table of contents - axiom consulting engineers

46
CONTRACT 798-01 CONSTRUCTION OF CIVIL WORKS AT 217 JOSEPH STREET, CANADIAN STAGE 1 & 2 FOR WILJOSE PTY LTD COUGHLAN CIVIL PTY LTD ABN 99 100 526 458 6 WEBSTER STREET BALLARAT VIC 3350 PHONE: 03 5331 2688

Upload: others

Post on 10-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

CONTRACT 798-01

CONSTRUCTION OF CIVIL WORKS

AT

217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

FOR

WILJOSE PTY LTD

COUGHLAN CIVIL PTY LTD ABN 99 100 526 458

6 WEBSTER STREET

BALLARAT VIC 3350

PHONE: 03 5331 2688

TABLE OF CONTENTS

TENDER DOCUMENTS

- INVITATION TO TENDER

- TENDER CONDITIONS - SCOPE OF WORK (SCHEDULE 1) - SCHEDULE 2

- SPECIFICATIONS - GENERAL CONDITIONS OF CONTRACT - SPECIAL CONDITIONS - PLANS - WORKPLACE HEALTH AND SAFETY MANAGEMENT PLAN

FORMAL INSTRUMENT OF AGREEMENT

Ref: 798-02

28TH March 2017

Dear Tenderer,

INVITATION TO TENDER CIVIL WORKS ASSOCIATED WITH 217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

Coughlan Civil Pty Ltd has been engaged by Wiljose Pty Ltd to provide Civil Engineering services, including Construction Administration, at the above-mentioned development. Accordingly, you are invited to submit a tender to carry out the associated civil site works in accordance with the enclosed tender documentation. I ask that you read the tender documents, and if you have any queries, contact the undersigned to discuss. Submissions should be received, addressed to the undersigned, at our office by 4pm on Wednesday 12th April 2017. Tenders may be delivered by person, surface mail, or email and should include as a minimum the following documentation: - The Tender Form - Schedule of Rates including the title page I look forward to receiving your tender, and invite any queries during the tender process. Yours faithfully Coughlan Civil Pty Ltd

Mark Williams Civil Engineer

TENDER FORM AS 2124-1992

Name of person, firm or

company tendering USE BLOCK LETTERS

Address

Description of works

List Documents

No general description

Suffice

When the tender documents provide that the tender is to

be a lump sum only (2)

does not apply.

When the tender documents

provide that the tender is to be a Schedule of Rates

only, (1) does not apply.

If the tenderer is a firm the

full names of the individual members of the firm must

be stated here.

Insert date.

…………………………………………………………………………..

of………………………………………………………....................................................

hereby tender(s) to perform the work for:

Construction of Civil works at 217 Joseph Street, Canadian Stage 1 & 2

For Wiljose Pty Ltd (Contract No. 798-01) in accordance with the following Documents:

* Australian Standard AS2124-1992

* Coughlan Civil Contract No. 798-01

* Coughlan Civil Drawings as listed in the Annexures to the tender documentation:

* Schedule 1

* Schedule 2

* Infrastructure Design Manual as adopted by City of Ballarat including Standard Drawings.

* Relevant Vicroads standards and specifications as detailed

1. For the lump sum of ………………………………………………………..Dollars and

……………. Cents($0.00)

2. At the rates in the attached Schedule of Rates

…………………………………………………………………………………………………

DATED this ......……....... day of ...…............... 2017

……………………………………………….

Signature of Tenderer

By signing this form, I/we acknowledge that we are in possession of the documentation listed

above and that we understand that the scope of works is described by that documentation.

Project: 798-01 & 02

217 Joseph Street, Canadian Stage 1 & 2

CLOSING DATE: 12th April 2017

TENDERER

Company:

Contact Person:

Address:

TENDER

A. Roads & Drainage Works

B. Sewer Reticulation

D. Water Reticulation

TOTAL TENDER AMOUNT:

SIGNATURE OF AUTHORISED PERSON:

PRINTED NAME:

DATE OF TENDER:

-

Quantities are calculated with care but are not guaranteed.

Tenderers should verify quantities for themselves and advise Coughlan Civil of any

apparent discrepancies with the drawings and or schedule. Variations resulting from such

discrepancies will not be considered under the contract.

217 JOESEPH STREET 

STAGE 1 and 2

Item No. Description of Works Qty Unit Rate Extended

($) Amount ($)

0 SITE ESTABLISHMENT0.1 Allow for establishment on site of all plant and facilities and obtaining of road

opening permits, etc. Preparation and implementation of Project

Management Plan including identification of site hazards, all necessary

training, signage, temporary or permanent works to meet legislative,

workcover and construction industry guidelines and environmental

management plan implementation and maintenance all as specified.

1 Item $ -

0.2 Preparation and implementation of traffic management plan for works for the

duration of the project as required. TMP for works on Joseph St to be

submitted to relevant authorities for approval. To be submitted to

Superintendent for project records.

1 Item $ -

0.3 Proving of services on site prior to works on site. Results of proving to be

submitted to Superintendent for review PRIOR to commencement of works. 1 Item $ -

0.4 Grubbing and clearing of site including the removal and proper disposal of all

redundant fences, abandoned equipment and deleterious material, etc. 1 Item $ -

1 EARTHWORKSEarthworks in all ground conditions. Excavate to design subgrade for road

pavement, parking bays, kerb and channel, footpaths, allotments, batters

and naturestrips. Work to include stripping & stockpiling of topsoil, forming,

boxing, trimming to shape and filling under controlled conditions (for both

road pavements and allotments) and compaction of subgrade. Excess

topsoil to be retained on-site to satisfaction of Superintendent. Excess clay

and rock to be removed from site. Temporary catch drains to have straw

bale filters.

1.1 Removal/stripping and excavation of 100mm topsoil 26088 m2 $ -

1.2 Excavate and cart material to fill zone withnin site 5449 m3 $ -

1.3 Excavate and cart material to approved stockpile location adjacent to future 2085 m3 $ -

1.4 Placement and compaction of select material from the excavation under 5449 m3 $ -

1.5 Topsoiling to nature strips, allotments, and reserves of 100mm layer.

Topsoil obtained from Item 1.1. 19449 m2 $ -

2 ROAD PAVEMENTSupply of all materials, plant and labour for the construction as specified of

the following courses:

2.1 ROAD 1, 2, AND RODIER STREET

2.1.1 35 mm compacted thickness of 7mm Aggregate asphalt 4197 m2 $ -

2.1.2 Prime 4197 m2 $ -

2.1.3 165 mm compacted depth of 20 mm class 1 fine crushed rock (95%

compaction for base layer)4197 m

2 $ -

2.1.4 205 mm compacted depth of 20 mm class 3 fine crushed rock (97%

compaction for base layer)4999 m

2 $ -

2.1.5 Compaction of Subgrade 4999 m2 $ -

2.2 JOSEPH STREET

2.1.6 Sawcut, removal and disposal of existing bitumen on Joseph Street leaving

existing crush rock base.250 m

2 $ -

2.1.7 Regulate and compact existing cruch rock base to Council satisfaction 250 m3 $ -

2.1.8 Resurfacing of existing Joseph Street including prime and associated

materials. 250 m3 $ -

3 CONCRETE WORKSConstruction of concrete works as specified including supply of all labour and

materials

3.1 KERB

Concrete kerb and channel including kerbing, layback kerb and channel for

pram and vehicle crossings where required, reinforcement all, transitions and

preparation of 50mm thick compacted FCR bedding as follows,

3.1.1 Barrier kerb and channel BCB2 and BCB3 1194 Lm $ - 3.1.2 Demolition and disposal of existing kerb on Joseph Street in accordance with

plan 798RD-01-0245 Lm $ -

3.1.3 300mm Edge Strip 7 Lm $ - 3.1.4 Remove and disposal of 300mm edge strip at the end of existing Rodier

Street7 Lm $ -

3.1.5 Existing SEP on Joseph St to be match into proposed kerb return. Levels to

be adjusted as required.1 Item $ -

3.2 VECHICLE CROSSOVER

3.2.1 Industrial vehicle crossings to Council standards. See plans as pram

crossing layouts and arrangements vary. Rate should include for varying

types.4 No $ -

3.3 Footpath

3.3.1 Footpath, 1.5m Wide * 125mm deep on 75mm CL3 FCR base to detail and

BCC standards878 Lm $ -

3.3.2 Pram crossing 125mm deep on 75mm Cl3 FCR base to detail and BCC

standards including Tactile Ground Surface Indicators. See plans as pram

crossing layouts and arrangements vary. Rate should include for varying

types.

10 No $ -

A. Roads and Drainage

217 JOESEPH STREET 

STAGE 1 and 2

4 DRAINAGE Construction of drainage works as specified including supply of all labour and

materials

4.1 DRAINAGE PIPES & BOX CULVERTS

Complete installation including excavation, supply of PP pipes as specified,

lay, bed, joint, backfill as specified, disposal of surplus spoil & dewatering of

trenches all as specified.

