CONTRACT (Tender document only)

Similar documents
TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

Between the Parramatta Park Trust (the Trust) (LAND OWNER) and

Between the Western Sydney Parklands Trust (the Trust) (LAND OWNER) and

CONDITIONS OF CONTRACT. The Builder must execute and complete the Works in a workmanlike manner and ensure the Works are adequately supervised.

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS

GENERAL CONDITIONS OF ELECTRICAL INSTALLATION CONTRACT

Any additional services not detailed in the Quotation, and the price is subject to variation to take account of changes in any exclusions.

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

Conditions of Contract

Conditions of Contract

GP-4-1 of 9 GP-4 SCOPE OF WORK

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

AGREEMENT AND CONDITIONS OF SUB-CONTRACT (DOMESTIC)

SOUTHERN RESPONSE CANTERBURY EARTHQUAKE RECONSTRUCTION PROJECT GENERAL CONDITIONS OF CONTRACT FOR HOUSING REBUILD AND REPAIRS

Request for Tender The Owners Corporation of Units Plan 2413 Landmark Strata and Building Management Services

Conditions of Contract for PLANT and Design-Build

CENTRAL GOLDFIELDS SHIRE COUNCIL TENDER G CIVIL & TRAFFIC ENGINEERING CONSULTANCY SERVICES

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

CS ENERGY LIMITED SERVICE CONDITIONS

Western Water Development Consultant Accreditation Deed

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Booth Creek at Myrnam Street Culvert Upgrade

Drainage Improvements, Diversion #5

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING

Spartanburg County Roads & Bridges 9039 Fairforest Road Spartanburg, South Carolina Telephone Fax

Odessa Marine Pty Ltd ACN Terms & Conditions of Trade

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

1. APPLICATION OF THESE CONDITIONS

REVISION CONTROL LAND DEVELOPMENT - GUIDELINES AND PRICING 01

TERMS AND CONDITIONS OF TRADE

WORK IN OR ABOUT QR PROPERTY

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016

Works Appointment: We, on behalf of the Employer, would like to inform you that your quotation, Reference Number

ASCENT STRUCTURAL & ARCHITECTURAL STEEL

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

We are pleased to provide this Offer to carry out Energex Connection Services as requested in your application.

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Proposal and Agreement for Construction on Purchaser s Lot

TERMS AND CONDITIONS OF SALE ACN: ABN:

Steadiform Pty Ltd and any associated entity terms and conditions of trade Definitions Acceptance Price And Payment

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

Management Agreement

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

DEMOLITION 535 Fraser Street

LABOUR ONLY CONDITIONS OF CONTRACT

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

PERMIT TO ENTER YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT

Terms & Conditions of Trade AGA Doors and Windows PPSR PROTECTION 2018

Australian Standard. Water Corporation Version July 2012 AS (Incorporating Amendment No. 1)

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES

TENDER FOR THE TOWNSHIP OF SEVERN

General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR

LONG ISLAND UNIVERSITY STANDARD TERMS AND CONDITIONS

SECTION 7 - PROSECUTION OF THE WORK TABLE OF CONTENTS

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

Terms and Conditions. Doc ID /v3

2 CONTRACT 3 SPECIFIC ITEMS INCLUDED AND EXCLUDED FROM QUOTE. Balclutha. Cromwell

Encroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address:

Page 1 of 40 Development Agreement Annexure A Standard Conditions 1 February 2017 V1.0

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

Rock Chalk Park - Infrastructure Report. July 2013

Project Z Pty Ltd T/A Harbour Glass Terms & Conditions of Trade 17.6 The Seller may license or sub-contract all or any part of its rights and

REQUEST FOR PROPOSALS. Demolition

AIRPORT AUTHORITY HONG KONG

Form of Agreement Between the Client And the Quantity Surveyor

Terms of Trade. 1 P a g e

Contract Documents 73541

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

1.3 All employees are equally responsible for complying with the Ontario Occupational Health & Safety Act and its Regulations.

