4.tender form and tender schedules document... · web view5.financial capacity mandatory 6.capacity...

125
CONTRACT NO: IS CR 15.2 REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS MURRAY IRRIGATION LIMITED ABN 23 067 197 933 443 CHARLOTTE STREET (PO BOX 528) DENILIQUIN NSW 2710

Upload: phammien

Post on 23-May-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

MURRAY IRRIGATION LIMITEDABN 23 067 197 933

443 CHARLOTTE STREET(PO BOX 528)

DENILIQUIN NSW 2710

MARCH 2015

Page 2: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

TABLE OF CONTENTS

Page1. PRELIMINARIES 5

CT CONDITIONS OF TENDERING 5

CT-01 Nature of Tender 5

CT-02 Tender Documents 5

CT-03 Discrepancies, Errors and Omissions in Tender Documents 5

CT-04 Addenda to Tenders 5

CT-05 Withdrawal of Tenders 6

CT-06 Non-conforming Tenders 6

CT-07 Alternative Tenders 6

CT-08 Pre-Requisites of Acceptance 6

CT-09 Selection Procedure 6

CT-10 Lump Sum 7

CT-11 Time Table 7

CT-12 Additional Information 7

CT-13 Acceptance of Tenders 7

CT-14 Preliminary Deposit 7

CT-15 Goods and Services Tax 8

CT-16 Completion of Tender 8

CT-17 Tender meeting, Lodgement and Closing Date 8

CT-18 Conflict of Interest 8

CT-19 Investigation for Materials and Access 8

CT-20 Working Hours and Working Days 8

Part A - Annexure to General Conditions of Contract AS 4000-1997 9

Part B- Annexure to General Conditions of Contract AS 4000-1997 16

CA CONTRACT ADMINISTRATION 30

CA-01 Code of Conduct 30

CA-02 Proprietary Items 30

CA-03 Guarantees 30

CA-04 Australian Goods 31

CA-05 Passing of Property and Risk 31

CA-06 Application of Schedule of Lump Sum Prices 31

CA-07 Security 31

CA-08 Retention 32

CA-09 Undertaking in Lieu of Cash for Security or Retention Money 32i

Page 3: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CA-10 Insurance 32

CA-11 Australian Standards Mark 32

CA-12 Compliance with Standards and Codes 33

CA-13 Cost Adjustment 33

CA-14 Diesel Fuel Rebate 33

CA-15 Statutory Declaration 33

CA-16 Administrative Arrangements 33

CA-17 Construction Programme 35

2. SPECIFICATIONS 35

SECTION A GENERAL 35

A.1 Working Hours and Working Days 35

A.2 Existing Services 35

A.3 Cutting Away and Making Good 35

A.4 Safety of Plant and Equipment Incorporated in the Works 35

A.5 Prohibition of Smoking 36

A.6 Safety on Site 36

A.7 Existing Flora 37

A.8 Order of Work 37

A.9 Site Access 38

A.10 Facilities and Works Areas 38

A.10-1 General 38

A.10-2 Environmental Protection of the Site 39

A.11 Water Supply 39

A.12 Electric Power for Construction Purposes 39

A.13 Fences 40

A.14 Other Tasks to be carried out by the Contractor 40

A.15 Information Supplied By Murray Irrigation Limited 40

A.15.1 Site Data Sheet 40

A.15.2 Exploratory Excavations and Geotechnical Survey 40

A.15.3 Rainfall 40

SECTION B JOB SPECIFIC REQUIREMENT 41

B.1 Description of work 41

B.2 Extent of works 41

B.3 Contractor’s responsibilities and conditions 41

B.4 Payment 42

B.5 Requirement of contract 42

B.6 General 44

ii

Page 4: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

B.7 Items supplied by Murray Irrigation Limited 44

3. APPENDICES AND ANNEXURES 45

APPENDIX 1 Site Location Map 45

APPENDIX 2 Tender Drawings 45

APPENDIX 3 Specification of works (Separate volume) 45

ANNEXURE 1 Security Deposit Form (Form SG1) 46

ANNEXURE 2 Undertaking in Lieu of Retention Moneys Form (SG2) 48

ANNEXURE 3 Worker Compensation, Pay-Roll Tax and Remuneration Form 50

ANNEXURE 4 Statutory Declaration Form 52

4. TENDER FORM AND TENDER SCHEDULES 55

TF Tender Form 55

TS-01 Schedule of Company Details 56

TS-02 Schedule of Financial Position 57

TS-03 Schedule of Personnel 58

TS-04 Schedule of Plant & Machinery 59

TS-05 Schedule of Method Statement and Programme 60

TS-06 Schedule of Past Experience in Similar Works 61

TS-07 Schedules of Lump Sum Price 62

TS-08 Summary Sheet of Lump Sum Prices 72

TS-09 Schedule of Sub-Contractors 74

TS-10 Schedule of Prices for Superintendent directed variation to Contractor 75

iii

Page 5: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

1. PRELIMINARIES

CT CONDITIONS OF TENDERING

CT-01 NATURE OF TENDER

This tender is for a LUMP SUM contract administered under AS 4000-1997.

CT-02 TENDER DOCUMENTS

The Tender Documents are deemed to include:

The Tender Form

Conditions of Tendering

General Conditions of Contract (AS4000-1997)

Preliminaries

Specifications

Drawings

Tender Schedules

Other documents as are issued by the Principal for the purpose of tendering, including any written

explanation or amendment to the Tender Documents issued before the close of Tender.

Please note that only Part A and Part B of AS 4000-1997 will be issued with the Tender Documents.

Tenderers are required to purchase AS 4000-1997 at their own cost.

CT-03 DISCREPANCIES, ERRORS AND OMISSIONS IN TENDER DOCUMENTS

Should the Tenderer find any discrepancy, error or omission on the Tender Documents, the Tenderer shall

notify the Principal in writing of that before the closing date of Tenders.

CT-04 ADDENDA TO TENDERS

Tenderers may ask for clarification of matters in the Tender Documents. Any instruction resulting from such

request will be issued in writing to all Tenderers in the form of an Addendum, which shall then become part

of the Tender Documents. Similarly, should the principal require documents to be amended, an addendum

will be issued.

Refer to each Addendum in the Tender and state that the Tender allows for the instructions given in the

Addendum.

5

Page 6: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CT-05 WITHDRAWAL OF TENDERS

A Tenderer may withdraw the tender at any time after the expiration of thirty days from the date of closing

tenders, but shall not withdraw the tender prior to the expiration of such period.

CT-06 NON CONFORMING TENDERS

Any tender may be rejected which does not comply with any requirement of, or contains provisions not

required, or allowed by the Tender Documents.

CT-07 ALTERNATIVE TENDERS

In addition to a conforming tender, proposals for alternatives to the products, systems and other matters

specified may be submitted, provided no major structural changes are required. The alternative shall provide

equivalent performance to that specified. If the tenderer wishes, the tenderer shall submit this alternative

tender inclusive of all technical details and drawings required to describe the alternative together with the

schedule of costs. Alternative tenders will not be considered unless a conforming tender is submitted. The

principal may consider alternative tenders from any tenderer, not just the lowest price tenderer.

CT-08 PRE-REQUISITES TO ACCEPTANCE

The Principal may, before any tender is accepted, require the Tenderer to submit any additional information

considered necessary to assess the Tenderer’s ability and/or suitability of any proposed method of carrying

out the Works.

Should the tenderer fail to submit any of the information so required in the time stipulated by the Principal,

the Principal may therefore treat the tender as non-conforming.

CT-09 SELECTION PROCEDURE

Selection of Contractor will be based on a value selection procedure as outlined below:

The weighting to be applied to the assessment of each proposal shall be as follows:

Attribute Weighting %

1. Track record (Past Experience during last 05 years) 25 %

2. Management skills 15 %

3. Method Statement covering; delivery and construction 20%

4. Price 40%

5. Financial Capacity Mandatory

6

Page 7: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

6. Capacity to complete the works Mandatory

7. Occupational Health and Safety compliance Mandatory

8. Quality Assurance Mandatory

The Principal reserves the right not to award the Contract to the lowest or any tenderer.

CT-10 LUMP SUM

The successful tenderer shall undertake all agreed works to be performed on the Lump Sum agreed

including supervision required.

CT-11 TIMETABLE

It is anticipated to award the contract before 27th April, 2015.

It is further anticipated that access to the site will be provided by 5th May 2015 and the work is to be

completed on or before 15th July 2015.

CT-12 ADDITIONAL INFORMATION

Where the Contractor identifies that available information is not adequate or is contradictory, the Contractor

shall seek written direction from the Principal. Correspondence shall be addressed to:

Ramesh Shrestha

Team Leader Program Delivery

Murray Irrigation

443 Charlotte Street

Deniliquin NSW 2710

Tel 03 5898 3356

Fax 03 5898 3301

Email: [email protected]

CT-13 ACCEPTANCE OF TENDERSThe Principal shall not be bound to accept the lowest or any tender. A tender shall not be deemed to have

been accepted unless and until notice in writing of such acceptance is handed to the Tenderer, or is sent by

prepaid post to, or is left at the address stated in the Tender Form.

CT-14 PRELIMINARY DEPOSITClause not used.

7

Page 8: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CT-15 GOODS AND SERVICES TAX (GST)Goods and services tax shall be applicable to this contract according to the prevailing Government legislation

at the time of execution of the Contract.

CT-16 COMPLETION OF TENDERComplete the Tender Form provided together with all accompanying Schedules. Supply all information

called for in the Tender Documents and Tendering Brief.

Pursuant to the Conditions of Tendering, Tenderers are required to submit with their bid, Tender Form and

each Tender Schedule fully completed. Where no cost is being tendered for Work Item/s a zero must be

inserted and it is assumed that the costs of such Work Items are distributed among other items. Notations

such as “to be advised” are not acceptable. Failure to include these fully completed schedules will render

the tender incomplete and liable for rejection.

CT-17 TENDER MEETING, LODGEMENT AND CLOSING DATE

A tender meeting will be held at 10.00am Thursday, 2nd April 2015 at Murray Irrigation Limited’s Deniliquin Office, 443 Charlotte Street, Deniliquin.

Please confirm your attendance at least two days prior to this meeting by contacting the Receptionist on 1300 138 265.

Tenders can be mailed to: Contracts, Murray Irrigation Limited, PO Box 528, Deniliquin, NSW, 2710, or emailed to [email protected]. Alternatively, tenders can be delivered, in a sealed envelope clearly marked Tender 1106, to Murray Irrigation Limited’s Head Office at 443 Charlotte Street, Deniliquin.

Tender submissions must be received by Murray Irrigation no later than 9.00am, Monday 20th April 2015.

For further information please contact Ramesh Shrestha, Team Leader Program Delivery, Murray Irrigation,

T. 03 5898 3356 or 0429 819 314.

CT-18 CONFLICT OF INTERESTThe Contractor is required to assure that it has no conflict of interest in performing the project for the

Principal and to identify any potential conflict of interest and steps it considers appropriate to protect the

Principal.

CT-19 INVESTIGATION FOR MATERIALS AND ACCESSIt is the responsibility of tenderers to carry out their own investigations to determine the location, availability

and suitability of materials for use in the construction work. The tenderer is required to and shall be deemed

to have visited each site to assess each site for access, traffic control plan and safety issues.

CT-20 WORKING HOURS AND WORKING DAYS

8

Page 9: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

If the Tenderer wishes to perform on-site work outside the prescribed working hours or on other than the

prescribed working days, the Tenderer shall state the proposed working hours and days.

9

Page 10: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

PART AAS 4000-1997 ANNEXURE to the Australian Standard

General Conditions of Contract

This Annexure shall be completed and issued as part of the tender documents and, subject to any

amendments to be incorporated into the contract, is to be attached to the General Conditions of Contract and

shall be read as part of the Contract.

____________________________________________________________________________

AA01 Principal (Clause 1) Murray Irrigation Limited

ABN 23 067 197 933

AA02 Principal’s address Murray Irrigation

443 Charlotte Street (P O BOX 528)

Deniliquin NSW 2710

AA03 Contractor (Clause 1) …………………………...

……………………………

AA04 Contractor’s address ………………………………………...

…………………………………………

………………………………………...