Drainage under Road Pavement

Backfill in accordance with TYPICAL PIPE BACKFILL - ROAD PAVEMENT -

Sheet 798RD-01-08. "Approved Compacted backfill" to be 20mm CL 2 FCR

or Council approved equivalent.

4.1.1 300 mm dia RCP Class 3 RRJ 106 m $ -

4.1.2 375 mm dia RCP Class 3 RRJ 19 m $ -

4.1.3 450 mm dia RCP Class 3 RRJ 17 m $ -

Drainage in Nature Strip

Backfill in accordance with TYPICAL PIPE BACKFILL - NATURE STRIPS

AND EASEMENTS - Sheet 798RD-01-08. "Approved Compacted backfill" to

be CL 4 FCR or Council approved equivalent.

4.1.4 300 mm dia RCP Class 2 RRJ 194 m $ -

4.1.5 300 mm dia RCP Class 2 RRJ for stub out at P1-17 4 m $ -

4.1.6 375 mm dia RCP Class 2 RRJ 23 m $ -

4.1.7 450 mm dia RCP Class 2 RRJ 51 m $ -

4.1.8 525 mm dia RCP Class 2 RRJ 143 m $ -

Drainage in Easements

Backfill in accordance with TYPICAL PIPE BACKFILL - EASEMENTS -

Sheet 798RD-01-08. "Approved Compacted backfill" to be Select Material or

Council approved equivalent.

4.1.8 300 mm dia RCP Class 2 RRJ 112 m $ -

Box Culverts - Class 2

4.1.9 1200 x 600 4 m $ -

4.1.10 1800 x 600 8 m $ -

Box Culverts - Class 3

4.1.11 1200 x 600 9 m $ -

4.1.12 1800 x 1200 50 m $ -

4.2 DRAINAGE PITS

Complete, including excavation internal and external form work,

reinforcement, supply and placement of concrete, pit lids and surrounds,

uPVC house drain stubs, step irons and backfilling all as specified.

4.2.1 1800 x 900 Side Entry Pit (SEP) (Note: Refer to plans and pit schedule as

some SEP may require haunching)2 No $ -

4.2.2 900 x 900 Side Entry Pit (SEP) (Note: Refer to plans and pit schedule as

some SEP may require haunching)12 No $ -

4.2.3 900 x 750 Side Entry Pit (SEP) (Note: Refer to plans and pit schedule as

some SEP may require haunching)16 No $ -

4.2.4 900 x 600 Junction Pit (JP) 3 No $ - 4.2.5 900 x 900 Graded Pit (GP) 1 No $ - 4.2.6 Replace top of existing SEP to heavy duty trafficable top and lid. 1 Item $ - 4.2.7 Connection to existing pit on Rodier Street 2 Item $ -

4.3 WING WALLS

Complete, including excavation internal and external form work,

reinforcement, supply and placement of concrete, and backfilling all as

specified.

4.3.1 Wing Wall to receive 1800 x 1200 BC 4 No $ - 4.3.2 Wing Wall to receive 1800 x 600 BC 1 No $ - 4.3.3 Wing Wall to receive 1200 x 600 BC 1 No $ - 4.3.4 Wing Wall to receive 300 Dia. Pipe 2 No $ - 4.3.5 200mm Rock Beaching to Wing Wall inlets and outlets 200 m

2 $ - 4.3.6 Removal and disposal of temporary wingwall beaching & pipe at existing pit

on Rodier St.1 No $ -

4.3.7 Safety Rails for 1800 x 1200 BC Wing Walls. See detail sheet 798RD-01-094 No $ -

4.4 AGRICULTURAL DRAINS

Agricultural drains including excavation, supply, lay, bed, backfill, disposal of

surplus spoil off-site and dewatering of all trenches as specified. AG Drain

only required on side of road where no drainage is present or drainage is

considered to be too deep by Council or Superintendent

4.4.1 100mm dia. Class 400 corrugated P.V.C. 672 m $ -

4.5 HOUSE DRAINS

4.5.1 100mm dia uPVC (Sewer Grade) Property Connection to stormwater pipe 13 No $ -

4.5.2 100mm dia uPVC (Sewer Grade) Property Connection to stormwater pit 4 No $ -

4.5.3 100mm dia uPVC (Sewer Grade) Property Connection to stormwater kerb

adapter10 No $ -

217 JOESEPH STREET 

STAGE 1 and 2

5 GRASSTREE BASIN WORKSConstruction of basin works and works associated with basin including

grantic sand pedestrian track and fencing. All Earthworks associated with

Basin included in Earthworks - Item 1.

5.1 BASIN DRAINAGE WORKSConstruction of drainage works as specified including supply of all labour and

materials

5.1.1 DRAINAGE PIPES

Complete installation including excavation, supply of PP pipes as specified,

lay, bed, joint, backfill as specified, disposal of surplus spoil & dewatering of

trenches all as specified.

Drainage in Sediment Basin

Backfill in accordance with TYPICAL PIPE BACKFILL - EASEMENTS -

Sheet 798RD-01-08. "Approved Compacted backfill" to be Select Material or

Council approved equivalent.

5.1.1.1 300 mm dia RCP Class 2 RRJ 5 m $ -

5.1.2 WING WALLS

Complete, including excavation internal and external form work,

reinforcement, supply and placement of concrete, and backfilling all as

specified.

5.1.2.1 Wing Wall to receive 300 Dia. Pipe 4 No $ - 5.1.2.2 200mm Rock Beaching to Wing Wall inlets and outlets 14.5 m

2 $ -

5.2 ASSOCIATED BASIN WORKSSupply, Installation, and labour for all associated Basin Works.

5.2.1 PEDESTRIAN WALKING TRACK

Granitic sand footpath to be constructed to Ballarat City Council

Specifications.

5.2.1.1 100mm compacted thickness Granitic Sand Layer 255 m2 $ -

5.2.1.2 100mm compacted thickness Class 3 FCR subbase Layer 255 m2 $ -

5.2.1.3 Weed-Mat Barrier 255 m2 $ -

5.2.1.4 75mm x 32mm Timber edging along footpath 340 Lm $ -

5.2.2 Public Safety Fencing

Supply and Installation in accordance with Post and Cable Fence detail on

Sheet 798-07-38

5.2.2.1 Post and Cable Fence 99 Lm $ -

5.2.3 Concrete Pedistrian Ramp

Construction of concrete works as specified including supply of all labour and

materials

5.2.3.1 Construct DDA compliant concrete Pedestrian ramp 1 Item $ -

6 INCIDENTAL WORKS

6.1 SIGNS

Supply the following signs including all necessary posts, brackets, etc. and

erect at the locations shown on the plans

6.1.1 Street name plates (2 plates on free standing pole) 5 No $ - 6.1.2 R1-2A Traffic sign 1 No $ - 6.1.3 D4-2-1 Bi-Directional hazard marker 3 No $ - 6.1.4 D4-5 Obstruction Sign 1 No $ -

6.2 Linemarking

General road linemarking for stage 1 & 2 as shpwn on plans

6.2.1 Road linemarking for Stage 1 & 2 including Stratcon marking. See Sheets

798RD01-04 thru 08 for details.1 No $ -

6.3 PSM (Permanent Survey Marks)

Establish new PSMs. Supply and installation.

6.3.1 PSM (Permanent Survey Marks) establishment 3 No $ -

217 JOESEPH STREET 

STAGE 1 and 2

7 PROVISIONAL ITEMSAll or part to be expended only with written authorisation of the

Superintendent

7.1 Underground electricity and Telstra installations.

7.1.1 Excavation of Electricity and Telstra trenches as specified for conduits, along

cable routes and for service pits including bedding and backfilling as

specified, and surface reinstatement. To include for opening and

restablishment of trenches for Powercor final audit purposes as required.

750 Lm $ -

7.2 Electricity Conduits

Supply and lay electrical conduits as specified. - Shared Trench with Telstra

conduits.

7.2.1 32 mm dia LV conduits 50 Lm $ - 7.2.2 63 mm dia LV conduits 300 Lm $ - 7.2.3 100 mm dia LV conduits 300 Lm $ - 7.2.4 150 mm dia LV conduits 100 Lm $ -

7.3 Powercor service pits

Electrical service pit including conduits to allotment, excavation, lay. Bed and

backfilling as specofied to powercor Australia standards

7.3.1 Service pits 15 Lm $ - 7.3.2 Excavation for joint holes 15 Lm $ - 7.3.3 Excavation for light poles 10 Lm $ -

7.4 Communication Conduits

Installation of Telstra/NBN conduits, supplied by Telstra/NBN Installer

(excavation and backfill under item 6.1), and to Telstra standard

specification.

7.4.1 100 mm dia conduit - full depth FCR backfill 160 Lm $ - 7.4.2 50 mm dia conduit - full depth FCR backfill 160 Lm $ -

7.5 Communication Service Pits

7.5.1 NBN service pits (supplied by NBN Installer) excavation installation and

backfill as specified to Telstra standard.20 No $ -

7.6 Water and Gas Conduits

Water conduits, excavation supply, lay, bed and backfilling as specified.

