· web viewinsert details of where costs such as supervisors, site engineers, managers, vehicles,...

24

Click here to load reader

Upload: dokiet

Post on 12-May-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 1

SCHEDULE OF PRICES

ALL PRICES SHALL BE GST EXCLUSIVE

ITEMNo. DESCRIPTION OF WORK AMOUNT

($)

A PRELIMINARIES

B ENVIRONMENTAL

C EARTHWORKS

D DRAINAGE

E PAVEMENT

F BITUMINOUS SURFACING

G PAVEMENT MARKING / SIGNAGE / ROAD FURNITURE

H BRIDGEWORKS

I LIGHTING

J SUNDRIES

K OVERHEADS AND PROFIT

L PROVISIONAL SUMS

TOTAL

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 1Revision 0

Page 2:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 2

SCHEDULE OF QUANTITIES AND PRICES

ALL RATES SHALL BE EXCLUSIVE OF GST.

ItemNo. Description of Work Unit of

MeasurementEstimated Quantity

Rate($)

Amount($)

A PRELIMINARIES

1 Site Establishment item

2Identification of affected services by investigation and potholing prior to commencing works in the area item

3 Verification of survey information item

4 Survey Requirements item

5 Preparation of Traffic Management Plan item

6 Construction, maintenance and removal of temporary pavements item

7 Provision and Maintenance of Traffic Controls including temporary relocation of pedestrian/vehicular accesses.

item

8 Demobilisation and site clean up item

Subtotal, Preliminaries

B ENVIRONMENTAL

9 Environmental Management Representative item

10 Preparation of Environmental Management Implementation Plan item

11 Preparation and implementation of SEDMP item

12 Implementation and reporting of Level Two water quality monitoring requirements item

13 Implementation of weed management plan item

14 Management of stockpiles item

15 Installation and removal of wash down area item

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 2Revision 0

Page 3:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 3

SCHEDULE OF RATES

ALL RATES SHALL BE EXCLUSIVE OF GST.

ITEM DESCRIPTIONQUANTITY AND

UNIT OF MEASUREMENT

RATE($)

AMOUNT($)

1 Establishment 1number

2 PM2/20QGW 3 300(+/- 20%)

ton

3 SPM2/20QGC4 (including retardant) 1 400(+/- 20%)

ton

4 PM2/20QGW 7 800(+/- 20%)

ton

5 SPM2/20QGC4 (including retardant) 120(+/- 20%)

ton

Total $

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 3Revision 0

Page 4:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 4

SCHEDULE OF OVERHEADS AND PROFIT

ALL RATES SHALL BE EXCLUSIVE OF GST.

Percentage Value per day ($)

On Site Overheads

Off Site Overheads

Profit

Number of working days on which the tender is based .......................

DESCRIPTION OF OVERHEADS

Insert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other substantial overhead items are allocated.

Offsite Overheads:

Onsite Overheads:

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 4Revision 0

Page 5:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 5

SCHEDULE OF RATES FOR VARIATIONS

ALL RATES SHALL BE EXCLUSIVE OF GST.

ITEMNo.

DESCRIPTION UNIT OF MEASUREMENT

RATE($)

EARTHWORKS

Excavation in earth and placing in fills within 15 km (including shaping and compaction and any double handling of material):

1. (a) quantities less than 10 m3 cubic metre(solid)

2. (b) quantities 10 m3 – 100 m3 cubic metre(solid)

3. (c) quantities greater than 100 m3 cubic metre(solid)

Excavation in earth and haulage to spoil at nominated spoil site within 10 km:

4. (a) quantities less than 10 m3 cubic metre(solid)

5. (b) quantities 10 m3 – 100 m3 cubic metre(solid)

6. (c) quantities greater than 100 m3 cubic metre(solid)

Haulage per cubic metre up to 1 km (includes loading) cubic metre(solid)

Haulage per cubic metre for each additional km over 1 km (includes loading)

cubic metre(solid)

PAVEMENT

7. Supply, deliver to site, spread, shape and compact PM1/30QG.

cubic metre(solid)

8. Supply, deliver to site, spread, shape and compact PM2/40QG.

cubic metre(solid)

9. Supply, deliver to site, spread, mix, shape and compact PM2/30QG stabilised with 5% Roadment by weight.

cubic metre(solid)

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 5Revision 0

Page 6:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 5

SCHEDULE OF RATES FOR VARIATIONS

ALL RATES SHALL BE EXCLUSIVE OF GST.