AA05 Superintendent (Clause 1) As appointed by Infrastructure Manager

Murray Irrigation

AA06 Superintendent’s address Murray Irrigation

443 Charlotte Street (P O BOX 528)

Deniliquin NSW 2710

†AA07 a) Date for practical completion By 15 July, 2015

(Clause 1)

OR

b) Period for practical completion

(Clause 1)

10

Page 11: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

AA08 Governing law New South Wales, Australia

(Page 5, clause 1(h)) (If nothing stated, that of the jurisdiction where the

site is located)

AA09 a) Currency Australian Dollar

(Page 5, clause 1(g)) (If nothing stated, that of the jurisdiction where the

site is located)

b) Place for payments Murray Irrigation

(Page 5, clause 1 (g)) 443 Charlotte Street

Deniliquin NSW 2710 Australia

(If nothing stated, the place nearest to where the site

is located)

c) Place of business of bank Commonwealth Bank

(Page 3, clause 1 (d)) 241 Cressy, Street

Deniliquin NSW 2710 Australia

AA10 Bill of quantities

(Subclause 2.2)

a) Alternative applying Not applicable

(Subclause 2.2) (If nothing stated, Alternative 1 applies)

b) If alternative 2 applies, is No / Yes (delete one)

the bill of quantities to be priced (If neither deleted, the bill of quantities shall not be

priced)

(subclause 2.2)

c) Lodgement time ……………

(Subclause 2.3(b)) (If nothing stated, 28 days after date of acceptance

of tender)

AA11 Quantities in schedule of rates, Upper Limit NA

Limits of accuracy

(Subclause 2.5(b))

Lower Limit NA

AA12 Provisional sum, NIL

percentage for profit and

attendance (clause 3)

11

Page 12: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

AA13 Contractor’s security

a) Form Cash or unconditional banker security

(Clause 5)

b) Amount or maximum percentage 10% of contract Sum (5% Security deposit and 5%

of contract sum retention money)

(Clause 5) (If nothing stated, 5% of the contract sum)

c) If retention moneys, percentage 10%, until 5% of the contract sum is reached

Of each progress certificate (If nothing stated, 10% until the limit in Item 13(b))

(Clause 5 and sub clause 37.2)

d) Time for provision (except for Within 14 days after date of acceptance

Retention moneys) of tender

(Clause 5) (If nothing stated, within 28 days after date of

acceptance of tender)

e) Additional security for unfixed Not applicable

plant and materials

(Subclauses 5.4 and 37.3)

f) Contractor’s security upon certificate 50% of amount held (security deposit)

of practical completion is reduced by (If nothing stated, 50% of the amount held)

(Subclause 5.4)

†AA14 Principal’s security

a) Form Not Applicable

(Clause 5)

b) Amount or maximum percentage Not applicable

of contract sum (If nothing stated, nil)

(Clause 5)

c) Time for provision (except for Not applicable

retention moneys) (If nothing stated, within 28 days after date of

acceptance of tender)

12

Page 13: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

(Clause 5)

d) Principal’s security upon certificate Not applicable

of practical completion is reduced by (If nothing stated, 50% of amount held)

(Subclause 5.4)

AA15 Principal-supplied documents One (1) copy unless requested

(Subclause 8.2)

(If nothing stated, 5 copies of the drawings

specification, bill of quantities or schedule of rates (if

any)

AA16 Time for Superintendent’s 14 (Fourteen) days

Direction about documents (If nothing stated 14days)

(Subclause 8.3)

AA17 Subcontract work requiring All works

approval

(Subclause 9.2)

AA18 Novation Sub-Contractor Particular part of WUC

(Subclause 9.4) ……N / A……………………………………………

……………………………………………………

……………………………………………………

Selected Sub-Contractor Particular part of WUC

……………………………………………………

……………………………………………………

……………………………………………………

AA19 Legislative requirements

a) Those excepted None

(Subclause 11.1) ……………………………………………………

……………………………………………………

b) Identified WUC None

(Subclause 11.2(a)(іі))

AA20 Insurance of the Works

(Clause 16)

13

Page 14: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

a)Alternative applying Alternative 2

If Alternative 1 applies

b) provision for demolition

and removal of debris Not applicable

……………………………….$..........................

OR

……………………. % of the contract sum

c) Provision for Consultant’s fees Not applicable

……………………………….$..........................

OR

……………………. % of the contract sum

d) Value of materials or things Not applicable

to be supplied by the Principal ………………………………$............................

e) Additional amount Contract sum

Percentage ………………………………$............................

OR

……% of the total of paragraphs (a) to (d) in

Clause 16

AA21 Public Liability insurance

(Clause 17)

a) Alternative applying Alternative 1

(If nothing stated, alternative 1 applies)

If Alternative 1 applies

b) Amount per occurrence shall

Be not less than AUS. $10,000,000.00

(If nothing stated, then not less than the contract

sum)

AA22 Time for giving possession within seven days of date of acceptance of tender

(If nothing stated, 14 days)

14

Page 15: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

AA23 Qualifying causes of delay ………………………………………..................

Causes of delay for which EOT’S ………………………………………..................

will not be granted ………………………………………..................

(page 3, paragraph (b)(ііі) of ………………………………………..................

Clause 1 and subclause 34.3) ……………………………………………………

†AA24 Liquidated damages, rate Actual ascertained damages

(Subclause 34.7)

†AA25 Bonus for early practical Not applicable

completion

(Subclause 34.7)

a) Rate ………………………………………………………

……………………per day $...............per day

a) Limit ………………………………………………………

……………………per day $...............per day

OR

………………………% of contract sum

(If nothing stated, there is no waiver)

†AA26 Delay damages,

other compensable causes Actual ascertained damages

(Page 1, clause 1 and ………………………………………..................

Subclause 34.9) ………………………………………..................

…………………………………………………..

AA27 Defects liability period 52 weeks

(Clause 35)

AA28 Progress claims

(Subclause 37.1)

a) Time for progress claims on the last day of each month

OR

b) Stages of WUC for progress

Claims Monthly

……………………………………………….

……………………………………………….

15

Page 16: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

……………………………………………….

AA29 Unfixed plant and materials for Not applicable

Which payment claims may be ……………………………………………….

(Subclause 37.3) ………………………………………………..

AA30 Interest rate on overdue payments 10%per annum

(Subclause 37.5)

AA31 Time for Principal to rectify 28 days

inadequate possession (If nothing stated, 14 days)

(Subclause 39.7)

AA32 Arbitration

(Subclause 42.3)

a) Person to nominate an President of the Institute of Arbitrators and

arbitrator Mediators Australia

…………………………………………………

…………………………………………………

…………………………………………………

(If no-one stated, the President of the Australasian

Dispute Centre)

b) Rules for arbitration

Rules 5 – 18 of the rules of the Institute of

Arbitrators and Mediators Australia

……………………………………………………

If nothing stated:

a) rules 5-18 of the Rules OF The Institute of

Arbitrators, Australia

for the Conduct of Commercial arbitrations;

OR

b) if one or more of the parties are nationals of

habitually resident

in, incorporated in, or where the central management

and control is exercised in, different countries as

between the parties, then the UNCITRAL Arbitration

Rules shall apply and the appointing authority shall

be the person provided in 32C

16

Page 17: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

c) Appointing Authority under .……………………………………………………

UNCITRAL Arbitration Rules

17

Page 18: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

Part BAnnexure to the

Australian Standard General Conditions of Contract

AS 4000 – 1997

Deletions, amendments and additions

1 The following clauses have been deleted from the General Conditions in AS 4000 - 1997

Clauses 2.2, 2.3, 2.4, 2.5, 5.5, 14(3)(e), 15.2, 36(4)(c), 39.7(a)(iii), the 2nd paragraph of 42.2 and 42.3

and items 10 and 32 of Annexure Part A.

2 The following clauses have been amended and differ from the corresponding clauses in AS 4000 -

1997

2.1 In clause 1, insert the following:

‘Authorities’ means all Commonwealth, State, Territorial and local Government departments,

bodies, municipalities, instrumentalities and public, statutory and other authorities having

jurisdiction over the WUC or the site or any part of it and “Authority” means any one of them;

“business day” means any day other than:

a) a Saturday, Sunday or public holiday in the State of New South Wales; or

b) 27, 28, 29, 30 or 31 December;

“Contamination” means any solid, liquid, gas, radiation or substance (alone or in

combination), other than those naturally present in a given segment of the site, which has

the potential to harm the site;

‘No Claim’ means no claim for any monies or for any adjustments to the contract sum or for

any extension of time for practical completion or for any cost, expense, loss or damage on

any basis whatsoever including:

a) pursuant to the Contract;

b) in tort (including negligence);

c) under Statute;

d) on a quantum meruit;

e) pursuant to quasi contract;

f) for unjust enrichment;

g) for rectification or frustration; or

h) pursuant to any other principle of law or equity,

to the extent to which it is possible to exclude any such claim at law.

18

Page 19: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

“payment schedule” has the meaning in sub-clause 37.2;

‘Services’ means any service or item of infrastructure relating to the WUC, whether located

on or off the site, including water, electricity, lifts, gas, fuel, telephone, existing drainage,

sewerage, cables, pipes, conduits, power lines and electronic communications services;

2.2 In clause 1 delete the definition of “contract sum” and insert the following:

“contract sum means the lump sum accepted by the Principal, including provisional sums,

but excluding any additions or deductions which may be required to be made under the

Contract;”

2.3 In clause 1 delete “progress certificate” and its definition.

2.4 In clause 1, delete the definition of “qualifying cause of delay” and insert the following:

“qualifying cause of delay means:

a) any act, default or omission of the Superintendent, the Principal or its

consultants, agents or other Contractors (not being employed by the Contractor;);

b) a variation except where such variation is caused by an act or omission of the

Contractor;

c) a direction to suspend WUC, except where the need for such direction is caused

by an act or omission of the Contractor;

d) a change in a legislative requirement which comes into effect after the date of the

Contract and could not have been anticipated by a competent Contractor at the

date of the Contract; or

e) an Australia-wide or Victoria-wide or New South Wales-wide strike involving industry generally not caused or contributed to by the Contractor or any of its sub-Contractors.

2.5 Delete clause 2.1 and insert the following :

“The Contractor shall carry out and complete WUC in accordance with the Contract and

directions authorised by the Contract.

In consideration of the Contractor performing the Contract, the Principal shall pay the

Contractor the contract sum, adjusted by any additions or deductions made pursuant to the

Contract.

The Contractor shall be deemed to have satisfied itself as to the correctness and sufficiency

of the contract sum which shall, except insofar as it is otherwise expressly provided for in the

Contract, be deemed to satisfy all its obligations under the Contract and all matters and

things necessary for the proper execution of WUC and practical completion of the Works

and the remedying of any defects.”

19

Page 20: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

2.6 Delete clause 5.2 and insert the following:

“The Principal shall be entitled to have recourse to the security, without notice, whenever the

Principal is or claims to be entitled to monies from the Contractor.”

2.7 Delete clause 9.1 and insert the following :

“The Contractor shall not, without the prior written consent of the Principal (and where consent is given on

such terms and conditions as may be determined in writing by the Principal), assign the Contract or any right,

title, interest and/or benefit of the Contractor under or in connection with the Contract. The Principal may

assign its right, title, interest and/or benefit under the Contract without the Contractor’s consent.”

2.8 Delete clause 9.3 and insert the following:

9.3 Selected subcontract work

If the Principal has included in the invitation to tender a list of one or more selected sub-

Contractors for particular work or has specified any selected sub-Contractors in Annexure

Part A, item 17B, the Contractor must, without entitlement to any increase in the contract

sum, EOT or other compensation or relief, subcontract that work to the selected sub-

Contractor, or if more than one, a selected sub-Contractor and thereupon give the

Superintendent written notice of that selected sub-Contractor’s name.

If no sub-Contractor on the Principal’s list will subcontract to carry out the selected

subcontract work, the Contractor shall provide a list for the written approval of the

Superintendent.

The Contractor shall not terminate the subcontract for selected sub-Contractor work without

the prior written approval of the Superintendent (which is not to be unreasonably withheld)

and as early as possible the Contractor shall notify the Superintendent of the Contractor's

intention to terminate and the reasons.

If a selected sub-Contractor repudiate or abandons a subcontract or it is terminated, the

Contractor shall forthwith notify the Superintendent of that fact. The Superintendent shall

promptly issue a direction as to the manner of completing the selected subcontract work.

With the Contractor’s consent, the Superintendent may direct the Contractor to perform

selected subcontract work, otherwise the Superintendent shall direct the Contractor —

(a) to choose another sub-Contractor from the list of sub-Contractors provided by the

Principal in the tender documents for selected subcontract work; or

(b) to enter into a subcontract with a sub-Contractor chosen by the Superintendent and

agreed to by the Contractor.

The Contractor shall not be obliged to enter into a subcontract with a sub-Contractor referred

to in clause 9.3(a) against whom the Contractor raises reasonable objection.

The Contractor shall, as soon as practicable, enter into a subcontract with the sub-

Contractor so chosen and notify the Superintendent accordingly.

20

Page 21: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

2.9 Clause 9.4 is amended by inserting after the words “invitation to tender” where appearing in the

third line thereof the words “and if there is no such form, then in such form as may be required

by the Principal”.