7.6.1 100mm dia uPVC – full depth FCR backfill 200 Lm $ -

7.7 Subgrade Improvement

Excavation of soft, wet and unstable areas and disposal off-site

including placing and compaction of the following approved backfill

material7.7.1 40mm nominal size NDCR or approved equivalent 1000 m

3 $ - 7.7.2 3% Cement treated crushed rocK 1000 m

3 $ - 7.7.3 Using approved material from within the works site 2000 m

3 $ -

7.7.4 Supply and lay Geotextile fabric 1000 m2 $ -

7.8 Rock Rate

7.8.1 Rock Rate includes use/hire of appropriate sized rock breaker 300 m3 $ -

7.9 Tree Removal

7.9.1 Removal and Disposal of tress as shown on 798RD-01-33 1 Item $ -

7.10 Nature Strip Seeding

7.10.1 Seeding of all nature strips to Council Stanadards 1 Item $ - 7.10.2 Seeding of all basin and swale to Council Stanadards 1 Item $ -

TOTAL ROADS & DRAINAGE WORKS $ -

217 JOESEPH STREET 

STAGE 1 and 2

1 Construct sewer gravity mains including setting out, excavation,

bedding, laying, jointing, testing, backfilling, disposal of spoil and

delivery of all materials, all as specified and shown on the drawings.

All works to be constructed under a plumbing consent by a licenced

plumber. ALL EMBEDMENT MATERIAL TO BE TYPE A

Mains with Backfill Type F

1.1 150 dia. P.V.C. sewer with Type A FCR Backfill 249 m $ - Mains with Backfill Type R

1.2 150 dia. P.V.C. sewer with Type B select material Backfill 57 m $ - Mains with Backfill Type O

1.2 150 dia. P.V.C. sewer with Type B select material Backfill 109 m $ -

2 Access Chambers

Construction of access chamber including setting out, excavation,

construction of all inlets, drops, outlets, cleaning up and disposal of

surplus spoil to nominated site and supply and delivery of all

materials, all as specified and shown on the drawings.

2.1 Maintenance Holes MH (<2.0m deep) 5 No $ - 2.2 Maintenance Holes MH (>2.0m deep) 9 No $ - 2.3 Terminal Maintenance Shafts TMS (<2.0m deep) 4 No $ - 2.4 Construct New MH Over Existing Sewer (Flows to Be Maintained at All

Times)1 No $ -

2.5 Stub to allow for future stages at MH1-11 1 No $ - 2.6 Connect to Existing MH at EXMH1-2 1 No $ -

3 House Connection Branches3.1 New Main , Type 1 on New Main 6 No $ - 3.2 New Main , Type 2 on New Main 13 No $ - 3.3 New Main , Type 4 on New Main 2 No $ - 4.3 New Main , Type 2 on Existing Main 1 No $ -

4 Preparation of Quality Plan and Test and Inspection Plan. Completion of

Water Company certification requirements for construction. Compile and

maintain records and field notes and submit to the Superintendent for the

production of As-Con Drawings.

1 Item $ -

5 Vacuum testing of manholes and Ovality and Pressure testing of sewer

mains including the supply of all testing equipment. 1 Item $ -

8 PROVISIONAL ITEMS8.1 Rock Rate includes use/hire of appropriate sized rock breaker 100 m

3 $ -

TOTAL SEWER RETICULATION WORKS $ -

B. SEWER RETICULATION

217 JOESEPH STREET 

STAGE 1 and 2

Construction of water supply works as detailed, including supply and

installation of all material, including tees, reducers, bends, thrust & shrinkage

restraints, valve covers,ancillary fittings, disposal of spoil of surplus

excavated material all to AS 3500 and W.S.A.A specifications

Supply all materials, excavate, bed, lay, joint, thrust block and backfill

complete as specified the following pipes:

1.1 DN63 PE Class 16 54 m $ - 1.2 DN100 PVC Class 16 378 m $ - 1.3 DN150 PVC Class 16 191 m $ -

2 Hydrants and FittingsSupply all materials and install complete (incl. Hydrant indicator post &

RRPM) as specified:

2.1 100mm hydrant on 100mm line 4 No $ - 2.2 100mm hydrant on 150mm line 2 No $ - 2.3 63mm Washout Assembly 1 No $ - 2.4 100mm Washout Assembly 4 No $ - 2.5 150mm Washout Assembly 1 No $ - 2.6 100mm dia Valve 8 No $ - 2.7 150 mm dia Valve 2 No $ - 2.8 100mm dia 22.5 degree bend 3 No $ - 2.9 100mm dia 45 degree bend 3 No $ -

2.10 100 mm dia 22.5 + 11.25 degree bend 2 No $ - 2.11 150 mm dia 22.5 degree bend 1 No $ - 2.12 100x100x63 Tee 2 No $ - 2.13 100x100x100 Tee 2 No $ - 2.14 150x100x150 Tee 3 No $ -

3 House Connections

3.1 Water tapping on same side 23 No $ -

3.2 Water tapping on opposite side 13 No $ -

4 Main Connections4.1 Connection to existing DICL water main with new 100-100-100 Tee cut in

and 22.5 degree bend connected flange to flange via tapping under pressure 1 No $ -

4.2 Connection to existing 150mm dia main on Rodier Street 1 No $ -

5 Quality Assurance Costs5.1 Preparation of Quality Plan, Test and Inspection Plan, completion of

Water Authority's Certification and Verification requirements for

construction as specified. Compile and maintain records and field

notes and submit to the Superintendent for the production of As-Con

Drawings.

1 Item $ -

6 Testing6.1 Flush out, pressure test, chlorination and water quality testing 1 Item $ -

TOTAL WATER RETICULATION WORKS $ -

CONTRACT TOTAL $ -

C. WATER RETICULATION WORKS

CONTRACT 798-01

CONSTRUCTION OF CIVIL WORKS

AT

217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

TENDER CONDITIONS - SHORT FORM

1. INTRODUCTION

1.1 Interpretation

Terms defined in the Special Conditions annexed to these Tender Conditions have

the same meaning in these Tender Conditions, unless inconsistent with the context.

1.2 Definitions

In these Tender Conditions, the following terms have the meanings indicated, unless

inconsistent with the context:

"Principal" Wiljose Pty Ltd

"Supervisor" means Coughlan Civil Pty Ltd ABN 99 100 526 458;

"Closing Time for Tenders" has the meaning ascribed to it by clause 3.3;

"Conforming Tender" means a tender which is not a Non-Conforming Tender;

"Non-Conforming Tender" means a tender which:

(a) does not comply with any requirement specified in these Tender

Conditions - Short Form; or

(b) contains any qualification, condition or other indication that the tenderer

is not willing to perform the Contract in strict accordance with the

Contract Documents;

"Schedule" means a schedule to these Tender Conditions - Short Form; and

"the Tender Box" has the meaning ascribed to it by clause 3.2.

2. NATURE OF CONTRACT

2.1 Services to be Performed

The Services are described in general terms in Schedule 1. Tenderers should,

however, ensure that they read the Contract Documents fully to ascertain the

Services to be performed and the terms on which the Services are to be performed,

as the Contract will be evidenced solely by the Contract Documents.

2.2 Location of Services

The Services are to be performed at the location stated in Schedule 1.

2.3 Tenderer to Make Enquiries

Tenderers are advised and expected to ascertain for themselves the actual extent and

nature of the Services, as Coughlan Civil will not entertain any claim arising from a

failure to do so.

Coughlan Civil expects each tenderer to make its own enquiries, seek its own advice

and form its own opinion as to the application of the Workplace Relations Act 1996

to the tender, and in particular as to whether the Contract may give rise to a

transmission of business.

2.4 Contact Staff

All enquires regarding the tender process or the Contract must be directed to the

member or members of Coughlan Civil’s staff specified in Schedule 1.

2.5 Form of Contract

The contract is to be part lump sum and part schedule of rates as set out in the bill of

quantities.

3. TENDERS

3.1 Form of Tenders

These Tender Conditions - Short Form with Schedule 2 completed will constitute a

tender.

3.2 Place to Lodge Tenders

Tenders are to be lodged only at the place stated in Schedule 1

3.3 Time for Lodging Tenders

Tenders will be received until the time and date stated in Schedule 1 ("Closing Time

for Tenders").

3.4 Number of Copies

The number of copies of the tender stated in Schedule 1 must be lodged.

3.5 Late Tenders

It will at the sole discretion of Coughlan Civil and the Principal to consider late

tenders. The submission of a late tender must be prearranged with Coughlan Civil

with a reasonable period of notice prior to the time for lodging.

3.6 Coughlan Civil not Bound to Accept Tender

Coughlan Civil and the Principal are not bound to accept the lowest or any tender.

3.7 Non-Conforming Tenders

Coughlan Civil and the Principal reserves the right to accept or reject any Non-

Conforming Tender.

3.8 Withdrawal of Tenders

Tenders may not be withdrawn within 60 days after Closing Time for Tenders

without the consent of Coughlan Civil.