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

BP Plus Terms and Conditions

MANITOBA HOUSING SUPPLEMENTAL CONDITIONS CONTRACT #: XXXX GENERAL

Australian Independent Hire A.B.N

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

Headland Machinery Pty Ltd ( Headland ) Sale and Installation of Parts Terms and Conditions

TERMS AND CONDITONS PARTIES

IOP(SA) PLUMBING WORKS AGREEMENT

City of Shawano Park and Rec Dept. 220 E Division St., Shawano, (715) Fax: (715)

TERMS AND CONDITIONS OF SALE

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

CODE OF PRACTICE FOR WORKS AFFECTING THE CANAL & RIVER TRUST

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

Body Corporate Operational Rules - Tattoo BC #

CONSTRUCTION CONTRACT EXAMPLE

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

TERMS AND CONDITIONS FOR METER RELOCATION SERVICES FOR PREMISES CONNECTED TO ACTEWAGL S GAS DISTRIBUTION NETWORK IN NSW AND ACT

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

RFP GENERAL TERMS AND CONDITIONS

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

Document A Exhibit A

ANNEX A Standard Special Conditions For The Salvation Army

Terms of trade 1. Definitions 2. Quotations 3. Acceptance 4. Orders and Order Cancellations 5. Prices and Payments

3. Period The period of the agreement shall not exceed 12 months and is set out in Item 4 of the Schedule.

AIA Document A133 TM 2009

Transcription:

Contract No. 734-01 CONTRACT 734-01 (Tender document only) CIVIL WORKS AT 19 Flemington Road, North Melbourne Principal: Superintendent: Coughlan Civil Pty Ltd.

TABLE OF CONTENTS FORMAL INSTRUMENT OF AGREEMENT 3 LETTER OF AWARD 5 ANNEXURE TO AS2124-1992 PART A 7 TENDER FORM 10 SCHEDULE 3 BILL OF QUANTITIES 12 SPECIFICATION 17 PLANS 30

CONTRACT 734-01 CIVIL WORKS FORMAL INSTRUMENT OF AGREEMENT Page 3

FORMAL INSTRUMENT OF AGREEMENT AGREEMENT made day of 2014 BETWEEN.Pty Ltd AND UAG HOLDINGS PTY LTD ABN ( the Contractor ), ABN 35 144 510 770 ( 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 amount of.($0.00) (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) Annexure Part A General Conditions of Contract AS 2124-1992; 4) Tender Form; 5) Contractors submitted tender; 6) Specification that includes: a) Contract General Clauses b) Contract Specific Clauses c) Specification for Road and Drainage Works d) Standard Drawings 7) Plans as listed in the contract documents If there is any inconsistency between the above documents, they shall be read in the order of precedence shown above. UAG HOLDINGS PTY LTD ABN 35 144 510 770...Director...Witness THE COMMON SEAL OF the Contractor Contractor ) A.B.N. as here unto affixed in accordance with it s) Articles of Association in the presence of: )......Director...... Witness FORMAL INSTRUMENT OF AGREEMENT: PAGE 1 OF 1 Page 4

CONTRACT 734-01 CIVIL WORKS LETTER OF AWARD Page 5

Insert letter of Award here Page 6

CONTRACT 734-01 CIVIL WORKS ANNEXURE to AS2124-1992 PART A Page 7

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) Payments under the Contract shall be made at: (Clause 1) The Principal: (Clause 2) The address of the Principal: The Superintendent: (Clause 2) VICTORIA BALLARAT C\- Urban Develop, Level 1, 125 Flinders Lane, Melbourne, Victoria, 3000 Coughlan Civil 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) Bill of Quantities - the alternative applying: (Clause 4.1) The time for lodgement of the priced copy of the Bill of Quantities: (Clause 4.2) # Contractor shall provide security in the amount of: (Clause 5.2) # Principal shall provide security in the amount of: (Clause 5.2) The percentage to which the entitlement to security and retention moneys is reduced: (Clause 5.7) Interest on retention moneys and security - the alternative applying: (Clause 5.9) The number of copies to be supplied by the Principal: (Clause 8.3) The number of copies to be supplied by the Contractor: (Clause 8.4) The time within which the Superintendent must give a decision and return the Contractor s copies: (Clause 8.4) Work which cannot be subcontracted without approval: (Clause 9.2) The percentage for profit and attendance: (Clause 11) Insurance of the Works - the alternative applying: (Clause 18) The assessment for insurance purposes of the costs of demolition and removal of debris: (Clause 18) The assessment for insurance purposes of consultants fees: (Clause 18) The value of materials to be supplied by the Principal: (Clause 18) The additional amount or percentage: (Clause 18) Public Liability Insurance - the alternative applying: (Clause 19) + OR - FIVE (5) PERCENT ALTERNATIVE ONE AT SUBMISSION OF TENDER NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE ALTERNATIVE ONE TWO (2) COPIES NOT APPLICABLE NOT APPLICABLE NO WORKS CAN BE SUBCONTRACTED WITHOUT APPROVAL NOT APPLICABLE ALTERNATIVE ONE NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE ALTERNATIVE ONE Page 8