ITEMNo.

DESCRIPTION UNIT OF MEASUREMENT

RATE($)

TEST PROCEDURES

AS 1289.1 Preparation of samples test

AS 1726.D Geological description of aggregate test

MATERIALS DELIVERED TO SITE

Concrete N20 cubic metre

Concrete N32 cubic metre

Sand, Type C to Sa – C ton

30 mm Crushed rock to PM1/30QG ton

Roadment ton

Type A Material ton

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 6Revision 0

Page 7:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 5

SCHEDULE OF RATES FOR VARIATIONS

ALL RATES SHALL BE EXCLUSIVE OF GST.

ITEMNo. DESCRIPTION UNIT OF

MEASUREMENT

RATE

($)

1. Variation in the rate of application of binder. 0.05 l/square metre

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 7Revision 0

Page 8:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 6

SCHEDULE OF RATES FOR DAYWORK - PLANT

Tenderer to list (examples shown below only).

ALL RATES SHALL BE EXCLUSIVE OF GST.

ITEM DESCRIPTION(MAKE, YEAR, MODEL)

RATE($) PER HOUR

Excavator – Class 20 

Loader

Grader

Backhoe

Smooth drum vibratingRoller – Class 10

Padfoot self propelled roller- Class 10

Vibrating plate compactor

“Wacker” rammer

Tandem Water Cart

Tandem Tipper Truck

Light Vehicle

NOTE: All Plant rates to be inclusive of operator(s)

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 8Revision 0

Page 9:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 6

SCHEDULE OF RATES FOR DAYWORK - LABOUR

Tenderer to list (examples shown below only).

ALL RATES SHALL BE EXCLUSIVE OF GST.

CLASSIFICATIONRATE

($) per hour

Supervisor

Leading Hand

Survey Officer

Survey Assistant

Labourer

Carpenter

Steel Fixer

Concreter

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 9Revision 0

Page 10:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 7

PUBLISHED LIST SELLING PRICES FOR BITUMINOUS PRODUCTS

SUPPLIER PRICE

1. The supplier and published list selling price for C170 bitumen is

2. The supplier and published list selling price for C320 bitumen is

3. The supplier and published list selling price for polymer is

4. The supplier and published list selling price for crumb rubber is

5. The supplier and published list selling price for cutter is

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 10Revision 0

Page 11:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 8

RISE AND FALL CONTENT FACTORS

COMPONENT OF WORKSCONTENT FACTOR

CL CF CM CP CB

For items of work which include bituminous products (i.e. spray seals and asphalt)

-

For all other items of work (i.e. items which do not include bituminous products)

-

For the purpose of this clause only, the following items in the Schedule of prices or Schedule of Rates are deemed to include bituminous products:

S/R Items 56, 57

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 11Revision 0

DTEI, 16/07/12,
This schedule is only required if Alternative 3 of Special Conditions of Contract Clause 7 is selected and Tenderers have been requested to nominate the Content Factors. DPTI has the option of providing the Content Factors in this schedule
DTEI, 16/07/12,
List items here that bituminous R&F will apply to
Page 12:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 20

WORKING TIME

I/We propose to observe the following working days and hours, vide Clause "Working Days and Hours of Work".

Working Days and Hours

Number of days to be worked per week ..............................

Number of hours to be worked per day,

Monday to Friday ..............................

Saturday ..............................

Sunday ..............................

Starting Time

Monday to Friday .........................a.m.

Saturday .........................a.m.

Sunday .........................a.m.

Finishing Time

Monday to Friday .........................p.m.

Saturday .........................p.m.

Sunday .........................p.m.

Rostered Days Off ..............................

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

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 12Revision 0

Page 13:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 22

CERTIFICATE OF CURRENCY OF PUBLIC LIABILITY INSURANCE

Tenderer to insert copies of the certificates following this page.

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 13Revision 0

Page 14:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 23

DECLARATION OF COMPLIANCE

Declaration of Compliance with the Code for the Tendering and Performance of Building Work 2016.

DPTI XXCxxx The .........................................................................................

Name of Tenderer, ABN and ACN:

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

1. The Tenderer confirms that it has complied with the Code for the Tendering and Performance of Building Work 2016 (Building Code) in preparing this Tender.

2. The Tenderer undertakes that it complies with the Building Code, and has complied with the Building Code from the time of lodgement of this tender, and that it will require compliance by its related entities (see Part 1, section 3(2) of the Building Code).