3.9 Cost of Tenders

Tenders are to be prepared at the Tenderers expense. Coughlan Civil Pty Ltd and

the Principal will not be held liable for the costs occurred in preparation and

submission of the Tender.

4. INFORMATION

4.1 Additional Documentation and Information

Tenderers are required to submit the documents or information specified in Schedule

1 as part of their tenders. On acceptance by Coughlan Civil, the documents or

information will form part of the Contract.

5. EVALUATION OF TENDERS

5.1 Evaluation Criteria

The tender evaluation panel will evaluate tenders in accordance with evaluation

criteria listed (in order of importance) in Schedule 1.

5.2 Post-Tender Submissions

Coughlan Civil may require a tenderer to submit additional information concerning

its tender or to personally discuss its tender before any tender is accepted.

Should a tenderer fail to -

5.2.1 submit the additional information so required by; or

5.2.2 attend personally to discuss its tender at -

the date and time stipulated by the Coughlan Civil, its tender may not be further

considered.

5.3 Rectification of Errors and Omissions

Coughlan Civil reserves the right to:

5.3.1 check tenders for errors and omissions;

5.3.2 by agreement with a tenderer, amend a tender price or rate submitted by a

tenderer to remedy the effect of any errors or omissions in the calculation

of the tender price or rate; and

5.3.3 by agreement with a tenderer, otherwise amend the tender of the tenderer

to remedy the effect of any errors or omissions.

6. ACCEPTANCE OF TENDER

6.1 Acceptance of Tender

The successful tenderer will be notified in writing of the acceptance of its tender

which will include the Formal Instrument of Agreement and the Contract

Documents. The date of the letter of acceptance will create the start of the time for

giving possession of the site. The successful tenderer must execute and return to

Coughlan Civil the Formal Instrument of Agreement and the Contract Documents,

as amended by the insertion of any details which tenderers are required to include in

tenders (including any documents or information provided to Coughlan Civil for the

purposes of clause 4.1) within seven (7) days of its receipt from Coughlan Civil.

Work under the Contract must not commence until the Formal Instrument of

Agreement has been executed by both parties.

7. PROBITY OF TENDER PROCESS

7.1 Canvassing

Tenderers must not approach, or request any other person to approach -

7.1.1 any member of Coughlan Civil’s staff; or

7.1.2 any member of The Principal’s staff; or

individually:

7.1.3 to solicit support for their tenders; or

7.1.4 otherwise seek to influence the outcome of the tender process.

The tender of any tenderer which engages in conduct prohibited under 7.1 may not

be considered by Coughlan Civil.

8. DISCREPANCIES OR OMISSIONS

Should a Tenderer find discrepancies in or omissions from the specification, or should there be any doubts

as to their meaning, he/she shall at once notify the Supervisor, who will post an Instruction to Tenderers

Addenda in writing clarifying the position.

9. INFORMALITY

A Tender may be regarded as informal and is liable to be overlooked:

a. If it is for part only of the works.

b. If the Tender Form is not properly completed.

c. If the Tender does not comply with all the requirements of the Tender documents.

d. If the tender stipulates conditions which vary materially from those of the Tender documents.

e. If it is lodged late.

10. DISCLOSURE OF INFORMATION

Until the contract is awarded, the Principal shall endeavor to maintain confidentiality of price and other

information submitted by the tenderer. Unsuccessful tenderers will, on request in writing, be notified

of the name of the successful Tenderer and a general contract description. Release of any additional

information regarding the successful tender will be at the sole discretion of the Principal and will be

assessed on a case of case basis. No information will be released regarding unsuccessful tenderers.

11. INSPECTION OF THE SITE

All tenderers are required to inspect the site prior to submitting the tender. The Principal will not

entertain any claim what so ever on account of failure to do so.

SCHEDULE 1

The Services to be provided under the Contract are (clause 2.1): Bulk earthworks, retaining walls, pavement construction, bituminous sealing, drainage construction, line

marking, conduit placement, sewerage reticulation, water reticulation and all other necessary works to

construct the works described as 217 Joseph Street, Canadian.

The location at which the Services are to be provided under the Contract is (clause 2.2):

BALLARAT

The member of Coughlan Civil's staff is (clause 2.4):

If further information is required concerning this specification please contact:

Mr Chris Coughlan

Director

Coughlan Civil Pty Ltd

6 WEBSTER STREET

BALLARAT VIC 3350

Ph: 5331 2688 Mobile: 0422 328 214

The location of the Tender Box is (clause 3.2): Coughlan Civil Office, 6 Webster St, Ballarat, Victoria, 3350

The time and date by which tenders must be lodged are (clause 3.3): 4pm on 12th April, 2017.

The number of copies of the tender to be lodged in the Tender Box is (clause 3.4):

One

The documents and information to be supplied by the tenderer are (clause 4.1):

• The Tender Form;

• Schedule 2 – Bill of Quantities;

• Any other information that the tenderer deems necessary to support their tender.

The evaluation criteria are (clause 5.1): All valid tenders will be evaluated in general accordance with the criteria set out below. Criteria are

intended to give tenderers an indication of the major factors that Coughlan Civil will be considering in

evaluating the tenders received. Tenderers should therefore ensure that they provide sufficient

information to enable their tenders to be given proper consideration.

Criteria

• Total Price (40%)

• Comparison of Tenders received

• Analysis of individual tendered items

• Capability (20%)

• Relevant Experience

• Track Record (completion of works programs on time)

• Technical Skills

• Appropriate Resources (including condition of plant) to undertake works and provide 1 hr

emergency response where required.

• Compliance with Quality & Safety Plans (35%)

• Level and detail of Quality Plan

• Minimum Standard of Safety Plan

• Reporting Procedures

• Job Safety Analysis compliance with regulations

• Management and Financial (5%)

• Management Skills (including Site Management)

• Financial Capacity

Tenders will be ranked in respect of each criteria as follows:

5 excellent

4 very good

3 good or above average

2 acceptable

1 marginally adequate

0 fails to satisfy required standards

Tenderers should note, failure to obtain a ranking of 2 or higher with regard to Capability and Compliance

with Quality and Safety Plans will be considered a non-conforming tender and may not be considered in the

final evaluation.

SCHEDULE 2

BILL OF QUANTITIES AND SCHEDULE OF RATES

"The payments quoted are exclusive of any Goods & Services Tax ("GST") which is payable. If the

tenderer is successful and GST is payable because of the performance of the Services, the payments

will be those quoted or otherwise agreed plus GST"

CONTRACT 798-01

CONSTRUCTION OF CIVIL WORKS

AT

217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

SPECIFICATION

CONTENTS

1. - Contract General Clauses

2. - Contract Specific Clauses

3. - Specification for Road and Drainage Works

4. - Standard Drawings

1. GENERAL CLAUSES

The Contract General Conditions and the Contract Specific Conditions take precedence over AS 2124-1992 if conflict of requirements occurs. Contract Specific Conditions take precedence over Contract General Conditions. 1.01 PROJECT DESCRIPTION

This contract is for the supply and construction of civil infrastructure for the residential developments at 217 Joseph Street, Canadian Stage 1 & 2.

Completion of works shall be deemed to include completion satisfactory to the Superintendent and the relevant Authorities. The Contractor shall be responsible for completion of his respective parts of the works within the specified periods.

The works shall be known as:- Construction of Civil Works at 217 Joseph Street, Canadian Stage 1 & 2.

This contract comprises the execution of the above works including supply of all labour and materials as specified and detailed in drawings and schedules. 1.02 SITE OF THE WORKS

217 Joseph Street, Canadian..

1.03 PUBLIC LIABILITY INSURANCE

From the Date of Commencement of work until the expiration of the maintenance period, the Contractor shall be insured and remain insured by means of the Public Liability Policy against claims arising from injury or damage to persons or property in, on, about or arising from the works. The Insurance Policy shall be extended to include the Principal and Superintendent. Written notification shall be presented from the Contractor’s insurer to this effect. 1.04 GENERAL CONDITIONS OF CONTRACT

Australian Standard AS 2124-1992, General Conditions of Contract shall be deemed to form part of this Contract and is to be read in conjunction with this document. 1.05 STANDARD SPECIFICATION

The VicRoads Standard Roadworks Specification (Selected Elements) and the Infrastructure Design Manual and Standard Drawings shall be deemed to form part of this Contract as per Section 3 of this specification and is to be read in conjunction with this document. 1.06 SUPERVISION

All parts of the work shall be carried out in accordance with the requirements of the Superintendent. The Superintendent will carry out general supervision and contract administration.

When requested by the Superintendent, the Contractor shall cease work on all or part of the works, which is deemed unsatisfactory by the Superintendent.

The Contractor shall not be paid for any extras requested by or arising out of any directions by any Person or Authority, unless formally approved by the Superintendent prior to commencement of the works.