2.10 Amend clause 14.1 by deleting the words “progress certificate” and inserting instead “payment

schedule”.

2.11 Amend clause 20 by deleting the first paragraph thereof and inserting the following :

“The Principal shall ensure that at all times there is a Superintendent. The Contractor

acknowledges that the Superintendent acts as agent of the Principal.”

2.12 Delete the third sentence of clause 24.1 and insert the following:

“Delay by the Principal in giving possession shall not be a breach of the Contract, but shall

be a cause which entitles the Contractor to claim an extension of time for practical

completion.”

2.13 Insert new clauses 24.4 to 24.6 as follows:

“24.4 Services

a) The Contractor:

(i) must obtain and pay for any Services, including their connection to

the site or the Works, needed to perform its obligations under the

Contract;

(ii) must investigate, protect, disconnect, relocate, provide for, supply

and install (in accordance with all relevant industry standards and

codes) all Services necessary to achieve practical completion and to

comply with its obligations under the Contract;

(iii) must immediately notify all relevant Authorities and the

Superintendent if there is any damage to any existing Services and, if

the Contractor is responsible for the damage, the Contractor must at

its own expense promptly repair that damage. The Contractor must

promptly comply with the Superintendent’s directions concerning any

damage to existing Services;

(iv) assumes the risk of the existence, location, relocation, condition and

availability of all Services; and

(v) indemnifies the Principal from and against any claim, costs, loss,

expenses, damage or liability the Principal suffers or incurs and which

arises out of or in connection with:

(1) any damage or disruption to any Services; or

21

Page 22: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

(2) a failure by the Contractor to comply with any obligation

under this Contract with respect to Services,

on, at or within the vicinity of the site.

24.5 Adjoining Properties

Where the nature of the Works requires protection work to be carried out in respect

of any adjoining property (“Protection Work”), then:

a) the Contractor shall satisfy all of its and the Principal’s obligations in respect

of any Protection Work including, but not being limited to:

(i) serving relevant notices;

(ii) arranging requisite insurance; and

(iii) undertaking necessary surveys and condition reports;

b) the Contractor shall obtain all relevant consents, permits, licences or

approvals and make good and with the least possible delay (or at the option

of an adjoining owner meet the cost of making good) any damage to any

adjoining property arising out of its acts or omissions relating to Protection

Work;

c) the Contractor has No Claim against the Principal arising from or in

connection with its complying with the Contractor’s obligations pursuant to

this clause 24.5; and

d) the Contractor indemnifies and will keep the Principal indemnified in respect

of any claim made against the Principal or the Contractor and/or in respect

of any loss, expense or damage suffered or incurred by the Principal directly

or indirectly arising out of or in any way connected with any act or omission

of the Contractor in complying with the Contractor’s obligations pursuant to

this clause 24.5.

24.6 Access to Adjoining Properties

The Contractor shall make arrangements for any access to, over, under, upon or for

use of any adjoining site or property (including any air space rights required in

connection with the WUC) which it may require for any purpose and accepts liability

for and indemnifies and must keep indemnified the Principal in respect of any

consequences or any failure of the Contractor to have made such arrangements,

including any loss, expense or damage suffered or incurred by the Principal directly

or indirectly, as a result of any such use of any adjoining site or property or of any

failure on the part of the Contractor to make such arrangements for access, or any

claim made against the Principal by any adjoining owner or other third party,

resulting from the WUC or any part of it.”

22

Page 23: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

2.14 Delete clause 25 and insert the following:

“Site Conditions

25.1 Examination

The Contractor warrants that it has examined

a) the site, and

b) any plans, drawings, reports or other information relating to the site which

have been made available to it;

c) all other documents supplied by the Principal; and

d) any documents including information, reports, drawings, plans and data that

are available upon making reasonable enquiries from any other sources

which may assist with this examination,

and to have satisfied itself as to the condition of and all circumstances affecting the

site and obtained all information necessary before agreeing to the contract sum.

25.2 No Adjustment

The Contractor shall have No Claim against the Principal in connection with or

based in whole or in part upon or related to any discrepancy between the actual

conditions encountered by the Contractor and those which the Contractor

anticipated or ought to have anticipated. Without limiting the above, the Contractor

shall have No Claim against the Principal in connection with any Contamination on

the site.

25.3 Information provided to the Contractor for Contractor’s convenience only

The Contractor acknowledges that all information, reports and data in relation to

geotechnical or site conditions are supplied for the convenience of the Contractor

only and that the Contractor enters into the Contract based on its own investigations

and determinations. Without limiting clause 25.2, the Contractor shall have No

Claim in connection with and the Principal shall not be liable for loss, damage, cost

or expense suffered or incurred by the Contractor arising out of or in connection with

any information, report or data in relation to geotechnical or site conditions.”

2.15 Clauses 34.2 and 34.3 are deleted in their entirety and the following is substituted:

34.2 Notice of delay

Upon it becoming aware of anything which may cause delay to WUC, the

Contractor shall promptly give the Superintendent and the Principal written notice of

that cause and the estimated delay.

23

Page 24: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

34.3 Claim

The Contractor shall only be entitled to such extension of time for carrying out

WUC (including reaching practical completion) as the Superintendent assesses

(‘EOT ’), if:

a) the Contractor:

(i) on or prior to the date for practical completion, is or will be delayed

in reaching practical completion by the date for practical completion

by a qualifying cause of delay; or

(ii) after the date for practical completion, is or will be delayed in

reaching practical completion by a qualifying cause of delay;

b) the Contractor complies with clause 34.2;

c) the activities delayed are activities on the critical path of the program under

clause 32 (as updated from time to time in accordance with clause 32);

d) the Contractor gives the Superintendent, within 7 days of the start of the

event giving rise to the delay, a written claim for an EOT with full supporting

details of the claim, the facts of causation and of the delay to WUC and the

period, if any, by which in its opinion the date for practical completion should

be extended; and

e) the Contractor has taken all reasonable steps to minimise or remove the

effects of the qualifying cause of delay.

It is a condition precedent to any entitlement to an EOT that the Contractor has

satisfied each of paragraphs (a) to (e).

If further delay results from a qualifying cause of delay evidenced in a claim under

paragraph (d) of this subclause, the Contractor shall claim an EOT for such delay

by promptly (and in any event within 5 days), giving the Superintendent a written

claim evidencing the facts of that delay.

2.16 Insert new paragraph at the end of clause 34.4 as follows:

“Where more than one event causes concurrent delays and the cause of at least

one of those events, but not all of them, is not a qualifying cause of delay, then to

the extent that the delays are concurrent the Contractor shall not be entitled to an

EOT.”

2.17 Delete clause 34.5 and insert the following:

“Within 28 days after receiving the Contractor’s claim for an EOT, the

Superintendent shall give to the Contractor and the Principal a written direction

evidencing the EOT so assessed.

Notwithstanding that the Contractor is not entitled to or has not claimed an EOT,

the Superintendent may (solely for the benefit for the Principal and without being

24

Page 25: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

under any obligation to the Contractor to do so) at any time and from time to time

before issuing the final payment certificate direct an EOT.”

2.18 Insert new paragraph at the end of clause 34.7 as follows:

“The parties agree that the liquidated damages in item 24 are a genuine pre-

estimate of the damages likely to be sustained by the Principal as a result of late

completion of WUC.”

2.19 Insert new paragraph at the end of clause 34.9 as follows:

“Nothing in this clause 34.9 imposes upon the Principal an obligation to pay the

Contractor any extra costs or other amounts for delay or disruption which have

already been included in the value of a variation or any other payment under the

Contract.”

2.20 Delete clauses 37.1 and 37.2 and insert the following:

“37.1 Progress claims

The Contractor shall claim payment progressively in accordance with Item 28.

An early progress claim shall be deemed to have been made on the date for

making that claim.

Each progress claim shall:

a) be given in writing to the Superintendent;

b) include details of proper value of WUC then done and complete (being a

percentage of the contract sum which equates to the percentage of WUC

then complete);

c) include details of other moneys which in the Contractor’s opinion are then

due to the Contractor pursuant to provisions of the Contract (including the

relevant clauses in the Contract to support that opinion);

d) include the documentation referred to in clauses 38.1 and 38.4; and

e) otherwise be in a form approved by, and containing all the details and

information requested by, the Superintendent (acting reasonably).

37.2 Certificates/Schedules

The Superintendent shall, within 10 business days after receiving a progress claim

that complies with clause 37.1:

a) assess, calculate and certify the Contractor’s entitlement to its monthly

progress payment having regard to:

(i) the proper value of WUC then complete (being a percentage of the

contract sum which equates to the percentage of WUC then

complete);

25

Page 26: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

(ii) any other amount which in the Contractor’s opinion is due to it

under the Contract; and

(iii) any moneys which are due from the Contractor to the Principal by

way of set off or otherwise; and

b) must issue to the Principal and the Contractor:

(i) a payment schedule evidencing the Superintendent’s opinion of the

moneys due from the Principal to the Contractor pursuant to the

progress claim and reasons for any difference (‘payment

schedule’); and

(ii) a certificate evidencing the Superintendent’s assessment of

retention moneys and any moneys which are due from the

Contractor to the Principal under or in connection with the Contract

or the WUC, including by way of set off or otherwise.

In making an assessment, calculation and certification under this clause 37.2, the

Superintendent may, but is not obliged to, rely upon the advice of any third party,

including any quantity surveyor engaged by the Principal for WUC.

If the Contractor does not make a progress claim at the times for making progress

claims in accordance with Item 28, the Superintendent may, but is not obliged to,

issue the payment schedule with details of the calculations and in those

circumstances shall issue the certificate in paragraph (b) above.

Subject to the provisions of the Contract, if an amount is certified as being due for

payment to the Contractor by the Principal in a payment schedule, then on the last

to occur of the following:

(1) the 30th day after receipt of the Contractor’s progress claim which

complies with the Contract; and

(2) the 16th day following the day of receipt by the Superintendent of

the documentary evidence referred to in clause 38.1 and the written

statement referred to in clause 38.4,

the Principal shall pay to the Contractor the balance of the payment schedule after

deducting retention moneys and setting off such of the amount shown in the

certificate given under paragraph (b) above and such further moneys which the

Principal is entitled to set off, and elects to set off, under clause 37.6. If that setting

off produces a negative balance or an amount is otherwise certified as being due

from the Contractor to the Principal, the Contractor shall pay that balance or

amount to the Principal within seven (7) days of receiving written notice thereof.

Neither a payment schedule nor a payment of moneys shall be evidence that the

subject WUC has been carried out satisfactorily. Payment other than final payment

shall be payment on account only.”

26

Page 27: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

2.21 Delete clause 37.4 and insert the following:

“37.4 Final payment claim and certificate

Within 28 days after the expiry of the last defects liability period, the Contractor

shall give the Superintendent a written final payment claim endorsed ‘Final

Payment Claim’ being a progress claim together with all other claims whatsoever in

connection with the subject matter of the Contract.

Within 10 business days of receipt by the Superintendent of the final payment claim

the Superintendent shall issue to both the Contractor and the Principal a final

certificate evidencing the moneys finally due and payable between the Contractor

and the Principal on any account whatsoever in connection with the subject matter

of the Contract.

Those moneys certified as due and payable shall be paid by the Principal or the

Contractor, as the case may be, within 30 days after the debtor receives the final

certificate. Where any such payment is to be made by the Principal to the

Contractor the Contractor must comply with clause 38.1 in respect of that payment

and the Principal may withhold any such payment until the Contractor complies

with clause 38.1.”

2.22 Delete clause 37.6 and insert the following:

“37.6 Other moneys due

a) Without limiting the Principal's rights under any other provision in the

Contract or at law, the Principal may deduct from any moneys due to the

Contractor, including any moneys due by the Principal to the Contractor

under this Contract, any other contract or otherwise, any amounts which are

due or payable by the Contractor to the Principal, including moneys due or

payable on account of damages, debts or otherwise.”

2.23 Insert after the words “subject of that claim” at the end of the first paragraph of clause 38.1, the

following:

“including but not limited to a statutory declaration by an authorised representative of

the Contractor and who possesses the necessary knowledge to give a statutory

declaration;

(i) confirming that there are no moneys due or owing to employees, consultants,

sub-Contractors, suppliers or others engaged for WUC; and

(ii) otherwise being on terms approved by the Superintendent.”

27

Page 28: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

2.24 Insert the following clause at the end of clause 38:

“38.4 .Payroll Tax Act 1971 (NSW) and Worker's Compensation Act 1987 (NSW) Statements

The Contractor must in respect of, and together with, each claim for payment give

the Superintendent a duly signed written statement in a form approved by the

Superintendent and which complies with:

a) sections 31G-31J of the NSW Payroll Tax Act 1971 (as may be amended

from time to time); and

b) section 175B of the NSW Workers Compensation Act 1987 (as may be

amended from time to time).