3. The Tenderer undertakes to ensure compliance from all subcontractors and consultants engaged on this project, should it be the successful Tenderer. All contracts must expressly require compliance with the Building Code.

4. The Tenderer agrees that it and its subcontractors and its related entities will provide the Commonwealth or any person authorised by the Commonwealth, including a person occupying a position in the Australian Building and Construction Commission, with access to:(a) inspect any work, material, machinery, appliance, article or facility;(b) inspect and copy any record relevant to the Project and Works the subject of this Contract;(c) interview any person; and(d) any document requested under this contract. The document must be provided within the period specified

either in person, by fax or by post,as is necessary to demonstrate its compliance with the Building Code.

5. The Tenderer acknowledges that it is aware the Commonwealth or Minister for Employment and Workplace Relations may impose a sanction on a Tenderer or Contractor that does not comply with the Building Code.

The sanction imposed may include but is not limited to:(a) the reporting of the breach to an appropriate statutory body or law enforcement agency (if there is evidence

that the breach may also be a breach of a Commonwealth or State law), or industry association;(b) issuing of a formal warning that future breaches may lead to more significant sanctions;(c) preclusion from Tendering for any Commonwealth funded building and construction work for a specified

period;(d) communication of sanction details to all Commonwealth agencies to ensure a ‘whole-of-Government’

approach;(e) publication of details of the breach and identification of the party committing the breach; and(f) a reduction in the number of tendering opportunities that are given.

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 14Revision 0

DPTI, 17/07/13,
Name of project tendered for:
Page 15:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

6. The Tenderer is to select which of the following clauses in italics is appropriate and delete the remaining clause:

a) The Tenderer hereby gives its consent, and confirms that its related entities give their consent, to disclosure by the Commonwealth, its agencies and ministers, of information concerning the Tenderer’s and its related entities’ compliance with the Building Code and whether or not a sanction has been imposed on the Tenderer and/or related entity of the Tenderer, for the exercise of their statutory and portfolio responsibilities (the Purposes).

OR

b) The Tenderer has previously given its consent, and confirms that its related entities have previously given their consent, to disclosure by the Commonwealth, its agencies and ministers, of information concerning the Tenderer’s and its related entities’ compliance with the Building Code and whether or not a sanction has been imposed on the Tenderer and/or a related entity of the Tenderer for the exercise of their statutory and portfolio responsibilities (the Purposes), and confirms that the Tenderer and its related entities have not revoked that consent.

7. The Tenderer has obtained or will obtain the consent of each subcontractor and consultant proposed in its Tender to disclosure by the Commonwealth, its agencies and ministers, of information concerning the proposed subcontractors, compliance with the Building Code and whether or not a sanction has been imposed on any proposed subcontractor, for the Purposes.

8. The Tenderer acknowledges that the consents provided in clause 6 are not limited to this Tender process as the Tenderer is expected to comply with the Building Code in future projects.

9. The Tenderer will:

(a) Describe how the Tenderer has complied with the Building Code in the past (if the Tenderer has undertaken Australian Government funded construction work in the past) and how it will comply if successful. For example, the tenderer will:(i) comply with the Building Code;(ii) require compliance with the Building Code from all subcontractors before doing business with them;(iii) apply the Building Code to privately funded projects that commence after they first lodge an expression

of interest or tender for an Australian Government project;(iv) ensure that contractual documents allow for a person occupying a position in Fair Work Building

Industry to access sites, documents and personnel to monitor compliance with the Building Code, including privately funded construction sites;

(v) ensure project managers or head contractors establish appropriate processes to ensure freedom of association;

(vi) ensure there is a work health safety and rehabilitation (WHS&R) plan for the Project;(vii) respond to requests for information concerning Building Code-related matters made on behalf of Code

Monitoring Group (CMG);(viii) where practicable, ensure contractors or subcontractors initiate voluntary remedial action aimed at

rectifying non-compliant behaviour when it is drawn to their attention;(ix) ensure that CMG secretariat is notified of any alleged breaches, voluntary remedial action taken or

other Building Code-related matters within 21 days of the party becoming aware of the alleged breach; and

(x) be aware that and ensure that sanctions applied under the Building Code are enforced including the exclusion of identified parties from work opportunities in accordance with decisions advised by CMG.

(b) Where the Tenderer proposes to subcontract an element of the work, the Tenderer is either to:

(i) provide the information detailed at (a) in relation to each subcontractor; or

(ii) detail how the Tenderer intends to ensure compliance with the Building Code by each subcontractor.

