown on the Drawings. The Contractor shall smooth the surface of the Topsoil to allow level placement of the BG Slabs. Topsoil shall be compacted lightly and suitable for grassed areas. All topsoil shall comply with A2223, Garden Soils for Domestic Use. The Contractor shall supply and place BG Slabs to the dimensions, lines, levels and slopes shown on the Drawings. The Contractor shall place the BG Slabs such that the long edge of the slabs is parallel to the river edge. Wembley Cement are the local supplier for BG Slabs and can be contacted on 08 9302 8007. Following placement of the BG Slabs, the Contractor shall place Topsoil within the voids of the BG Slabs to permit grass growth, as indicated on the Drawings.

35

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

4. Quality Control & Acceptance Testing 4.1 General The Contractor shall continuously monitor the quality, density, size, grading and placement of all quarry rock and other materials used in the Works. The Contractor shall undertake a program of inspection, testing and supervision that will ensure that all materials incorporated into the Works conform to the full requirements of these Specifications. Such quality control and acceptance testing shall be to the satisfaction of the Superintendent. 4.1.1 Armour Rock Samples At the commencement of the Works, the Contractor shall supply the following samples of Limestone Rock to be used in the Works. One set of samples shall be placed at each quarry site and one set of samples shall be placed at the Works site.  Three (3) Rock Samples with the ratio of greatest to least dimension of approximately 1 and ha ving approximate masses of 0.3 tonnes, 0.4 tonnes and 1.0 tonnes.

After weighing, the samples shall be marked with their masses and retained at the sites for visual reference purposes for the duration of the Works. All costs associated with the supply, weighing, measurement, maintenance and removal of the samples shall be deemed to be included in the Contractor’s prices submitted for construction of the Works. 4.2 Quality Control of Quarry Products The Contractor shall undertake density and strength tests of all materials supplied for the Works. All testing shall be carried out at a laboratory registered by the National Association of Testing Authorities (NATA) for the required tests. All costs associated with the testing shall be deemed to be included in the Contractor’s prices submitted for the Works. Saturated Surface Dry Density (SSDD) tests shall be in accordance with AS1141 : Part 6.1 – 2000. Point Load Strength Index tests shall be in accordance with AS 4133.4.1 – 2007. Three (3) density tests and three (3) strength tests shall be carried out on representative samples of Armour Rock and Bedding Layer Rock material from each of the Contractor’s proposed quarries. Test results shall be forwarded to the Superintendent at least 2 weeks prior to commencement of quarrying operations for review prior to granting approval to use the quarry. A further three (3) SSDD tests and three (3) Point Load Strength tests may be directed by the Superintendent during the course of the Works to monitor conformance with this Specification. The results of these tests shall be submitted to the Superintendent within 2 weeks of the direction to complete the tests. Quality control for the Armour may include visual comparisons to sample rocks together with truck weights. If in the opinion of the Superintendent Armour rock does not comply with this specification, it shall be weighed to determine if unit rock matches this specification. The provision of weighing devices and the costs of such testing shall be deemed to be included in the Contractor’s prices submitted for construction of the Works. The Superintendent may reject a load of Backfill material if in his opinion the material does not comply with this Specification. The Superintendent may request that a sample of the material be graded to verify that it meets the requirements of this Specification. The costs of such testing shall be deemed to be included in the Contractor’s prices submitted for construction of the Works. The Superintendent may reject a load of Bedding Layer if in his opinion the material does not comply with this Specification. The Superintendent may request that a sample of the material be graded to verify that it meets the requirements of this Specification. The costs of such testing shall be deemed to be included in the Contractor’s prices submitted for construction of the Works.

36

Request for Tender (Minor Works) READ AND KEEP THIS SECTION

The Contractor shall provide a Particle Size Distribution (PSD) analysis of the Sand Fill proposed for the Works. The Superintendent may take an additional three PSD tests to determine the grading of the Sand Fill at the cost of the Contractor. The Contractor shall The Superintendent may reject a load of Sand Fill or Top Soil if in his opinion the material does not comply with this Specification. The costs of removing the non-conforming Sand Fill or Top Soil shall be included in the Contractor’s prices submitted for construction of the Works. 4.3 As Constructed Surveys All vertical levels are to be reported to the Australian Height Datum and horizontal positions to Map Grid of Australia (MGA) 1994. As Constructed Survey data shall pick up the finished Bedding Layer, the finished Armour (toe, change of grade of armour, front of crest and Set Out Line) and the BG Slabs. As Constructed Survey profiles and Survey Plan are to be provided. The costs associated with the completion and provision of the As Constructed Survey shall be deemed to be included in the Contractor’s prices submitted for construction of the Works. As Constructed Survey profiles shall be provided every 10 m of the new Revetment. These profiles shall be taken perpendicular across the Revetment. The position of the profile shall be recorded as co-ordinates on the Set Out Line. A position and level shall be recorded at 2 m intervals from the Set Out Line to the Revetment toe and at all truncations or changes of grade using a method approved by the Superintendent. The As Constructed Surveys shall be completed progressively with the Works and progressively made available to the Superintendent. The surveys shall be presented in the form of As Constructed Survey Drawings showing the As Constructed information, scale, datum and other pertinent information including the design profile and shall be signed by the surveyor and the Contractor. These drawings shall be sent to the Superintendent within 3 days of completion of a section of the Works. 4.4 "As Constructed" Contract Drawings The Contractor shall keep one set of full size prints of the Contract Drawings for "As- Constructed" purposes. This set of prints shall be maintained in a clean condition on site and shall be marked up by the Contractor to show the details of the "As-Constructed" Works. "As-Constructed" measurements shall be made by a qualified surveyor or professional engineer. Deviations from the Contract Drawings shall be marked on the prints in red ink with unchanged dimensions and levels underlined in red ink. Each drawing shall be certified "As-Constructed" dated and signed by the Contractor as soon as practicable after completion of the work shown on that drawing. In due course the full set of "As Constructed" Contract Drawings together with all As Constructed Survey Drawings shall be delivered to the Superintendent. The Certificate of Practical Completion of the Works will not be issued until after the Superintendent has received the full set of approved "As-Constructed" Contract Drawings and As Constructed Survey Drawings.

37

Request for Tender (Minor Works) TENDERER TO COMPLETE AND RETURN THIS PART

SECTION FIVE – DRAWINGS The Drawings referred to in this Specification, and included in Attachment 1, consist of those listed below:

Title Drawing No Rev Author Location Plan D887-01-01 A m p rogers & associates pl Existing Layout Plan D887-01-02 A m p rogers & associates pl Rock Revetment Layout Plan D887-01-03 A m p rogers & associates pl Typical Cross-Sections & Details D887-01-04 A m p rogers & associates pl

The tenderer shall note any ambiguities or clarifications required to the drawings issued as part of the tender package.

38

Request for Tender (Minor Works)

Recommended publications