At the date of the Contract, a duly completed signed written statement in the form

set out in Annexure Part D, and accompanied by the required certificate of

currency in respect of the Contractor's workers compensation insurance, complies

with the requirements of this clause 38.4.”

2.25 Amend Annexure Part A, item 13(c), by deleting the words “progress certificate” and inserting

instead “payment schedule.”

3 The following clauses, items and Annexures have been added to those of AS 4000 – 1997:

“44. BUILDING AND CONSTRUCTION INDUSTRY SECURITY OF PAYMENT ACT 1999

44.1 Service of Notices under the Security of Payment Act

The Contractor must ensure that a copy of any correspondence it gives or arranges to

be given to the Principal in relation to the Building and Construction Industry Security of

Payment Act 1999 NSW ("BACISOPA"), including a payment claim under the

BACISOPA, is at the same time given to the Superintendent.

If the Contractor becomes aware that a sub-Contractor is entitled to suspend work

pursuant to the BACISOPA, the Contractor must immediately give to the

Superintendent a copy of all correspondence (including correspondence from any sub-

Contractor) relating to the BACISOPA and that suspension.

44.2 The Superintendent's role

Without limiting the Principal's right to itself issue a payment schedule under the

BACISOPA, the Contractor agrees and acknowledges that in issuing payment

schedules pursuant to the BACISOPA the Superintendent does so as (and is

authorised by the Principal to do so as) the agent of the Principal.

28

Page 29: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

44.3 Payment Claim made by the Contractor

The parties agree that the date and times prescribed in clause 37.1 as the time for

payment claims is, for the purpose of the BACISOPA, the 'reference date'.

44.4 Suspension by the Contractor's sub-Contractors

If the Principal becomes aware that a sub-Contractor of the Contractor is entitled to

suspend the carrying out of any work which forms part of the Works pursuant to the

BACISOPA, the Principal may, in its absolute discretion but subject to the Principal

having first notified the Contractor of its intention to make payment, pay the sub-

Contractor such money that in the Principal's opinion is or may be owing to the sub-

Contractor in respect of that work. All amounts paid by the Principal pursuant to this

clause 44.4 shall be a debt due from the Contractor to the Principal.

45 GOODS AND SERVICES TAX

45.1 Goods and Services Tax

a) In this clause:

(i) “GST” means the GST as defined in the A New Tax System (Goods

and Services Tax) Act 1999;

(ii) Words used in this clause which have a defined meaning in the A New

Tax System (Goods and Services Tax) Act 1999 and associated acts

and legislative instruments (collectively, “GST Law”) have the same

meaning as in the GST Law, unless the context otherwise requires;

b) Unless expressly included, the consideration expressed to be payable under

any other clause of this Contract for any supply made under or in connection

with this Contract does not include GST;

c) To the extent that any supply made under or in connection with this Contract is

a taxable supply, the GST-exclusive consideration otherwise payable for that

supply is increased by an amount equal to that consideration multiplied by the

rate at which GST is imposed in respect of the supply;

d) Each party agrees to do all things, including providing tax invoices and other

documentation, that may be necessary or desirable to enable or assist the

other party to claim any input tax credit, adjustment or refund in relation to any

amount of GST paid or payable pursuant to any supply made under or in

connection with this Contract;

e) If either party (“Claiming Party”) is entitled under this Contract to be paid,

reimbursed or indemnified by the other party (“Reimbursing Party”) for an

amount, cost or expense received or incurred by the other party in connection

with this Contract and the Reimbursing Party may claim an input tax credit in

relation to the GST component of that amount, cost or expense, then:29

Page 30: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

(i) the Claiming Party must calculate the amount claimed from the

Reimbursing Party net of any GST component of the amount, cost or

expense, to which net amount GST will then be added;

(ii) the Reimbursing Party must pay the net amount and GST on that net

amount.

46. WORK HEALTH AND SAFETY

46.1 Defined Terms

a) For the purposes of Section 210 of the Work Health and Safety Regulation

2011 (NSW) (the "WH&S Regulation") the Principal hereby:

(i) appoints the Contractor as the 'principal Contractor' for executing WUC;

and

(ii) authorises the Contractor to exercise such authority of the Principal as is

necessary to enable the Contractor to discharge the responsibilities

imposed on a 'principal Contractor' by Chapter 8 of the WH&S

Regulation.

b) The Contractor hereby accepts its appointment as the 'principal Contractor' for

WUC. Without limiting its obligations, the Contractor must:

(i) prepare any documentation required by the WH&S Regulation in

connection with the WUC;

(ii) ensure that the Contractor’s personnel are appropriately trained and

qualified for the tasks which they are to perform in connection with the

Works;

(iii) ensure that each sub-Contractor for which the Contractor is responsible

prepares a Safe Work Method Statement (SWMS) for any work which

the sub-Contractor is to perform;

(iv) identify any change in the site and/or WUC which may affect the health

or safety of any personnel on the site and ensure that the relevant

personnel are provided with training in connection with any such

change;

(v) ensure that First Aid kits are available on site and that the Contractor’s

employees are trained in the application of First Aid; and

(vi) ensure that the WUC is conducted and completed in accordance with

the WH&S Regulations.

30

Page 31: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

46.2 Compliance

The Contractor must ensure that it complies with and fulfils its obligations as 'principal

Contractor' under the OH&S Regulation.

46.3 Failure to comply

If the Contractor fails to comply with its obligations referred to in clauses 46.1 and/or

46.2, the Principal may have the Contractor's obligations carried out by the Principal

or by others and the cost incurred by the Principal in having those obligations carried

out by others will be a debt due from the Contractor to the Principal.

47. CONTRACTOR’S GENERAL INDEMNITY

The Contractor indemnifies and keeps indemnified the Principal against and from all claims,

damages, costs, losses and expenses (including legal fees and expenses) which the

Principal suffers, incurs or may suffer or incur (including any liability the Principal may have

to any third party) as a result of:

a) the Contractor failing to comply with any of its obligations under or arising out of this

Contract (including, without limitation, a breach of the Contractor’s obligations under

clause 46 and/or the WH&S Regulation);

b) any suspension pursuant to a right under the BACISOPA by a sub-Contractor,

supplier or other party engaged by the Contractor and that is carrying out work

which forms part of the Works;

c) the Contractor’s negligence; or

d) any act, omission or default of the Contractor,

but the Contractor’s liability to indemnify the Principal shall be reduced proportionally to the

extent that an act or omission of the Principal contributed to the claim, damage, cost, loss or

and expense and exclude any damage, expense or loss arising from the Contractor’s failure

to achieve practical completion by the date for practical completion which are the subject of

liquidated damages under clause 34.7.

48. PROPORTIONATE LIABILITY

It is agreed that to the extent permitted by law, the operation of Part 4 of the Civil Liability Act

2002 (NSW) is excluded in relation to all and any rights, obligations and liabilities under this

Contract whether such rights, obligations or liabilities are sought to be enforced as a breach

of contract or a claim in tort or otherwise.

Without limiting the generality of the preceding paragraph of this clause, it is further agreed

that the rights, obligations and liabilities of the Principal and the Contractor (including those

relating to proportionate liability) are as specified in this Contract and not otherwise whether

such rights, obligations and liabilities are sought to be enforced by a claim in contract, tort or

otherwise.31

Page 32: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CA CONTRACT ADMINISTRATION

CA-01 CODE OF CONDUCT

The Contractor shall abide by the NSW Government Building Code of Conduct. The Code requires:

Adherence to Awards and formal Industrial Agreements

Adherence to the Wage Fixation Principles

Prohibition of “all in” and “cash in hand” payments

Adherence to sound safety practices

Refusal of claims for strike pay

Refusal to recognise, co-operate with or deal in any way with the Builders’ Labourers Federation where it

ceases to have coverage of builders’ labourers.

CA-02 PROPRIETARY ITEMS

The identification of a proprietary item shall not necessarily imply exclusive preference for the item so

identified, but shall be deemed to indicate the required properties of the item, such as type, quality,

appearance, finish, method of construction, performance and the like.

The Contractor may offer an alternative to any proprietary item and must apply in writing for approval to use

the alternative. The request shall be accompanied by all available technical information and shall describe

how, if at all, the alternative differs from the proprietary item and how it will affect other parts of the works

and performance of the works.

Except to the extent that the approval shall be deemed to include the conditions that:

a) the variation will not directly or indirectly result in any increase in the cost to the

Principal of the works,

b) the Contractor will indemnify the Principal against any increase in costs,

c) the variation will not directly or indirectly cause any delay to the work and it if does, the

Contractor will compensate the Principal for any loss which the delay cause.

CA-03 GUARANTEESThe Contractor shall obtain, and shall ensure that the Principal will have the benefit of warranties or

guarantees as specified in the Contract or offered by suppliers, including warranties or guarantees that are

obtained by, or offered to the Sub-Contractors of the Contractor.

32

Page 33: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CA-04 AUSTRALIAN GOODS

The Contractor shall not supply or incorporate into the Works any item which is imported into Australia

except:

Items described as imported items in the SCHEDULE OF IMPORTED MATERIALS AND EQUIPMENT

lodged with the tender and accepted by the Principal.

CA-05 PASSING OF PROPERTY AND RISK

Unless otherwise provided, items supplied by the Contractor become the property of the Principal when fixed

in place as required in the Contract. Such items remain at the risk of the Contractor until property therein

passes to the Principal.

CA-06 APPLICATION OF SCHEDULE OF LUMP SUM PRICE PRICES

(See SCHEDULE OF LUMP SUM PRICE TS-07 prices)

CA-07 SECURITY

The Contractor shall lodge with the Principal no later than fourteen days after the notice of the acceptance of

a Contractor’s Tender, a security of 5% of the Contract sum.

The Contractor may in lieu provide a guarantee in or to the effect of Form SG1 (See Annexure 1) and given

by a surety approved in writing by the Principal in respect of the amount of security calculated as aforesaid.

Such security will be held by the Principal until the Superintendent has certified in writing that the Contractor

has satisfactorily carried out all Contactor’s obligations under the Contract including maintenance or as the

case may be, until this Contract has been cancelled by the Principal under the power given to the Principal in

that respect by Clause 5 of the General Conditions of Contract in which last-mentioned event happening, the

money so deposited shall become forfeited to the Principal without prejudice to the right of the Principal to

recover from the Contractor all loss and damage which the Principal shall have suffered or sustained. If,

however, the works comprised in this Contract are not completed within the time as stated in the tender, the

money payable on account of delay may be deducted by the Principal from the said security and

appropriated by it in satisfaction or part satisfaction of the liquidated damages stated in the Annexure to the

General Conditions of Contract for each day the Contractor is over-time, which are payable to the Principal.

If the Contractor fails to provide security within the time stated in cluse AA13d, the Contractor will not be at

liberty to proceed with the work tendered for until the Contractor has made the deposit as aforesaid, and the

Principal shall have the option of and full power and authority to declare such acceptance of the Tender

annulled, in which case all moneys deposited by the Contractor in connection with the Contract will be

absolutely forfeited to the Principal.

33

Page 34: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CA-08 RETENTION

The Principal will retain 10% of the value of the completed Works from the progress payments resulting from

claims for payment made by the Contractor, up to a maximum of 5% of the Contract Value. This retention

will be paid to the Contractor upon satisfactory completion of the Contract including the Defects Liability

Period.

The Contractor may in lieu provide a guarantee in or to the effect of Form SG2 (See Annexure 2) and given

by a surety approved in writing by the Principal in respect of the amount of retention moneys.

CA-09 UNDERTAKING IN LIEU OF CASH FOR SECURITY OR RETENTION MONEY

An undertaking in lieu of cash for security or retention money shall be in the form set out in ANNEXURES 1

and 2.

CA-10 INSURANCE

To satisfy the requirements of the General Conditions of Contract the Contractor is to advise in writing, prior

to the commencement of work, and when requested during the course of the Contract, that all insurances

required under the Contract have been obtained, and shall submit to the Superintendent for examination the

original or photocopy of each of the relevant insurance policies.

Where a photocopy is provided is it to be certified by an attached letter signed by the Secretary, Manager or

nominated site representative of the Contractor stating that is a true copy of the policy as applicable.

CA-11 AUSTRALIAN STANDARDS MARK

When any manufactured product, required by the Specifications to comply with an Australian Standard is

offered as complying with that Standard by virtue of being marked “Approved to Australian Standards” under

a licensing scheme of the Standards Association of Australia, then the Superintendent before accepting the

product may require some or all of the tests set out in the Australian Standards to be done and passed and

may require inspection of manufacture by a representative.