1.07 WORKS PROGRAMME The Contractor shall submit a works programme and carry out the works accordingly. At the request of the Contractor, the programme may be varied with the approval of the Superintendent. Should the Contractor fail to carry out the works accordingly, the Principal shall without prejudice to any other rights granted by Clause 44 of the General Conditions:

(a) Suspend payment under the Contract, or

(b) Take the work remaining to be completed wholly or partly out of the hands of the Contractor or of any other person in whose hand or possession the works or any part of it may be, or

(c) Determine the Contract, and Sub-clause 44.4 and 44.6 of the General Conditions of Contract shall apply in any such event as if the action taken by the Principal has been taken under Clause 44.5 of the General Conditions.

1.08 RELEVANT AUTHORITIES

The Contractor shall be responsible for ensuring the co-ordination of the works of all the relevant Authorities and his own activities. 1.09 SITE CONTROL

(a) The Contractor is to allow in the tender price any costs whatsoever incurred in the complete removal of rubbish and debris from the site of the works.

(b) Except as otherwise provided in the Contract, delivery of materials for the works, space for storage of same and for building sheds, office and workshops will be allowed only after arrangement between the Contractor and the Superintendent.

(c) All material stored on site shall be in storage areas as identified in the Site Management Plan and kept in a neat and tidy manner to minimise hazards to persons, materials and equipment.

(d) The Contractor shall be responsible for the proper disposal of all solid, liquid and hazard wastes in accordance with all Statutory Requirements. Refuse from construction operations shall be removed from the site. Refuse shall not be dropped free but hoppers and shutters or refuse buckets shall be used.

(e) The Contractor shall take such steps as necessary to prevent erosion of any lands used or occupied by the Contractor in the execution of the work under the Contract.

(f) No trees, shrubs, etc. shall be removed without the prior written consent of the Superintendent. The Contractor will compensate the Principal $500, for each tree removed without the written consent of the Superintendent.

(g) Stockpile of topsoil and re-useable material shall be located as directed on site by the Superintendent. The Contractor shall restore all these, including topsoiling and seeding. Topsoil shall be stockpiled in approved areas clear of all works and not simply pushed up along the edges of the roadwork excavations. All such stockpiling and restoration of the site shall be included in the tender price.

1.10 NOTICES

The Contractor shall provide to the Superintendent, seven clear days written notice of intention to commence the works. 1.11 SANITARY ACCOMMODATION

The Contractor shall provide approved sanitary accommodation for all employees on the works and the Superintendent, in accordance with the requirements of the Environmental Protection Authority and the Occupational Health and Safety Act.

1.12 SURVEY MARKS AND SET-OUT WORKS

The set-out for this work shall be as shown on the drawings prepared by the Superintendent. The Contractor shall check the differences in level between any Bench Marks and, prior to setting out the works, advise the Superintendent if there is any discrepancy in levels.

In addition to Clause 28 of AS 2124, 1992 - “General Conditions of Contract”, the Contractor shall, when setting out the works during construction:-

(a) use not less than two previously established bench marks or other reliable level points;

(b) line in the work both in horizontal and vertical planes over at least three set out points;

(c) check actual depth of excavation in all types of works against those depths shown on the longitudinal sections;

(d) report to the Superintendent any apparent inconsistency or mistake or error between the set out and data supplied by the Superintendent and shall not proceed with further construction works without the authority of the Superintendent.

On commencement of the Contract, the Contractor shall check that all survey marks required for settling out of the works are in position. Where necessary, survey marks which are missing will be replaced by the Superintendent at the cost of Principal.

The Contractor shall ensure that sufficient survey or reference marks remain in position to allow the work to be checked by the Superintendent at any time and to satisfy the construction requirements.

Checking and replacement of survey marks required by the Superintendent during construction maintenance will be arranged by the Superintendent at the cost of the Contractor.

The Contractor should note that the cost of re-establishing survey marks and or bench marks will depend to a degree on the care taken to preserve these marks. 1.13 HOURS OF WORK

No works shall be performed outside of the hours of 7.30am and 5.00pm, Monday to Friday inclusive, 7:30am to 1:00pm Saturday or on any Public or Municipal Holiday, unless approval in writing is given by the Superintendent. 1.14 PUBLIC HOLIDAY WORK

When construction works are carried out on Public Holidays, it will be necessary for the Contractor to give the Superintendent 24 hours prior notice of his intention to work. 1.15 LIVESTOCK

Before entering the site of the works to commence work or effect delivery of plant, materials or equipment, the Contractor shall make proper provision to ensure that any livestock on or near the site of the works are adequately restrained from straying. In this regard the Contractor shall give proper advance notice to the occupier (if any) of the site, the Principal and the Superintendent. 1.16 SITE ACCESS

Access is to be obtained from Joseph Street, Canadian Site access shall be restricted to that shown on the Site Management Plan or authorised in writing by the Superintendent.

1.17 CONTRACTOR’S OFFICES, SHEDS STORES & LAYOUT OF TEMPORARY INSTALLATIONS

The Contractor shall provide and maintain all such offices, sheds and stores as is necessary for the execution of the works. Before starting work on the site the Contractor shall submit to the Superintendent for approval, plans showing the proposed positions of all Site Offices, ancillary buildings, topsoil stockpiles and other temporary structures and installations which the Contractor proposes to provide for the construction of the works. Such plans must be in accordance with the Environmental Management Plan and Site Management Plan. Also such plans may be amended from time to time, subject to the approval of the Superintendent, before work is commenced on any particular item. Such approval shall not relieve the Contractor of any of his responsibilities in connection with the works.

In preparing these plans, the Contractor shall take into account any problems associated with the possession of various portions of the site at successive times for other works. 1.18 PROTECTION OF COUNCIL & PUBLIC ROADS

The Contractor will be held responsible for any vehicle engaged on the works depositing material or rubbish on road pavements, road reserves, or other improvements. The Contractor, at his own expense, will ensure that all material or rubbish deposited is promptly and effectively removed and the area cleaned off. The Contractor shall establish and maintain the roads on the haul route in the manner as described in the Environmental Management Plan. 1.19 SAFETY DEVICES

The Contractor shall provide, set up, operate, maintain and remove all necessary warning lights and barriers, temporary devices to protect the public, workmen, plant and equipment and the works. All warning and temporary devices shall be set up and maintained in accordance with AS 1742 and to the approval of the Superintendent. 1.20 PROTECTION OF PROPERTY AND SERVICES

The Contractor shall execute and maintain the whole of the works in such a manner that injury or damage shall not be occasioned to any person, or any private or public property including all roads used for the transfer of materials or plant, buildings, fencing, public utility services or other structures. In the event of any damage to any such person, structure, service or property, the party controlling it must be immediately informed of the damage.

The Contractor shall at his own expense arrange the repair and restore any structure, service or property damaged in any way, to the like order and condition in which it was before such damage.

The repairs may be made by the party controlling the structure, service or property, and the cost of such repairs shall be at the expense of the Contractor. The Contractor shall also be liable for any loss which maybe result from such damage or interference to any structure, service or property, and for any claim arising from delay in repairing and restoring it.

The location of the various underground and overhead structures and services and other property where shown on the drawings, and dimensions, if such were given, are believed to be, but do not purport to be absolutely, correct. They have been provided for the information of the Contractor, only. The Contractor shall satisfy himself by such means as he shall consider proper as to the location of all structures or services or other property that may be encountered in the performance of the Contract. 1.21 FIELD ASSISTANCE

The Contractor shall provide a person to assist with the checking and surveying of “constructed works” during the course of the contract, as may be required by the Superintendent.

1.22 DEFECTS LIABILITY AND MAINTENANCE PERIOD

Clause 37 of the General Conditions refers to a Defects Liability Period.

The Relevant Authorities require in addition to the responsibilities of the Contractor under Clause 37 of the General Conditions, Maintenance Works as specified in Clause 1.27 herein.

The Defects Liability Period shall be concurrent with the Maintenance Period as specified and shall continue until such time as the Relevant Authorities certify that the works have been taken over, and the period shall be not less than that shown in special condition #3 (SC-03). 1.23 PRACTICAL COMPLETION

In addition to the provisions of Clause 35 of the General Conditions and Clause 1.26 herein, a Certificate of Practical Completion shall not be issued until the Responsible Authorities certify in writing that the separate portions of the work have been released onto the Maintenance Period. 1.24 FINAL CERTIFICATE

In addition to the provisions of Clause 42.8 of the General Conditions and Clause 1.27 herein, a Final Certificate shall not be issued until all the Responsible Authorities certify in writing that the works satisfy the criteria of the Authority to the future care and maintenance of the works following future full construction. 1.25 MAINTENANCE WORKS AND REQUIREMENTS PRIOR TO ISSUE OF PRACTICAL

COMPLETION AND FINAL CERTIFICATES

In additions to the provisions of Clause 37 of the General Conditions, the Contractor shall make provision in his tender price for a concurrent Maintenance Period.