(c) Ensure that where threatened or actual industrial action occurs on a project, contractors, subcontractors, consultants or project managers report such action to the Funding Entity.

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 15Revision 0

Page 16:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

10. Where the tenderer has a Fair Work Act 2009 enterprise agreement that enterprise agreement includes a genuine dispute resolution procedure that includes the following:

(a) the ability for employees to appoint a representative in relation to the dispute;

(b) in the first instance procedures to resolve the dispute at the workplace level;

(c) if a dispute is not resolved at the workplace level, the capacity for a party to the dispute to refer the matter to an independent third party for mediation or conciliation; and

(d) if the dispute is still not resolved, the capacity for an independent third party to settle the dispute via a decision binding on the parties.

(Insert additional sheets for response as necessary)

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 16Revision 0

Page 17:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 24

RISK ALLOCATION TABLE

RISK PARTY RESPONSIBLE FOR RISK

1. The factual accuracy of material descriptions, bore logs, locations, levels and test results (including those for contamination) derived from boreholes or pits supplied by the Principal

Principal

2. Interpretations and opinions contained within reports of any kind supplied by the Principal

Contractor

3. The location of Utility Services outside of the Reference Design "footprint" and the requirements of the Service Authorities for protection and/relocation.

Contractor

4. The location of Utility Services within the Reference Design "footprint" and the requirements of the Service Authorities for protection and/relocation.

Contractor

5. The risk that the physical conditions and characteristics of material are different than those which could be reasonably anticipated from interpolation or extrapolation from boreholes or pits by a competent and experienced contractor at the time of tendering, but excluding (5) and (6) below

Contractor *

6. The risk that Unsuitable Material, requiring treatment or replacement, (vide Part 210) is encountered

Contractor *

7. The risk that that contaminated material in rail corridors and former rail corridors is encountered

Contractor

8. Any other Latent Condition not included above in this table Principal *

Tenderers may submit bids with alternative risk allocation for these items; to be completed in the final contract document.

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 17Revision 0

Page 18:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 27

PARENT COMPANY GUARANTEE

Insert a copy of the proposed Corporate Guarantee, which must be substantially in the form of the DPTI Example Corporate Guarantee, available from http://www.dpti.sa.gov.au/documents/contractsandtenders/guidelines_and_miscellaneous2,

or

provide evidence why a Corporate Guarantee is not required.

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 18Revision 0

DTEI, 13/07/12,
Check that wording is appropriate
Page 19:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 28

SOUTH AUSTRALIAN INDUSTRY PARTICIPATION POLICY

All procurements over $33,000 (inc GST) have a South Australian Industry Participation Policy (SAIPP) requirement unless an exemption is granted by the Department of State Development. Either an Economic Contribution Test (ECT) or an Industry Participation Plan will be required, as specified in the tender, and must be completed online.

METROPOLITAN SOUTH AUSTRALIA

All procurement of goods, services or works which are predominantly Regional in character will require: Economic Contribution Test on procurements from $33,000 to $4 million; or Industry Participation Plan from $4 million and above.

REGIONAL SOUTH AUSTRALIA

All procurement of goods, services or works which are predominantly Regional in character will require: Regional Economic Contribution Test on procurements from $33,000 to $1 million; or Regional Industry Participation Plan from $1 million and above.

Tenderers must complete SAIPP forms online. On submission, a copy of the form will be emailed to the business contact person. This email will contain instructions on how to include the submission email and the PDF attachment with the tender response.

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 1Revision 0

Page 20:  · Web viewInsert details of where costs such as supervisors, site engineers, managers, vehicles, travel, site accommodation, security, administration and all other ... For the purpose

SCHEDULE 29

WORKFORCE PARTICIPATION POLICYSTATEMENT OF INTENT

The Tenderer formally declares its intent to work in conjunction with the South Australian Government to meet the Workforce Participation Policy targets by employing and training people from the four specified groups, and up-skilling workers, both in directly contracted work, and in any onsite works that are subcontracted.

The target groups are: Aboriginal people Trainees and Apprentices Local people with barriers to employment Displaced automotive industry workers.

Further details of the Workforce Participation Policy are available from http://www.dpti.sa.gov.au/wpgcp.

…………………………… …………………..Tenderer’s signature Date

DPTI XXCxxx Page 1Revision 0

DPTI, 03/08/15,
Insert this Schedule if the contract sum is > $165,000 (inc GST)