Acceptance by the Superintendent of any item is not a waiver of any provision of the Specification that the

product meets requirements other than those of the Australian Standards or any other requirement of the

Specification.

Before acceptance, the Superintendent may require from the Contractor a written declaration satisfactory to

the Superintendent that the product was manufactured during the currency of the relevant licence of the

Standards Association of Australia.

34

Page 35: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

CA-12 COMPLIANCE WITH STANDARDS AND CODES

Where the Contract requires the Contractor to comply with any Standard or Code, unless otherwise

specified, the current form of that Standard or Code at the tender closing date shall be applied.

If, subsequent to that date, any such Standard or Code is amended or replaced, the Superintendent may

direct the Contractor to comply with such amendments or new Standard or Code and the Contractor must do

so. If such direction involves a variation to the Works then the value will be determined in accordance with

the General Conditions of Contract.

CA-13 COST ADJUSTMENT

Amounts payable shall not be subject to any adjustment for rise and fall in costs.

CA-14 DIESEL FUEL REBATE

Murray Irrigation Limited is eligible for Diesel Fuel Rebate subject to the conditions of the Australian

Customs ruling. Contractors may be eligible for the rebate. It is the tenderer’s responsibility to establish

whether or not the Diesel Fuel Rebate applies. Murray Irrigation Limited does not involve themselves in the

negotiation between Contractor/Tenderer and Australian Taxation Office or Australian Customs Service

officials.

CA-15 STATUTORY DECLARATIONS

The Contractor is to complete and submit a statutory declaration (Annexure 4) regarding payment of workers

and Sub- Contractors with every claim. Sample copy of a statutory declaration is attached. In addition, the

Contractor is to also submit with every claim a Sub-Contractor’s Statement Regarding Worker’s

Compensation, Pay-roll Tax and Remuneration (Annexure 3) fully completed by each sub-Contractor.

CA-16 ADMINISTRATIVE ARRANGEMENTS

CA-16-01 MEETINGS

The Superintendent or his representative/s will be responsible for the general overseeing and supervision of

the contract. The Contractor will report weekly to the Superintendent. Meetings will be held in the

Principal’s Deniliquin office or any other place as informed by the Superintendent.

CA-16-02 CONTRACTUAL AGREEMENTIn the absence of a formal instrument of agreement, the Contract documents shall comprise:

Letter of acceptance of contract

35

Page 36: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

Condition of tendering including Annexure Part A and B (AS 4000-1997)

Contract Administration

The tender form

The tender schedules

The specification (including the tender brief)

The drawings

Any addenda issued by the Principal during the tender period

Any post tender clarification of documents

CA-16-03 INFORMATION

Unless otherwise expressly identified in the tender, the Contractor must and shall be deemed to have

informed itself of all of the Principal’s requirements in the performance of the project and the nature and

limitations of background information.

CA-17 CONSTRUCTION PROGRAMME

Within 7 days of the date of acceptance of tender, the Contractor shall furnish to the Superintendent for the

Superintendent’s approval, a revision of the construction program attached to the Contractor’s tender.

The program shall indicate the followings:

Working hours

Detailed tasks (each job with starting and completion dates)

Public holidays

Links between tasks

The revised program shall provide but not be limited to construction operations for each item of the schedule

[TS-07 SCHEDULE OF LUMP SUM PRICE], from the time of work commencement to the date for practical

completion indicating the periods during which work was previously in progress as well as estimated future

period of construction operations.

36

Page 37: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

2. SPECIFICATIONS

SECTION A - GENERAL

A.01 WORKING HOURS AND WORKING DAYS

Unless the Contract otherwise provides, the working hours will be up to 9 hours per day worked between

7am and 5pm, and the working days will be Monday to Friday inclusive, but excluding public holidays.

In approving a variation to the working hours the Superintendent may attach conditions. Such conditions

may include but are not limited to a prohibition of or restriction on the performance of work which requires

supervision, and may also include a requirement that the Contractor meets the costs of supervision by or on

behalf of the Principal, or work during times approved by the Superintendent.

A.02 EXISTING SERVICES

Existing services (such as drains, watercourses, public utility and other services) if obstructing the Works

(excluding constructional plant and any temporary works) or if damaged in the course of performing the

Works, shall be dealt with as follows:

If the service is to be continued: Repair, divert, relocate as required.

If the service is to be abandoned: Cut and seal or disconnect and make safe as required.

In either case, to satisfy the authorities concerned. The onus will be on the Contractor to determine

locations of services.

Where an existing service is damaged by the Contractor for any reason whatsoever, the Contractor shall

bear the cost for repairing the service.

The Contractor shall notify the Superintendent immediately upon discovery of services or obstructions not

shown in the Contract documents.

A.03 CUTTING AWAY AND MAKING GOOD

Except where otherwise specified, the Contractor shall do all cutting away, coring, drilling and placing of

sleeves, etc., necessary for the installation of the Works and make good after same in all trades.

A.04 SAFETY OF PLANT AND EQUIPMENT INCORPORATED IN THE WORKS

The Contractor shall supply a signed statement certifying that all plant and equipment designed by the

Contractor for supply or installation in the Works, when used and maintained in accordance with the

37

Page 38: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

published instructions provided, complies with the requirements of the Work Health and Safety Act and all

other applicable legislation concerning health and safety. The Contractor shall include with such statement a

list of any special safety features provided in the plant and equipment as installed and operating.

A.05 PROHIBITION ON SMOKINGSmoking is not permitted on Site except for in areas where designated.

Smoking shall not be permitted in any part of the Works which have been given over to the possession of the

Principal.

Failure to comply with this requirement may result in the Contractor being passed over for future contracts.

The Superintendent may direct the Contractor to remove offenders from the Site.

A.06 SAFETY ON SITE

The Contractor shall maintain, comply and carry out all procedures as outlined and required by the Work

Health and Safety Act 2011 and Regulations 2011. A job specific Safety Management Plan is required to

be forwarded to the Superintendent before commencement of any work at the Sites. The Superintendent

will have the authority to stop work if this plan is not carried out.

Reasonable precautions appropriate to the nature of work and the conditions under which the Contract is to

be performed must, at all times, be taken for the safety of all persons on, or in the vicinity of the Site.

Safety precautions on Site must include but not be limited to, the following matters:

Safety Helmets as defined in AS 1801 must be worn by all employees, agents and visitors of the Contractor.

Wearing of Safety helmets, high visibility clothing and steel capped boots/shoes is an essential requirement of the Contract, notwithstanding the requirements of any Acts or Regulations.

Overhead Protection and Fencing – must be provided as is required by Regulation or obviously necessary

for the protection of persons or property from falling or flying materials or objects.

Safety Protective Clothing, Footwear and Equipment must be provided and worn where required by law or

otherwise where necessary for safety and work Health.

Scaffolding, Handrails, Ramps, and Ladders etc. – must be provided where necessary and must comply with

the relevant legal requirements.

Trenches and Excavations – must be shored, strutted, battered or benched as required by Acts and

Regulations.

38

Page 39: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

Lighting – must be adequate and must not produce unsafe glare.

Explosive Powered Tools – must be operated by personnel holding the appropriate certification.

Blasting Explosives – must only be taken onto Site with the written permission of the Superintendent and

used, handled and stored in accordance with relevant Act and Regulations.

Asbestos and Asbestos Cement – products must be handled in accordance with the Regulations.

Work in Confined Spaces – Proper care is to be exercised whenever a person is required to enter or work in

a confined space. Smoking and naked lights are to be prohibited at all times in any confined space and

within six (6) metres outside of any access opening. If adequate natural ventilation is not available, then

forced ventilation must be used, particularly where engine exhaust gases and toxic fumes are present.

When live sewage is involved, an attendant is to remain as an observer outside near the entrance while any

person is inside the confined space. When entry is first made to any confined space at the start of a shift or

after a meal break, there shall be at least one attendant located outside. Attention is also drawn to AS 2865

– Safety in Confined Spaces and appropriate Regulations such as Guidelines for Work in Pier Holes.

Engine exhaust gases and toxic fumes are to be prevented in enclosed or poorly ventilated working areas.

Electrical Safety – All temporary electrical installation must be carried out in accordance with the NSW

Department of Industrial Relations and Employment current manual - Guidelines for the Set Up and Use of

All Temporary Electrical Installations on Construction Work Sites in NSW, Regulation 133 Construction

Safety Regulations.

The Contractor shall promptly report to the Superintendent all accidents on the Site involving death or

personal injury. If requested by the Superintendent, a written report in the form directed must be furnished.

Reports of all accidents on the Site involving loss of time or incidents with serious accident potential as such

equipment failure, slides, cave-ins, etc, detailing such information as may be required to the Superintendent,

must be promptly submitted. The reports are to be submitted in the form directed by the Superintendent.

A.07 EXISTING FLORA

The Contractor shall adequately protect from damage all trees and other plants which need to be removed or

destroyed for construction operations, or which are shown on the Drawings and/or specified to be retained,

or which are beyond the limits allowed to the Contractor as shown or specified.

A.08 ORDER OF WORK

The Contractor shall submit a program of works for approval by the Superintendent as described pursuant to

Section B Clause B.3 of this tender specification.

39

Page 40: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

A.09 SITE ACCESS

Access is available from the Shire’s road to the vicinity of the site.

The Contractor shall obtain all necessary permits inclusive of access to and egress from the Shire’s Road

Reserves to and from individual works sites and select fill locations prior to commencement.

The Contractor shall be responsible for any upgrading and maintenance of existing access roads and the

construction of any additional roads necessary for carrying out the Works contained within this contract.

The Contractor’s vehicles or tracked equipment shall not use any public roads and bridges unless the

Contractor has made the relevant arrangements with the relevant legislative authority and the approval of

the Superintendent to such arrangement has been obtained.

The cost of construction, repair and maintenance of all roads used by the Contractor in the performance of

the Works shall be deemed to be included in the lump sum amount tendered.

A.10 FACILITIES AND WORKS AREAS

A.10-1 GENERAL

The Contractor shall provide such construction facilities at all sites as necessary for the purposes of the

Contract.

The Contractor shall obtain the Superintendent’s approval prior to the placement of such construction

facilities.

The Principal will not be responsible for damage to and interference with the Contractor’s facilities due to any

operation under the Contract or to inundation or to floods or any other cause.

The Contractor shall provide temporary suitable ablution facilities at all site as necessary for the purposes of

the Contract.

All garbage and refuse shall be collected daily by the Contractor and shall be disposed of as approved by

the Superintendent.

Upon completion of the Works all buildings and construction facilities erected by the Contractor shall remain

the Contractor’s property and shall be dismantled and removed from the Site of the Works or otherwise

disposed of. All pits and other excavations shall be neatly filled in; overhead lines shall be removed and the

area left in a clean and sightly condition.

40

Page 41: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

The cost of construction, operation and maintenance and removal of Contractor’s facilities shall be deemed

to be included in the lump sum amount tendered.

A.10-2 ENVIRONMENTAL PROTECTION OF THE SITE

Entry of oil, grease, fuel or any untreated waste into any watercourse, irrigation channel or drain is

prohibited. Drainage from any area likely to be so contaminated shall be effectively diverted to a suitable pit

which shall be cleaned out as often as directed by the Superintendent, and the contaminated material

disposed of in a manner approved by the Superintendent.

Waste products from machine servicing are to be collected and disposed of in a manner approved by the

Superintendent.

Servicing of plant and fuelling of machines is to be undertaken at locations remote from Watercourses.

Fuel dumps shall only be located at sites and constructed in a manner approved by the Superintendent.

All waste material, including oils, greases and fuel, shall be removed from the site and catchment areas, or

disposed of or treated as approved by the Superintendent.

A.11 WATER SUPPLY

The Principal does not undertake to supply potable or other water supplies under this contract. The

Contractor may make separate provision for water supply subject to the approval of the Superintendent.

The cost of all works to construct and operate water supply facilities shall be deemed to be included in the

Lump Sum amount tendered.

A.12 ELECTRIC POWER FOR CONSTRUCTION PURPOSES

The Principal does not undertake to supply any form of mains power or other power supply under this

contract. The Contractor may make separate provision for such supply subject to the approval of the

Superintendent.

The cost of all works to construct and operate mains power or other power supply facilities shall be deemed

to be included in the Lump Sum amount tendered.

All generating plant required by the Contractor for supply of electric power shall be furnished, operated and

maintained by the Contractor at the Contractor’s own expense.

All costs for electric power supplied shall be met by the Contractor.

41

Page 42: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

42

Page 43: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

A.13 FENCES

Where fences or any parts of fences are removed or opened for the necessary performance of the Works,

temporary stock proof fences shall be provided and maintained at all times during the continuation of the

Contract. Such temporary fences shall be constructed complete with any necessary gates or cattle grids.