Provision shall include works arising out of normal wear and tear and all requirements of the Relevant Authorities to obtain the Authorities certifications required in Clause 1.24 and 1.25 herein. 1.26 ADVERSE WEATHER CONDITIONS

The Contractor is required to provide a construction program. Only delays affecting critical activities identified in the accepted construction program will be considered as time lost due to adverse weather conditions. 1.27 INTERPRETATIONS

In addition to the Interpretations of terms made in Clause 1 of the General Conditions, certain works and expressions shall have the meanings as specified hereby assigned to them except where the context otherwise requires.

* ”the Principal” means the developer, Wiljose Pty Ltd.

* “the Superintendent” means Coughlan Civil Pty Ltd.

* “the Engineer” means the “Superintendent” as defined in Clause 3 of the General Conditions name as the Superintendent in Annexure Part a - AS 2124 - 1992.

* “the Responsible Authority” means the relevant Authority which is to take over future care and maintenance of the separable portions of the works following future full construction.

1.28 DUST CONTROL

Where and when dusty conditions exist which result in reduced visibility for road users and a nuisance factor to abutting property owners the Contractor shall take immediate action to minimise the dust hazard. Payment for this work shall be deemed to be included in the relevant items in the Bill of Quantities. 1.29 NOISE CONTROL

The Contractor shall take all practicable precautions to minimise noise arising out of or resulting from any activity associated with the work under the Contract. All construction equipment shall be fitted with noise suppressors unless specially designed for quiet operation. In general the provisions of the relevant EPA Noise Control guidelines shall apply. 1.30 UNAUTHORISED DISPOSAL The Contractor is to ensure that the Site is properly signed and barricaded to prevent unauthorised disposal of any waste or other material on the Site by others. Any rubbish or waste deposited is to be cleared from the Site immediately. The Contractor may only recover costs for such removal from persons undertaking dumping.

The Contractor is also responsible for all excess spoil to be removed and disposed off site except where detailed in the documents or directed by the Superintendent. 1.31 CONTROL OF RUNOFF

The Contractor is to provide protective measures to the approval of the Responsible Authority and the Superintendent to control runoff from the land and ensure that polluted and sediment laden runoff does not enter existing drains, roadways and watercourse downstream.

Prior to commencing site works the Contractor, when requested, is to provide a plan detailing the proposed protective measures, which will have to be approved by both the Superintendent and the Responsible Authority.

Examples of runoff control measures can be found in the publications "Guidelines for Minimising Soil Erosion and Sedimentation from Construction Sites (1979)" and "Control of Soil Erosion for Construction Sites (1982)" published by Soil Conservation Authority now known as the Land Protection Services - Department of Conservation and Natural Resources and in the publication No. 275 “Construction Techniques for Sediment Pollution Control (May 1991)” published by the EPA. 2. CONTRACT SPECIFIC CLAUSES 2.1 SITE MEETINGS

Generally as required, but not exceeding one fortnight, the Contractor or his representative shall attend a meeting convened by the Superintendent. The Principal may attend and Subcontractors shall attend as required by the Superintendent.

The Superintendent or his representative shall be Chairperson of the meeting and shall arrange for any recording of minutes.

Depending on the circumstances, it may be necessary to hold a pre-start conference. One major item to be decided on is the Contractor's Works Area, upon which shall be located all temporary huts, sanitary facilities and equipment storage.

2.2 REPEGGING DURING THE CONTRACT

The Contractor shall ensure that sufficient survey pegs or reference marks remain in position to allow the work to be checked by the Superintendent at any time and to satisfy the Relevant Authorities' requirements.

Checking and replacement of survey marks required by the Superintendent during construction will be arranged by the Contractor with the Principal's Licensed Surveyor and at the Contractor's expense.

Should the Contractor fail to instruct the Principal's Licensed Surveyor to carry out necessary survey Works, the Superintendent may instruct the Principal's Licensed Surveyor to carry out the pegging and the cost of such Work shall be deducted from the Contract price.

The Contractor should note that the cost of re-establishing survey pegs and benchmarks will be borne by the contractor in all instances.

2.3 GEOTECHNICAL INFORMATION

Geotechnical Investigation reports are available and a copy can be provided upon request. The contractor must become familiar and be fully aware of all ground conditions. 2.4 SOIL DISPOSAL FOR EXCAVATIONS

Surplus soil from the excavation shall be removed off site on the route and to the dump sites as approved in writing by the Superintendent. 2.5 PROTECTION OF EXISTING VEGETATION

The Contractor shall allow for the use of appropriate machinery and equipment when working between and around trees. The utmost care must be taken by the Contractor to protect all existing vegetation in accordance with the Contractor’s approved Site Environmental Management Plan (SEMP). Under no circumstances may trees be altered, damaged or removed without the written consent of the Superintendent. Should any tree be removed without the Superintendent’s written authority or damaged by the Contractor, then the Contractor shall pay a penalty nominated by either, the Superintendent, City of Ballarat, VicRoads or Department of Sustainability and Environment. 2.6 ACCESS The Contractor must ensure that works will provide for continuous access to all traffic in both directions. 2.7 TRAFFIC MANAGEMENT The Contractor must submit to the Superintendent for approval a Traffic Management Plan and a Pedestrian Management Plan. These plans must be submitted at least two weeks prior to any works commencing within site. 3 SERVICES PROVING Prior to the commencement of works, the contractor is responsible for making all practical enquiries, including Dial Before You Dig, to assist with the location of existing services on or in the vicinity of the site which may be affected by the works. The contractor is to locate those services either by physical or electronic means to accurately measure their actual location and to record their location on a plan and forward that plan to the superintendent. The contractor must physically mark the location of the services on site by appropriate means and to maintain those marks for the duration of the contract.

4. ROAD AND DRAINAGE WORKS STANDARD SPECIFICATIONS The specification for the works comprises the following standard specifications, as amended in Section 3.2 Contract Specific Specifications.

4.1 VICROADS SPECIFICATIONS The following sections of the Vic Roads Standard Specifications for Roadworks and Bridgeworks (as amended in Section 3.2 below) apply:

a) GENERAL

160 Construction - General 165 Procurement of Roadmaking Materials 166 Traffic Management

173 Examination and Testing of Materials and Work (Roadworks) 180 Ride Quality for Pavements

b) FORMATION 201 Site Clearing 204 Earthworks c) FLEXIBLE PAVEMENTS

304 Flexible Pavement Construction 322 Site Wet Mixing of Crushed Rock d) ASPHALT AND SURFACE TREATMENTS

407 Hot Mix Asphalt 408 Priming, Primersealing and Sealing

e) INCIDENTAL CONSTRUCTION

701 Underground Stormwater Drains 702 Sub Surface Drainage 703 Cast-In-Place Concrete Edgings, Paths and Other Surfacings 705 Drainage Pits 706 Installation of Utility Services in Road Reserves 707 Fencing 710 Fixing Raised Pavement Markers 713 Beaching 714 Erection of Signs 733 Service Ducts Conduits and Pits f) MATERIALS

801 Source Rock for the Production of Crushed Rock and Aggregates 811 Gravel, Sand and soft or ripped rock for base and subbase pavement 812 Crushed Rock and Plant Mixed wet-Mix Crushed Rock for Base and Subbase

Pavement 860 Manufacture of Road Signs

4.2 CONTRACT SPECIFIC CLAUSES FOR THE VICROADS SPECIFICATIONS

160 CONSTRUCTION - GENERAL

160.A1 The Quality System

Strike out AS/NZS ISO 9001:1994 and AS/NZS ISO 9002:1994 so that AS/NZS ISO 9003:1994 applies.

160.A3 Quality System Documents

With reference to part (a), the Contractor shall submit a controlled copy of the contract specific quality plan within one week of the date of acceptance of tender and prior to commencement of works.

160.A7 Surveillance and Audits

Replace references to “VicRoads” with “the Superintendent”. Delete the second and third sentences in the fourth paragraph.

160.C3 Sanitary Accommodation

Delete this clause.

160.C5 Contractor’s Identification Signs

This clause is replaced with the following: “No identification signs shall be erected without prior consultation with the Superintendent and the Superintendent’s approval.”

160.D1 Construction Program

This clause is deleted. Refer to Clause 33.2 in the Special Conditions of Contract.

160.D2 Adverse Weather Conditions

Delete the second and third paragraphs.

SCOPE OF WORKS

The works to be executed under this contract entails all items shown on the Coughlan Civil drawings

listed on the Tender Form, to the standard shown on those drawings, in accordance with the

Infrastructure Design Manual as it applies to the City of Ballarat, and in accordance with, but not limited

to, the following standard VicRoads sections.