Temporary fences shall afford the same protection as the existing fences.

Any fencing or barriers required to be erected by the Contractor for safety or security purposes shall be

subject to the approval of the Superintendent who shall be supplied with keys to any locks placed where

access by the Authority is necessary for the conduct or supervision of the Works.

Loss of stock or inconvenience caused to landholders will be charged to the Contractor.

Any coffer dams constructed shall be temporarily fenced off so that stock cannot cross the channels across

the coffer dam.

The cost of all work described in this Clause shall be deemed to be included in the lump sum amount

tendered.

A.14 OTHER TASKS TO BE CARRIED OUT BY THE CONTRACTOR

After the contract has been awarded, the Contractor shall liaise with local Councils, Murray Irrigation Limited

and landholders as necessary to gain access to sites relevant to the Project.

A.15 INFORMATION SUPPLIED BY MURRAY IRRIGATION LIMITED

A.15.1 LOCATION MAP AND CONSTRUCTION DRAWINGSMurray Irrigation Limited will provide a location map and construction drawings. These documents contain

location of the sites, setting out of structures, elevation of structures/benchmark and other information.

A.15.2 EXPLORATORY EXCAVATIONS AND GEOTECHNICAL SURVEY

The principal has not completed exploratory or geotechnical survey/s for this project

A.15.3 RAINFALL

Information concerning rainfall in the region is available from the Bureau of Meteorology.

The Contractor is deemed to have made due allowance for 1 in 10 year median rainfall events (including

runoff in the immediate vicinity of the site).

43

Page 44: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

SECTION B – JOB SPECIFIC REQUIREMENT

B.1 DESCRIPTION OF WORK

The following is a non-limiting account of the tasks that will be carried out in accordance with the

specifications as specified.

B.2 EXTENT OF WORKS This Contract is to include the supply of labour, materials (excluding pre-cast pits, pipes, pit covers and trash

screen) and plant for the REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS within the Murray Irrigation Limited area of operations. All works must

be completed in accordance to the specifications and drawings.

B.3 CONTRACTOR’S RESPONSIBILITIES AND CONDITIONS

B.3.1 The contractor will be responsible for the REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS and associated metal works, if any.

B.3.2 The Contractor will be responsible for the payment of all wages, overtime, traveling expenses,

workers compensation and insurances (including public liability) incurred in the execution of the

above Contract

B.3.3 The Contractor will be required to make good any damage at his own expense caused to both

Murray Irrigation Limited and the landholder’s property in the execution of the above Contract

B.3.4 The Contractor is required to report immediately to Murray Irrigation Limited, any damage to

Murray Irrigation Limited’s property caused by himself or any persons under his employment

B.3.5 This Contract is a lump sum contract

B.3.6 Remove and reinstate existing fences where shown on the drawings and/or as required

B.3.7 Replace spoil, compact and re-grade disturbed area to an evenly graded and smooth profile to

match existing surface

B.3.8 Contractor shall be responsible for keeping the site clean and tidy during the period of the Contract

B.3.9 Contractor shall be responsible for the installation of block banks across existing channel,

wherever necessary. Prior approval to be sought from superintendent representative before

carrying out any block banks. Contractor has to enter the MIL’s channel at construction point only

B.3.10 Contractor shall be responsible for carry out the removal and disposal of existing structures,

44

Page 45: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

installation of new structure including but not limited to, excavation, compaction and levelling to

grade and/or to match to existing profile as per the drawings and specifications supplied

B.3.11 Compaction tests shall be performed during the construction on the backfill during the pipe

installation. Minimum 98% compaction required. Superintendent Representative shall be informed

prior to carry out any compaction tests. MIL will only pay for successful tests

B.3.12 Pre- cast concrete products will be delivered within 100m radius of the site. Contractor shall be

responsible for transporting them within construction zone.

B.4 PAYMENT

At the progress completion of the works the Contractor will be required to lodge a progress claim for work

undertaken. A Superintendent’s representative Officer from Murray Irrigation Ltd will verify this claim and if

satisfactory, payment will be made. The Contractor to provide the Superintendent a statutory declaration

stating that all workers who have at any time been employed by the Contractor on work under the Contract

have at the date of the request been paid all moneys due and payable to them in request of their

employment on the work under the Contract as stated in clause 38 of AS4000 - 1997.

B.5 REQUIREMENT OF CONTRACT

B.5.1 The Contractor shall carry out the REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS INTHE DENILIQUIN AND WAKOOL AREAS, which includes the associated metal works, if any.

B.5.2 Plant hire, if required, shall be of full responsibility of the Contractor.

B.5.3 The Contractor shall restore the existing channel to match the existing profile for the distance

indicated by the Supervising Officer.

B.5.4 Work Health and Safety Regulations 2011 under the Occupational Health & Safety Act 2011 are to

be complied with at all times.

B.5.5 The Contractor shall deal with all forms of water. This includes both surface and sub- surface

water.

B.5.6 Access tracks shall be left in a condition no worse than before the start of works.

B.5.7 Detailed records and logs must be kept for any additional and provisional work. In such situations

a copy of each day’s log shall be given to the Supervisor before commencement of the next day’s

work. (via Facsimile is acceptable). Failure to comply with this may result in no extra payments

being made.

45

Page 46: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

B.5.8 Pipe construction shall be carried out in accordance with the design drawings (attached) and the

relevant specifications outlined in the following clauses:

B.5.8.1 Select fill used for bedding and haunch material shall be clean sand and or gravel complying with

Clause 9.2.3 of AS3725:2007 and supplied by the Contractor. All select fill material shall be carted

from designated sites.

B.5.8.2 Medium clay for side support and overlay material shall be imported from borrow pits as identified

by the Superintendent’s representative.

B.5.8.3 Overlay material shall be placed in layers to a minimum compacted thickness of 150mm above the

pipe overt.

B.5.8.4 In poor soil areas, an additional layer of select fill bedding material may be required with geo-textile

fabric placed between the trench material and parent material, for the length of the pipe. This is to

be placed under direction by the Superintendent.

B.5.8.5 Backfill material shall be free from large rocks and organic matter, with a maximum particle size of

75mm.

B.5.9 Channel blocks shall not be removed without written approval from the Supervisor.

B.5.10 No work shall begin at any site without prior written approval from the Supervisor.

B.5.11 All fences shall be made stock proof during the work.

B.5.12 The Contractor shall regrade the surface profile to match the adjacent levels, channel bank slopes

and natural surface.

B.5.13 All the levels to be checked by the Contractor prior to start any works, and any discrepancy shall

be brought to the Superintendent or his representative immediately.

B.5.14 The trench shall be kept dry at all times. The Contractor shall install block banks as specified and

install dewatering pumps if required.

B.5.15 Rip- rap and Reno-mattresses shall be installed as per manufacturer’s specifications.

46

Page 47: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

B.6 GENERAL

B.6.1 As per AS 4000 – 1997 Clause 17 Alternative 1, before commencement of any works, the

Contractor shall take out Public Liability Insurance in the joint names of the Principal, the

Contractor, the Superintendent and all Sub Contractors employed from time to time in relation to

the work.

B.6.2 Before commencement of any works, the Contractor shall forward originals of all Insurance policies

relevant to the Contract to the Superintendent so that, approval could be granted to commence

work.

B.6.3 Site specific Safety Management Plan conforming to the Work Health and Safety Act 2011 and

Regulations 2011 has to be provided for approval by Murray Irrigation Ltd before commencement

of any work.

B.6.4 Murray Irrigation LTD does not accept responsibility for damage or loss to privately owned

equipment or tools.

B.6.5 Murray Irrigation LTD will accept no responsibility for any injury incurred while employed in this

Contract.

B.6.7 MIL reserve the right to award parts of the Contract to different tenderers or to award the entire

Contract to one tenderer or not to award the Contract to any tenderer.

B.6.8 The successful tenderer must produce all insurance papers and Security deposit before work can

commence.

B.6.9 The successful tenderer must produce work as executed plan produced by a qualified surveyor.

B.6.10 Tenderers shall submit their own Safety Management Plans with their tender. The winning

tenderer should submit a Job Specific Safety Management Plan for each site, for the approval of

Murray Irrigation Limited before works commence.

B.7 ITEMS SUPPLIED BY MURRAY IRRIGATION LTD

MIL will supply;

Standard construction drawings showing the proposed Layout Plan and sections.

47

Page 48: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

3. APPENDICES AND ANNEXURES

APPENDIX 1- SITE LOCATION MAP

(Separate Volume with Drawings)

APPENDIX 2- TENDER DRAWINGS (Separate volume)

APPENDIX 3 - SPECIFICATION OF WORKS (separate volume)

ANNEXURE 1 – SECURITY DEPOSIT FORM SG-1

ANNEXURE 2 - UNDERTAKING IN LIEU OF RETENTION MONEYS FORM SG-2

ANNEXURE 3 – WORKERS COMPENSATION, PAY-ROLL TAX AND REMUNERATION FORM

ANNEXURE 4 – STATUTORY DECLARATION FORM

48

Page 49: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

ANNEXURE 1FORM SG1

SECURITY DEPOSIT

TO: MURRAY IRRIGATION LIMITED

DENILIQUIN NSW 2710

Whereas Murray Irrigation Limited, ABN 23 067 197 933, hereinafter called “Murray Irrigation”

has accepted the Tender/Quotation of

Insert name and address of Contractor

(Hereinafter called “the Contractor”) for the carrying out of work comprising

Insert details of work including Contract No

(Hereinafter called “the Contract”) and whereas pursuant to the condition forming part of the

Contract, the Contractor is required to lodge with Murray Irrigation security for the due and

proper performance of the Contract to the amount of

Insert sum in words

($ ) now these present witness that at the request of the Contractor and in

consideration of Murray Irrigation at the request of

Insert name of Surety

(Hereinafter called “the Surety”) which latter request is hereby testified, accepting this

undertaking for the purpose of the said security, the Surety unconditionally undertakes to pay to

the Murray Irrigation such sum or sums of money not exceeding

Insert sum in words

($ ) in the aggregate at any time upon demand or demands therefore being made by

Murray Irrigation.

The Surety undertakes to hold itself responsible for the said sum until a notification has been

received from Murray Irrigation that the said sum is no longer required by Murray Irrigation or

until payment is made by the Surety to Murray Irrigation of the whole of the said sum in

accordance with the provisions hereof.

49

Page 50: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

ANNEXURE 1

Should Murray Irrigation notify the Surety that it desires payment to be made to it of the whole or

any of the said sum, the Surety unconditionally agrees that such payment or payments will be

made to Murray Irrigation forthwith without reference to the Contractor for instruction and

notwithstanding the fact that notice may have been given by the Contractor to the Surety not to

pay same.

The Surety reserves the right to terminate its liability hereunder at any time upon payment to

Murray Irrigation of the said sum of

Insert sum in words

($ ) No variation of the said Contract or concession or indulgence granted by Murray

Irrigation to the Contractor in respect of its performance of the said Contract of any waiver of any

of Murray Irrigation’s rights there under shall have the effect of altering the Surety’s obligation

hereunder notwithstanding the fact that such variation concession indulgence or waiver is not

brought to the notice of the Surety.

Dated at the day of 2015

Signatories to be

identified and

their capacities

shown.

In the case of

Power of Attorney,

declaration of

non-revocation

is to be made.

Duty stamp is to

be affixed and

cancelled.

50

Page 51: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

ANENXURE 2

FORM SG2

UNDERTAKING IN LIEU OF RETENTION MONEYS

TO: MURRAY IRRIGATION LIMITED

DENILIQUIN NSW 2710

Whereas Murray Irrigation Limited, ABN 23 067 197 933, hereinafter called “Murray Irrigation”

has accepted the Tender/Quotation of

Insert name and address of Contractor

(Hereinafter) called “the Contractor”) for the carrying out of work comprising

Insert details of work including Contract No

(Hereinafter called “the Contract”) and whereas the conditions forming part of the Contract

provide for the making by Murray Irrigation of progress payments to the Contractor upon the

requirements of the Contract being satisfies and whereas the Contract provides for the

deduction and withholding by Murray Irrigation of retention monies from the progress

payments due to the Contractor now these present witness that at the request of the

Contractor and in consideration of Murray Irrigation at the request of

Insert name of Surety

(Hereinafter called “the Surety”) which latter request is hereby testified, accepting this

undertaking for the purpose of the said security in lieu of Murray Irrigation deducting retention

monies pursuant to the Conditions forming part of the Contract the Surety unconditionally

undertakes to pay to the Murray Irrigation such sum or sums of money not exceeding

Insert sum in words

($ ) in the aggregate at any time upon demand or demands therefore being made by

Murray Irrigation.

The Surety undertakes to hold itself responsible for the said sum until a notification has been

received from Murray Irrigation that the said sum is no longer required by Murray Irrigation or

until payment is made by the Surety to Murray Irrigation of the whole of the said sum in

accordance with the provisions hereof.

51

Page 52: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

ANNEXURE 2

Should Murray Irrigation notify the Surety that it desires payment to be made to it of the whole or

part of the said sum the Surety unconditionally agrees that such payment or payments will be

made to Murray Irrigation forthwith without reference to the Contractor for instructions and

notwithstanding the fact that notice may have been given by the Contractor to the Surety not to

pay same.

The Surety reserves the right to terminate its liability hereunder at any time upon payment to

Murray Irrigation of the said sum of

Insert sum in words

($ ) No variation of the said Contract or concession or indulgence granted by Murray

Irrigation to the Contractor in respect of its performance of the said Contract of any waiver of any

of Murray Irrigation’s rights there under shall have the effect of altering the Surety’s obligation

hereunder notwithstanding the fact that such variation concession indulgence or waiver is not

brought to the notice of the Surety.

Dated at the day of 2015

Signatories to be

identified and

their capacities

shown.

In the case of

Power of Attorney,

declaration of

non-revocation

is to be made.

Duty stamp is to

be affixed and

cancelled.

52

Page 53: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

ANNEXURE 3

Workers compensation, pay-roll tax and remuneration

53

Page 54: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

54

Page 55: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

55

ANNXURE - 4

Page 56: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

56

Page 57: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

57

Page 58: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

4. TENDER FORM AND TENDER SCHEDULES

MURRAY IRRIGATION LIMITED

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

LUMP SUM TENDER FORM

The undersigned Tenderer hereby tenders to provide the materials and perform the

whole of the work required for

Insert name

of tender

in conformity with the Drawings, Specification, General Conditions, Preliminaries,

Addenda ( Nos) and other documents for the lump sum of

Tenderer to insert

Lump sum price

dollars ($ ) excluding GST and to

complete the same by 15th July, 2015.

The Tenderer undertakes to provide the security deposit required by the Preliminaries

within fourteen (14) days after the notification of acceptance of this tender. The tenderer

will execute and deliver to Murray Irrigation Limited the formal legal documents

confirming the contract, if required to do so by the Principal, within fourteen (14) days

after such request is made.

Insert Date

DATED this day of 2015

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

Address of Tenderer ................................................................

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

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

NOTE: All blanks to

be filled in by

tenderer

If a firm, name of individual ................................................................

members of firm to be ................................................................

stated here: ................................................................

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

58

Page 59: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-01 SCHEDULE OF COMPANY DETAILS

Registered Business Name .........................................................................……….

.........................................................................………..

Registered Business Address .........................................................................………..

.........................................................................………..

Telephone No .........................................................................………..

Fax No .........................................................................………..

E-mail address …………………………………………………………………...

Type of Company

(eg. Corporation/Partnership) .........................................................................………..

If Company state whether holdingcompany or subsidiary and give

name: .........................................................................………..

Date of Formation/Registration of

Company .........................................................................………..

Full Name of all Directors or

Partners .........................................................................………..

Number of Full Time Permanent

Employees .........................................................................………..

- Professional Engineers .........................................................................………..

- Other Professionals .........................................................................………..

- Foremen/Supervisors ........................................................................………..

- Tradesmen .........................................................................………..

- Labourers .........................................................................………..

NAME OF TENDERER .........................................................................………..

SIGNATURE .........................................................................………..

DATE .........................................................................………..

NAME OF WITNESS .........................................................................………..

SIGNATURE .........................................................................………..

DATE .........................................................................………..

59

Page 60: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-02 SCHEDULE OF FINANCIAL POSITIONa) State the Company's annual turnover for the last five financial years:

2013/14 ..............................................................................................………..

2012/13 ..............................................................................................………..

2011/12 ..............................................................................................………..

2010/11 ..............................................................................................………..

2009/10 ..............................................................................................………..

b) Company Bank:

Name ..............................................................………..

Address ..............................................................………..

Phone No ..............................................................………..

Contact ..............................................................………..

c) Company Accountant

Name ..............................................................………..

Address ..............................................................………..

Phone No ..............................................................………..

d) Do you authorise your bankers and/or Accountant Bankers - Yes / No

to discuss your firm's financial position as part of

assessment Accountant - Yes / No

e) Operating Overdraft: Yes / No

- Amount Limit ....................................................................................………..

- Terms ....................................................................................………..

f) State details of financial resources available .........................................………..

for working capital. (Nominate source and .........................................………..

amount, eg. Overdraft $100,000) .........................................………..

g) This Contract will require a security deposit within 14 days of the Acceptance of the Tender.

Confirm your firm's capability to provide Security in Bank Guarantee/Bank Cheque for the

amount(s) required by the Preliminaries .

h) Year of audited financial statement .........................................………..

NAME OF TENDERER ....................................................……………………………….

SIGNATURE ....................................................……………………………….

DATE ....................................................……………………………….

60

Page 61: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

WITNESS ....................................................………………………………

61

Page 62: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-03 SCHEDULE OF PERSONNEL

The undersigned Tenderer hereby provides a list of personnel to be engaged under the Contract.

Name Designation

NAME OF TENDERER .........................................................................………..

SIGNATURE .........................................................................………..

DATE .........................................................................………..

WITNESS .........................................................................………..

62

Page 63: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-04 SCHEDULE OF PLANT AND MACHINERY

The undersigned Tenderer hereby intends to deploy the following machinery under the Contract.

Machine Number Capacity

NAME OF TENDERER .........................................................................………..

SIGNATURE .........................................................................………..

DATE .........................................................................………..

WITNESS .........................................................................………..

63

Page 64: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-05 SAFE WORK METHOD STATEMENT AND WORK PROGRAMME

NAME OF TENDERER .........................................................................………..

SIGNATURE .........................................................................………..

DATE .........................................................................………..

WITNESS .........................................................................………..

64

Page 65: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-06 SCHEDULE OF PAST EXPERIENCE IN SIMILAR WORKS FOR LAST 05 YEARS

Principal Name of

Contract

Contract

Value

Duration Year Nature of the Work

NAME OF TENDERER .........................................................................………..

SIGNATURE .........................................................................………..

DATE .........................................................................………..

WITNESS .........................................................................………..

65

Page 66: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF ROAD CULVERT ON FARM CHANEL AT HENDERSON ROAD (JOB NO: DFB018)

TS-07 SCHEDULE OF LUMP SUMThe quantities shown in the Schedule of Estimated Quantities are guidelines only and are not guaranteed

to be the actual or correct quantities of work to be carried out. In preparing its Schedule of Lump Sum,

the Tenderer shall:

a) assume to have made his /her own estimates and quantities of work required to be carried out

for the lump sum set out below

b) Include all items for which the Principal has suggested as Provisional Quantity in the schedule of

Estimated Quantities.

c) use the Provisional Quantities (if any) suggested by the Principal in the Schedule of Estimated

Quantities

d) Only include items which form part of the Works as described in the tender documents.

NOTE: ALL THE FOLLOWING ITEMS OF WORK SHALL INCLUDE LABOUR, OVERHEADS,

MATERIALS AND PROFITS.

REPLACEMENT OF ROAD CULVERT ON FARM CHANNEL AT HENDERSON ROAD

Item No.

Description of works UnitAmount ($)

(Excluding GST)

1 Site establishment & m/c mobilization Item

2 Blocking banks and handling of water Item

3Comply with current Work Health and Safety Act and

Regulations Item

4 Organising and Managing Traffic Control Plan Item

5 Removal and disposal of existing structure Item

6 Excavation for pipe trench and pit structures as shown

in MIL drawings (approx. 50 m3)Item

7 Install PC inlet & outlet pits as shown in MIL drawings

and specifications (2 pits)Item

8

Lay & join 750 mm diameter RRJ concrete pipes

including construction of pipe supports, rubber ring

joints and Hiseal-tg polyurethane sealant or equivalent

(10 pipes )

Item

66

Page 67: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

9

Supply, spread and compact clay backfill (approx. 120

m3). If backfill material is not available as required on

site, then haulage will be paid as per TS-10

Item

10

Supply, spread and compact select fill support to 750

mm diameter pipe (10 pipes)Item

11Supply, spread and compact DGB 20 on the access

for better access (approx. 25 m3)Item

12WAE levels/drawings by a qualified surveyor using

GPSItem

13

Reshape channel, reinstate site including

removal/disposal of surplus materials/debris, grading

and fencing

Item

Total of Lump Sum

PROVISIONAL SUM ITEMS

Item No

Description of Work Nos Unit RateAmount($)

Excluding GST

14 Construct and removal of temporary bypass 1 Item

15Supply and place Type-3 Rip-rap laid on A14

Bidim or equivalent as per specification40 m2

16 Compaction test including supervision 4 Nos.

17 Supply and install end assemblies 6 Nos.

18 Supply and install 14’ gate 2 Nos

19 Supply and install traditional fencing 24 m

Total of Provisional Sum

Lump Sum Amounts ($)

Provisional Sum Amount ($)

Contract Sum ($)

Tenderer’s Signature ............................................

Witness .............................................

67

Page 68: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF ROAD CULVERT ON FARM CHANEL AT BALPOOL ROAD (JOB NO: WFB013)

TS-07 SCHEDULE OF LUMP SUMThe quantities shown in the Schedule of Estimated Quantities are guidelines only and are not guaranteed

to be the actual or correct quantities of work to be carried out. In preparing its Schedule of Lump Sum,

the Tenderer shall:

e) assume to have made his /her own estimates and quantities of work required to be carried out

for the lump sum set out below

f) Include all items for which the Principal has suggested as Provisional Quantity in the schedule of

Estimated Quantities.

g) use the Provisional Quantities (if any) suggested by the Principal in the Schedule of Estimated

Quantities

h) Only include items which form part of the Works as described in the tender documents.

NOTE: ALL THE FOLLOWING ITEMS OF WORK SHALL INCLUDE LABOUR, OVERHEADS,

MATERIALS AND PROFITS.

REPLACEMENT OF ROAD CULVERT ON FARM CHANNEL AT BALPOOL ROAD

Item No.

Description of works UnitAmount ($)

(Excluding GST)

1 Site establishment & m/c mobilization Item

2 Blocking banks and handling of water Item

3Comply with current Work Health and Safety Act and

Regulations Item

4 Organising and Managing Traffic Control Plan Item

5 Removal and disposal of existing structure Item

6 Excavation for pipe trench and pit structures as shown

in MIL drawings (approx. 40 m3)Item

7 Install PC inlet & outlet pits as shown in MIL drawings

and specifications (2 pits)Item

8

Lay & join 750 mm diameter RRJ concrete pipes

including construction of pipe supports, rubber ring

joints and Hiseal-tg polyurethane sealant or equivalent

(10 pipes )

Item

68

Page 69: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

9

Supply, spread and compact clay backfill (approx. 140

m3). If backfill material is not available as required on

site, then haulage will be paid as per TS-10

Item

10

Supply, spread and compact select fill support to 750

mm diameter pipe (10 pipes)Item

11Supply, spread and compact DGB 20 on the access

for better access (approx. 20 m3)Item

12WAE levels/drawings by a qualified surveyor using

GPSItem

13

Reshape channel, reinstate site including

removal/disposal of surplus materials/debris, grading

and reinstate existing fencing

Item

Total of Lump Sum

PROVISIONAL SUM ITEMS

Item No

Description of Work Nos Unit RateAmount($)

Excluding GST

14 Construct and removal of temporary bypass 1 Item

15Supply and place Type-3 Rip-rap laid on A14

Bidim or equivalent as per specification52 m2

16 Compaction test including supervision 4 Nos.

Total of Provisional Sum

Lump Sum Amounts ($)

Provisional Sum Amount ($)

Contract Sum ($)

Tenderer’s Signature ............................................

Witness .............................................

69

Page 70: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF ROAD CULVERT ON MALAN 12 CHANNEL AT PINE POINT LANE (JOB NO: WFB014)

TS-07 SCHEDULE OF LUMP SUMThe quantities shown in the Schedule of Estimated Quantities are guidelines only and are not guaranteed

to be the actual or correct quantities of work to be carried out. In preparing its Schedule of Lump Sum,

the Tenderer shall:

i) assume to have made his /her own estimates and quantities of work required to be carried out

for the lump sum set out below

j) Include all items for which the Principal has suggested as Provisional Quantity in the schedule of

Estimated Quantities.

k) use the Provisional Quantities (if any) suggested by the Principal in the Schedule of Estimated

Quantities

l) Only include items which form part of the Works as described in the tender documents.