GENERAL

160 Construction - General

165 Procurement of Road making Materials

166 Traffic Management

173 Examination and Testing of Materials and Work (Roadworks)

FORMATION

201 Site Clearing

204 Earthworks

FLEXIBLE PAVEMENTS

304 Flexible Pavement Construction

ASPHALT AND SURFACE TREATMENTS

408 Priming, Primersealing and Sealing

INCIDENTAL CONSTRUCTION

701 Underground Stormwater Drains

705 Drainage Pits

706 Installation of Utility Services within Road Reserves

710 Fixing Raised Pavement Markers

714 Erection of Signs

720 Landscape Works

733 Service Ducts, Conduits and Pits

MATERIALS

801 Source Rock for the Production of Crushed Rock and Aggregates

811 Gravel, Sand and soft or ripped rock for base and subbase pavement

812 Crushed Rock and Plant Mixed wet-Mix Crushed Rock for Base and Subbase Pavement

853 Hot Melt Bitumen Adhesive for Raised pavement Marker Installation

860 Manufacture of Road Signs

CONTRACT SPECIFIC CLAUSES FOR THE VICROADS SPECIFICATIONS

160 CONSTRUCTION - GENERAL

160.C4 Superintendent Representative’s Site Office

Delete this clause.

160.C9 Project Information Signs

Delete this clause

160.D1 Construction Program

This clause is deleted. Refer to Clause 33.2 in the General Conditions of Contract.

160.E9 Adverse Weather Conditions

Replace references to “Vicroads” with “development”

160.D2 Adverse Weather Conditions

Delete the second and third paragraphs.

201 SITE CLEARING

201.03 Limits of Work

Delete sub-clauses (a) and (b).

201.10 Protection and Removal of Existing Vegetation

Add to sub-clause (a) the following: The Contractor shall not remove any tree or undergrowth that is not

shown on the approved construction drawings without prior written approval from the Superintendent.

204 EARTHWORKS

204.19 Schedule of Details

Table 204.191

Physical Properties Limits of Grading (% passing)

After Compaction Sieve Size

AS (mm)

Plasticity

Index

x % passing

0.425 mm after

Compaction

(max)

Plasticity

Index (max)

after

Compaction

Location

and Use of

Type A Fill

CBR

(min)

%

Swell

(max)

%

Perm-

eability

(max)

cm/sec

75.0 37.5 4.75 0.425 0.075

Capping

Layer Fill

10 2.5 5 x 10-7 100 80-

100

80-

100

600 20

Verge

Material

10 1.0 5 x 10-6 100 80-

100

80-

100

600 20

Select

Subgrade

Fill

10 2.5 5 x 10-6 100 80-

100

80-

100

600 20

Structural

Fill

10 2.5 5 x 10-6 100 80-

100

80-

100

600 20

Other

Type A Fill

10 2.5 5 x 10-6 100 80-

100

80-

100

600 20

Type B fill shall have a minimum lab-soaked CBR of 7%.

Compaction Scale B shall be used for the Testing and Acceptance of Compaction (clause 204.13 Table 204.131)

of all roadworks.

304 FLEXIBLE PAVEMENT CONSTRUCTION

304.10 Grading of Pavement Material after Compaction

Table 304.103

Sieve Size

(mm)

Permitted Grading

After Compaction

(% Passing)

40 20

53.0 100

37.5 95-100 100

26.5 86-95 93-100

9.5 50-74 71-87

4.75 35-59 47-70

2.36 25-46 35-56

0.425 10-26 14-32

0.075 4-17 6-20

304.11 Schedule of Details

Compaction Scale B shall be used for the Testing and Acceptance of Compaction (Clause 304.07(a)) of the sub-

base, as nominated by the Superintendent.

Compaction Scale A shall be used for the Testing and Acceptance of Compaction (Clause 304.07(a)) of the base,

as nominated by the Superintendent.

408 PRIMING, PRIMERSEALING AND SEALING

408.15 Schedule of Details

Refer to drawings, Australian Standards and manufacturer’s recommendations.

702 SUBSURFACE DRAINAGE

702.12 Schedule of Details

Refer to drawings.

703 CAST-IN-PLACE CONCRETE EDGINGS, PATHS AND OTHER SURFACINGS

703.04 Setting Out

Strike out sub-clause (b).

703.08 Bedding Preparation

Strike out sub-clause (a).

706 INSTALLATION OF UTILITY SERVICES WITHIN ROAD RESERVES

706.13 Schedule of Details

Refer to drawings and service authority requirements.

722 PAINTED PAVEMENT MARKINGS - NEW INSTALLATIONS

722.02 Standards

Items (a), (b) and (c) apply.

722.04 Materials

Delete items (i), (ii) and (iii).

722.06 Layout of Markings

Delete item (a).

812 CRUSHED ROCK AND PLANT MIXED WET-MIX CRUSHED ROCK FOR BASE

AND SUBBASE PAVEMENT

812.05 Product

In sub-clause 812.05(b), the maximum permeability for Class 2 Base and Class 3 Subbase material shall be 5x10-

6 cm/sec.

STANDARD DRAWINGS

The following standard drawings form part of this specification.

a) Vic Roads Standard Drawings

b) Infrastructure Design Manual as adopted by City of Ballarat.

CONTRACT 798-01

CONSTRUCTION OF CIVIL WORKS

AT

217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

GENERAL CONDITIONS OF CONTRACT

REFER TO AUSTRALIAN STANDARD (AS 2124-1992)

AS 2124-1992

ANNEXURE to the Australian Standard General Conditions of

Contract PART A

This Annexure shall be issued as part of the tender and is to be attached to the General

Conditions of Contract and shall be read as part of the Contract.

The law applicable is that of the State or Territory of: (Clause

1) VICTORIA

Payments under the Contract shall be made at: (Clause 1) BALLARAT

The Principal: (Clause 2) Wijose Pty Ltd

The address of the Principal: 200B Burnbank Street, Ballarat Victoria, 3350

The Superintendent: (Clause 2)

Coughlan Civil Pty Ltd ABN 99 100 526 458

The address of the Superintendent:

6 Webster Street, Ballarat, Victoria, 3350

Limits of accuracy applying to quantities for which the

Principal accepted rates: (Clause 3.2) + OR - FIVE (5) PERCENT

Bill of Quantities - the alternative applying: (Clause 4.1) ALTERNATIVE ONE

The time for lodgement of the priced copy of the Bill of

Quantities: (Clause 4.2) AT SUBMISSION OF TENDER

# Contractor shall provide security in the amount

of: (Clause 5.2) CASH RETENTION, BANK GUARANTEE OR

INSURANCE BOND

# Principal shall provide security in the amount

of: (Clause 5.2) NOT APPLICABLE

The percentage to which the entitlement to security and

retention moneys is reduced: (Clause 5.7) FIFTY (50)

Interest on retention moneys and security - the alternative

applying: (Clause 5.9) ALTERNATIVE TWO

The number of copies to be supplied by the Principal: (Clause

8.3) ONE (1) ELECTRONIC COPY

The number of copies to be supplied by the Contractor:

(Clause 8.4) NOT APPLICABLE

The time within which the Superintendent must give a

decision and return the Contractor’s copies: (Clause 8.4) NOT APPLICABLE

Work which cannot be subcontracted without approval:

(Clause 9.2)

ALL WORKS

The percentage for profit and attendance: (Clause 11) FIFTEEN (15)

Insurance of the Works - the alternative applying: (Clause 18) ALTERNATIVE ONE

The assessment for insurance purposes of the costs of

demolition and removal of debris: (Clause 18) NOT APPLICABLE

The assessment for insurance purposes of consultants’ fees:

(Clause 18) NOT APPLICABLE

The value of materials to be supplied by the Principal: (Clause

18) NOT APPLICABLE

The additional amount or percentage:

(Clause 18) NOT APPLICABLE

Public Liability Insurance - the alternative applying: (Clause

19) ALTERNATIVE ONE

The amount of Public Liability Insurance shall be not less

than: (Clause 19) $10,000,000

The time for giving possession of the Site: (Clause 27.1) 14 DAYS FROM DATE OF

ACCEPTANCE OF TENDER

# The time for Practical Completion

(Clause 35.2) 20 weeks after the time for giving possession of Site.

(Notwithstanding that the Superintendant, may at it’s

sole discretion, declare separable portions for any or all

of the works packages listed in Schedule 1)

# Liquidated Damages per day (Clauses 35.6) $1,000

# Limit of Liquidated Damages: (Clause 35.7) UNLIMITED

# Bonus per day for early Practical Completion:

(Clause 35.8) NOT APPLICABLE

# Limit of Bonus: (Clause 35.8) NOT APPLICABLE

Event Amount

# Compensation for Delay Costs: (Clause 36) NOT APPLICABLE

# The Defects Liability Period: (Clause 37) AS SHOWN IN SPECIAL CONDITION SC-04

The charge for overheads, profit, etc. for Daywork: (Clause

41(f)) NOT APPLICABLE

Times for payment claims: (Clause 42.1) 14 DAYS FROM APPROVAL OF CLAIM BY

SUPERINTENDENT. ALLOWING 14 DAYS

FOR PROCESSING OF CLAIM AFTER

RECEIPT

Unfixed plant and materials for which payment claims may be

made notwithstanding that they are not on Site: (Clause 42.2) NOT APPLICABLE

Retention Moneys on: (Clause 42.3) (a) work incorporated into the Works and any work or items

for which a different amount of retention is not provided,

10 % of the value until 5 % of the Contract Sum is held;

(b) items on Site but not yet incorporated into the Work, N /

A %;

(c) items off Site but in Australia N / A %;

(d) items not in Australia N / A %;

(e) disbursements incurred by the Contractor for customs,

duties, freight, marine insurance, primage, landing and

transport in respect of the work under the Contract N / A

%;

Unfixed Plant or Materials - the alternative applying: (Clause

42.4) ALTERNATIVE TWO

The rate of interest on overdue payments: (Clause 42.9) FIVE (5) PERCENT PER ANNUM

The delay in giving possession of the Site which shall be a

substantial breach: (Clause 44.7) ONE (1) MONTH

The person to nominate an arbitrator: (Clause 46) PRESIDENT OF THE INSTITUTE IN

ARBITRATORS, VICTORIA

# Where there are Separable Portions these items must be deleted or left blank.

COPYRIGHT

CONTRACT 798-01

CONSTRUCTION OF CIVIL WORKS

AT

217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

SPECIAL CONDITIONS

SC-01 Adjustment to Schedule of Rates

AS 2124-1992 General Conditions of Contract shall form part of the Contract as modified by the

Special Conditions below.