NOTE: ALL THE FOLLOWING ITEMS OF WORK SHALL INCLUDE LABOUR, OVERHEADS,

MATERIALS AND PROFITS.

REPLACEMENT OF ROAD CULVERT ON MALAN 12 CHANNEL AT PINE POINT LANE

Item No.

Description of works UnitAmount ($)

(Excluding GST)

1 Site establishment & m/c mobilization Item

2 Blocking banks and handling of water Item

3Comply with current Work Health and Safety Act and

Regulations Item

4 Organising and Managing Traffic Control Plan Item

5 Removal and disposal of existing structure Item

6 Excavation for pipe trench and pit structures as shown

in MIL drawings (approx. 40 m3)Item

7 Install PC inlet & outlet pits as shown in MIL drawings

and specifications (2 pits)Item

8

Lay & join 750 mm diameter RRJ concrete pipes

including construction of pipe supports, rubber ring

joints and Hiseal-tg polyurethane sealant or equivalent

(10 pipes )

Item

70

Page 71: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

9

Supply, spread and compact clay backfill (approx. 160

m3). If backfill material is not available as required on

site, then haulage will be paid as per TS-10

Item

10

Supply, spread and compact select fill support to 750

mm diameter pipe (10 pipes)Item

11Supply, spread and compact DGB 20 on the access

for better access (approx. 20 m3)Item

12WAE levels/drawings by a qualified surveyor using

GPSItem

13

Reshape channel, reinstate site including

removal/disposal of surplus materials/debris, grading

and reinstate existing fencing

Item

Total of Lump Sum

PROVISIONAL SUM ITEMS

Item No

Description of Work Nos Unit RateAmount($)

Excluding GST

14 Construct and removal of temporary bypass 1 Item

15Supply and place Type-3 Rip-rap laid on A14

Bidim or equivalent as per specification56 m2

16 Compaction test including supervision 4 Nos.

Total of Provisional Sum

Lump Sum Amounts ($)

Provisional Sum Amount ($)

Contract Sum ($)

Tenderer’s Signature ............................................

Witness .............................................

71

Page 72: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF SUBWAY UNDER MOULAMEIN 6 ON M055 (JOB NO: DFC009)

TS-07 SCHEDULE OF LUMP SUMThe quantities shown in the Schedule of Estimated Quantities are guidelines only and are not guaranteed

to be the actual or correct quantities of work to be carried out. In preparing its Schedule of Lump Sum,

the Tenderer shall:

m) assume to have made his /her own estimates and quantities of work required to be carried out

for the lump sum set out below

n) Include all items for which the Principal has suggested as Provisional Quantity in the schedule of

Estimated Quantities.

o) use the Provisional Quantities (if any) suggested by the Principal in the Schedule of Estimated

Quantities

p) Only include items which form part of the Works as described in the tender documents.

NOTE: ALL THE FOLLOWING ITEMS OF WORK SHALL INCLUDE LABOUR, OVERHEADS,

MATERIALS AND PROFITS.

REPLACEMENT OF SUBWAY UNDER MOULAMEIN 6 ON M055

Item No.

Description of works unitAmount ($)

(Excluding GST)

1 Site establishment & m/c mobilization Item

2 Blocking banks and handling of water Item

3Comply with current Work Health and Safety Act and

Regulations Item

4 Excavation for pipe trench and pit structures as

shown in MIL drawings (approx. 110 m3)

Item

5 Install PC inlet & outlet pits as shown in MIL drawings

and specifications (2 pits)

Item

6

Lay & join 600mm diameter RRJ concrete pipes

including construction of pipe supports, rubber ring

joints and Hiseal-tg polyurethane sealant or

equivalent (11 pipes )

Item

7

Supply, spread and compact clay backfill (approx.

100 m3).

Item

8

Supply, spread and compact select fill support to 600

mm diameter pipe (15 pipes)

Item

72

Page 73: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

9WAE levels/drawings by a qualified surveyor using

GPSItem

10

Reshape channel, reinstate site including

removal/disposal of surplus materials/debris, grading

and reinstate existing fence

Item

Total of Lump Sum

PROVISIONAL SUM ITEMS

Item

NoDescription of Work Nos Unit Rate

Amount($)

Excluding GST

11Supply and place Type-3 Rip-rap laid on

A14 Bidim or equivalent as per specification20 m2

12 Compaction test including supervision 4 Nos.

Total of Provisional Sum

Lump Sum Amounts ($)

Provisional Sum Amount ($)

Contract Sum ($)

Tenderer’s Signature ............................................

Witness.............................................

73

Page 74: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF SUBWAY UNDER DENIBOOTA 6 AT TANTONAN ROAD (JOB NO: DFC010)

TS-07 SCHEDULE OF LUMP SUMThe quantities shown in the Schedule of Estimated Quantities are guidelines only and are not guaranteed

to be the actual or correct quantities of work to be carried out. In preparing its Schedule of Lump Sum,

the Tenderer shall:

q) assume to have made his /her own estimates and quantities of work required to be carried out

for the lump sum set out below

r) Include all items for which the Principal has suggested as Provisional Quantity in the schedule of

Estimated Quantities.

s) use the Provisional Quantities (if any) suggested by the Principal in the Schedule of Estimated

Quantities

t) Only include items which form part of the Works as described in the tender documents.

NOTE: ALL THE FOLLOWING ITEMS OF WORK SHALL INCLUDE LABOUR, OVERHEADS,

MATERIALS AND PROFITS.

REPLACEMENT OF SUBWAY UNDER DENIBOOTA 6 AT TANTONAN ROAD

Item No.

Description of works unitAmount ($)

(Excluding GST)

1 Site establishment & m/c mobilization Item

2 Blocking banks and handling of water Item

3Comply with current Work Health and Safety Act and

Regulations Item

4 Organising and Managing Traffic Control Plan Item

5 Excavation for pipe trench and pit structures as

shown in MIL drawings (approx. 100 m3)

Item

6 Install PC inlet & outlet pits as shown in MIL drawings

and specifications (2 pits)

Item

7

Lay & join 600mm diameter RRJ concrete pipes

including construction of pipe supports, rubber ring

joints and Hiseal-tg polyurethane sealant or

equivalent (9 pipes )

Item

8

Supply, spread and compact clay backfill (approx. 92

m3).

Item

74

Page 75: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

9

Supply, spread and compact select fill support to 600

mm diameter pipe (9 pipes)

Item

10WAE levels/drawings by a qualified surveyor using

GPSItem

11

Reshape channel, reinstate site including

removal/disposal of surplus materials/debris, grading

and reinstate existing fence

Item

Total of Lump Sum

PROVISIONAL SUM ITEMS

Item

NoDescription of Work Nos Unit Rate

Amount($)

Excluding GST

12Supply and place Type-3 Rip-rap laid on

A14 Bidim or equivalent as per specification16 m2

13 Compaction test including supervision 4 Nos.

Total of Provisional Sum

Lump Sum Amounts ($)

Provisional Sum Amount ($)

Contract Sum ($)

Tenderer’s Signature ............................................

Witness.............................................

75

Page 76: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-08 SUMMARY SHEET (PRICES TO BE EXCLUSIVE OF GST)

S.N.JOB NO.

DESCRIPTION CHANNELAMOUNT

($)1 DFB018

REPLACEMENT OF ROAD CULVERT AT

HENDERSON ROAD FOR OUTLET E557A/1

FARM

CHANNEL

LUMP SUM

PROVISIONAL SUM

CONTRACT SUM

S.N. JOB NO. DESCRIPTION CHANNELAMOUNT

($)2 WFB013

REPLACEMENT OF ROAD CULVERT AT BALPOOL

ROAD FOR OUTLET W427/1

FARM

CHANNEL

LUMP SUM

PROVISIONAL SUM

CONTRACT SUM

S.N JOB NO: DESCRIPTION CHANNELAMOUNT

($)3 WFB014

REPLACEMENT OF ROAD CULVERT ON MALLAN

12 CHANNEL AT PINE POINT LANE

MALLAN

12

LUMP SUM

PROVISIONAL SUM

CONTRACT SUM

76

Page 77: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

S.N.JOB NO.

DESCRIPTION CHANNELAMOUNT

($)4 DFC009

REPLACEMENT OF ROAD SUBWAY UNDER

MOULAMEIN 6 FOR M055

MOULAM-

EIN 6

LUMP SUM

PROVISIONAL SUM

CONTRACT SUM

S.N.JOB NO.

DESCRIPTION CHANNELAMOUNT

($)5 DFC010

INSTALLATION OF SUBWAY UNDER DENIBOOTA 6

AT TANTONAN ROAD

DENIBOO-

TA 6

LUMP SUM

PROVISIONAL SUM

CONTRACT SUM

TOTAL LUMP SUM (5 SITES)

TOTAL PROVISIONAL SUM (5 SITES)

TOTAL CONTRACT SUM (5 SITES)

Tenderer’s Signature ............................................

Witness .............................................

77

Page 78: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-09 SCHEDULE OF SUBCONTRACTORSList or append here, all information about Sub-Contractors, Plant and Equipment Hiring Firms that the

Tenderer proposes to use.

Name and Address of Sub-Contractor/ Plant and

Equipment Hiring Firms

Type of Work proposed for

Sub-Contractor/ Plant and Equipment Hiring

Firms

NAME OF TENDERER .........................................................................………..

SIGNATURE .........................................................................………..

DATE .........................................................................………..

WITNESS .........................................................................………..

78

Page 79: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

MURRAY IRRIGATION LIMITED

LUMP SUM CONTRACT

CONTRACT NO: IS CR 15.2

REPLACEMENT OF THREE CULVERTS AND TWO SUBWAYS IN THE DENILIQUIN AND WAKOOL AREAS

TS-10 SCHEDULE OF PRICES FOR SUPERINTENDENT DIRECTED VARIATION TO CONTRACT1. Excavate, load, transport and unload back fill materials from alternative sites (Round Trip).

No. Description Price Per m3

1 0 - 1 km HAULAGE

2 1 - 3 km HAULAGE

3 3 - 5 km HAULAGE

4 5 - 7 km HAULAGE

5 7 - 10 km HAULAGE

6 10 – 15 km HAULAGE

7 15 - 25 km HAULAGE

8 25 – 35 km HAULAGE

9 Over 35 km HAULAGE

2. Plant & Machinery

No. Description Capacity Rate

1 Excavator

2 Compacting Roller

3 Tip Trucks

4 Grader

5 Backhoe

6 Crane

7 Pump

9

3.0 Fencing

No Description Unit Price per Unit

1 Supply and install traditional fencing m

2 Supply and install post and rail fencing m

3 Supply and install 12’ gate no

4 Supply and install 14’ gate no

5 Supply and install end assembly no

79

Page 80: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

6 Supply and install 4” dia. Steel post no

7 Restrain fencing no

8 Resewing existing fence gate no

4.0 Other items

No. Description Unit Price per Unit

1Supply and placement of Type-3 Rip-Rap

Laid on A14 BIDIM or equivalent geo-fabricm2

2

Supply and placement of Type-3 Rip-Rap in PVC

coated Renomattress laid on A14 BIDIM or

equivalent geo-fabric

m2

2

Lay & join 600 mm diameter RRJ concrete pipes

including excavation, construction of pipe supports,

rubber ring joints and Hiseal-tg polyurethane sealant

or equivalent including excavation, back filling and

compaction

Pipe

3

Lay & join 750 mm diameter RRJ concrete pipes

including excavation, construction of pipe supports,

rubber ring joints and Hiseal-tg polyurethane sealant

or equivalent including excavation, back filling and

compaction

Pipe

4

Lay & join 900 mm diameter RRJ concrete pipes

including excavation, construction of pipe supports,

rubber ring joints and Hiseal-tg polyurethane sealant

or equivalent including excavation, back filling and

compaction

Pipe

7Excavation and disposal of excess unsuitable

materialm3

8 Spread and compact suitable backfill material m3

9

Supply and placement of cast in situ 32MPa

concrete (100-300 mm thick) including formwork,

single layer mesh (SL81), stripping, backfilling and

bagging etc.

m3

10 Supply, spread and compact DGB 20 m3

80

Page 81: 4.TENDER FORM AND TENDER SCHEDULES document... · Web view5.Financial Capacity Mandatory 6.Capacity to complete the works Mandatory 7.Occupational Health and Safety compliance Mandatory

5.0 Materials

Actual net direct materials cost, including cash and trade discounts and freight, plus ____% of direct materials

cost.

6.0 Travel and accommodation

2.1 Travel $_______ per km

2.2 Accommodation $_______ per person/daily

2.3 Meals $_______ per person/daily

7.0 Labour Rates

Personnel $/hr

Labour

Supervisor

Others

Tenderer's Signature ........................................ Witness ..............................

81