3.3 Adjustment for Actual Quantities – Schedule of Rates

Add sub-clause (c) as follows:

Any claim that is to be made by the contractor with respect to quantities being greater than the

quantity shown in the Bill of Quantities or Schedule of Rates is to be made prior to signing of the

contract.

The signing of the contract by the contractor, is deemed to be acknowledgement that the quantities

shown in the Bill of Quantities or Schedule of Rates are correct and that no further claim will be made

with respect to accuracy of quantities.

This sub clause does not preclude the contractor from making a claim under Clause 40.5 in the event

that the

scope is varied as directed by the Superintendent.

SC-02 Rock Removal

For the purpose of this contract the definition of rock for which payment is to be sought at any of the

rock rates provided in the schedule, is any material that cannot be excavated by bucket, or ripped, by a

30 tonne excavator.

In the event that rock is encountered for which payment is to be sought at any of the rock rates

provided in the schedule, the Superintendant is to be notified and the position and level of such rock is

to be noted.

The payment for removal of rock is to be based on:

• the width of trench that is required to satisfy appropriate clearance to the external side surface

of the pipe. No allowance will be made for overbreak, benching or installation of shields;

• the depth of rock in the trench measured from the top of the rock to the extent of the required

bedding depth.

SC-03 Retaining Walls

Earth retaining walls are to be constructed in accordance with AS4678 – 2002, Earth-retaining

structures.

Without diminishing the importance of all Sections of AS4678-2002, specific attention is drawn to

Section 6.2 and Table 6.1 which provides as follows:

TABLE 6.1

CONSTRUCTION TOLERANCES

Element Vertical Position Horizontal

position

Vertical

alignment

Horizontal

alignment

Soil surface +/- 100mm N/A N/A N/A

Facings and wall

structures

+/- 50mm +/- 50mm +/- 20mm in

3.0m

+/- 20mm in 3.0m

Footings or

supports

+/- 50mm +/- 50mm +/- 20mm in

3.0m

+/- 20mm in 3.0m

SC-04 Defects Liability Period

The Defects Liability Period will be deemed to have commenced only upon receipt of written

notification from the Relevant Authority. In the case of the earth retaining structures that are to be

constructed within proposed allotments, the Defects Liability Period will commence upon an

inspection to be conducted by the Superintendant and in the event that works are deemed to have been

completed satisfactorily.

The Defects Liability Period (AS2124-1992, Clause37) shall be separately as follows:

Element Defect Liability Period (months)

Roads & Drainage (excluding retaining walls) 12

Retaining Walls 12

Sewer Reticulation 12

Water Reticulation 12

CONTRACT 798-01

CONSTRUCTION OF CIVIL WORKS

AT

217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

PLANS

ROAD AND DRAINAGE

PLAN TITLE REF NUMBER REV

Locality Plan & General Notes 798RD-01-01 A

General Arrangement 798RD-01-02 A

Earthworks Plan 798RD-01-03 A

Road & Drainage Layout Plan Stage 1 - Sheet 1 of 2 798RD-01-04 A

Road & Drainage Layout Plan Stage 1 - Sheet 2 of 2 798RD-01-05 A

Road & Drainage Layout Plan Stage 2 - Sheet 1 of 2 798RD-01-06 A

Road & Drainage Layout Plan Stage 2 - Sheet 2 of 2 798RD-01-07 A

Standard Details- Sheet 1 of 2 798RD-01-08 A

Standard Details- Sheet 2 of 2 798RD-01-09 A

Conduit Plan 798RD-01-10 A

Road 1 Longitudinal Sections 798RD-01-11 A

Road 2 Longitudinal Sections 798RD-01-12 A

Rodier Street Longitudinal Sections 798RD-01-13 A

Road 1 Cross Sections 798RD-01-14 A

Road 1 Cross Sections 798RD-01-15 A

Road 2 Cross Sections 798RD-01-16 A

Road 2 Cross Sections 798RD-01-17 A

Road 2 Cross Sections 798RD-01-18 A

Joesph St Cross Sections 798RD-01-19 A

Rodier Street Cross Sections 798RD-01-20 A

Rodier Street Cross Sections 798RD-01-21 A

Rodier Street Cross Sections 798RD-01-22 A

Rodier Street Cross Sections 798RD-01-23 A

Kerb Return Setout Detail 798RD-01-24 A

Kerb Return Longitudinal Sections 798RD-01-25 A

Court Bowl Setout Detail and Longitudinal Sections 798RD-01-26 A

Drainage Longitudinal Sections 798RD-01-27 A

Drainage Longitudinal Sections 798RD-01-28 A

Drainage Longitudinal Sections 798RD-01-29 A

Drainage Pit Schedule 798RD-01-30 A

Drainage Hydrology Report 798RD-01-31 A

Catchment Plan – Sheet 2 of 2 798RD-01-32 A

Tree Removal Plan – Sheet 1 of 2 798RD-01-33 A

Work Trigger Stage Plan 798RD-01-34 A

Basin & Creek Works General Arrangement 798RD-01-35 A

Grasstree Basin Setout & Sections 798RD-01-36 A

Grasstree Creek Layout Plan 798RD-01-37 A

Grasstree Creek Longitudinal Section & Setout 798RD-01-38 A

Grasstree Creek Cross Sections 798RD-01-39 A

Grasstree Creek Cross Sections 798RD-01-40 A

Grasstree Creek Cross Sections 798RD-01-41 A

SEWER AND WATER

Sewer Locality Plan & General Notes 798SW-01-01 A

General Arrangement 798SW-01-02 A

Stage 1 Sewer Layout Plan – Sheet 1 of 2 798SW-01-03 A

Stage 1 Sewer Layout Plan – Sheet 2 of 2 798SW-01-04 A

Stage 2 Sewer Layout Plan – Sheet 1 of 2 798SW-01-05 A

Stage 2 Sewer Layout Plan – Sheet 2 of 2 798SW-01-06 A

Water Locality Plan and Water Notes 798SW-01-08 A

Stage 1 Water Layout Plan 798SW-01-09 A

Stage 1 Water Detail Sheet 798SW-01-10 A

Stage 2 Water Layout Plan – Sheet 1 of 2 798SW-01-11 A

Stage 2 Water Layout Plan – Sheet 2 of 2 798SW-01-12 A

Stage 3 Water Detail Sheet 798SW-01-13 A

CONTRACT 798-01

CONSTRUCTION OF CIVIL WORKS

AT

217 JOSEPH STREET, CANADIAN

STAGE 1 & 2

FORMAL INSTRUMENT OF AGREEMENT

FORMAL INSTRUMENT OF

AGREEMENT

AGREEMENT made day of 2017

BETWEEN ………………………………………………….Pty Ltd (“the Contractor”),

AND Wiljose Pty Ltd (“the Principal”).

1.0 The Contractor will perform the work under the Contract for the Principal in accordance with the

Contract.

2.0 The Contract Sum shall be the lump sum amount of …………………………………………Dollars

and …… Cents$(0.00) (including all applicable levies, surcharges and fees that may be payable to a

regulatory authority but excluding GST).

3.0 IT IS AGREED the below mentioned documents (attached to this agreement and which the

Contractor acknowledges receipt of shall together comprise the Contract between the parties :-

1) Formal Instrument of Agreement

2) Letter of Award

3) Contractors submitted tender

4) Annexure Part A General Conditions of Contract AS 2124-1992

5) Specification that includes:

a) Contract General Clauses

b) Contract Specific Clauses

c) Specification for Road and Drainage Works

d) Standard Drawings

6) AS2124-1992 General Conditions of Contract

7) Plans as listed in the contract documents

8) Tender Form

If there is any inconsistency between the above documents, they shall be read in the order of precedence

shown above.

Wiljose Pty Ltd

.................................................................................Director

.................................................................................Witness

THE COMMON SEAL OF the Contractor …………………………. Pty Ltd

)

A.B.N………………………………. was here unto affixed in accordance with its )

Articles of Association the presence of: )

...................................................................…...........Director

.....................................................................….........Witness