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) # The time for Practical Completion (Clause 35.2) 14 DAYS FROM DATE OF ACCEPTANCE OF TENDER 6 WEEKS FROM THE AGREED COMMENCEMENT DATE # Liquidated Damages per day (Clauses 35.6) $500 # 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) TWELVE (12) MONTHS FROM COUNCIL COMPLIANCE The charge for overheads, profit, etc. for Daywork: (Clause 41(f)) Times for payment claims: (Clause 42.1) NOT APPLICABLE Claims lodged with the Superintendent by the 14 th of each month will be certified within 14 days of receipt. An invoice is then to be lodged by the Contractor with the Principal, for the Certified amount, by the 28 th day of the month. Payments will then be made by the Principal within 30 days of receipt of the invoice. Unfixed plant and materials for which payment claims may be made notwithstanding that they are not on Site: (Clause 42.2) Retention Moneys on: (Clause 42.3) Unfixed Plant or Materials - the alternative applying: (Clause 42.4) NOT APPLICABLE (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 %; 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) The person to nominate an arbitrator: (Clause 46) THREE (3) MONTHS PRESIDENT OF THE INSTITUTE IN ARBITRATORS, VICTORIA # Where there are Separable Portions these items must be deleted or left blank. COPYRIGHT Page 9

CONTRACT 734-01 CIVIL WORKS TENDER FORM Page 10

TENDER FORM Name of person, firm or company tendering USE BLOCK LETTERS Address. Of.. hereby tender(s) to perform the work for: Description of works Civil Works at 19 Flemington Road, North Melbourne For: (Contract No. 734-01) in accordance with the following Documents: List Documents * Australian Standard AS2124-1992 - General Conditions of Contract as amended * Coughlan Civil Contract No. 734-01 * Specification for Contract No. 734-01 *WSA 02-2002 Sewerage Code of Australia *WSA 03-2002 Water Code of Australia * Coughlan Civil Plans, as included in the tender documentation:. Sewer and Water Plans: 734SW-01 Rev 1 734SW-02 Rev 1 * Standard drawings City of Melbourne * Standard drawings VicRoads * Standard drawings and Specifications City West Water 1. For the sum of excluding GST ($ 0.00); 2. At the rates in the attached Schedule of Rates for the purpose of assessing variations. Insert date. DATED this. day of..., 2014. If the tenderer is a firm the full names of the individual members of the firm must be stated here.. 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. Page 11

CONTRACT 734-01 CIVIL WORKS SCHEDULE 3 BILL OF QUANTITIES Page 12

SCHEDULE 3 BILL OF QUANTITIES "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" Page 13

Project: 734 19 FLEMINGTON ROAD CLOSING DATE: 14 November 2014 TENDERER Company: Contact Person: Address: TENDER A. Site Establishment B. Water Reticulation Works Contingency 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.

734-19 Flemington Road, North Melbourne Item No. Description of Works Qty Unit Rate Extended ($) Amount ($) A. Site Establishment 1.1 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 all as specified. 1 Item 1.2 Proving of services on site proir to works on site 1 Item B. WATER RETICULATION WORKS Construction of water supply works as detailed, including supply and installation of all material, including tees, reducers, bends, thrust restraints, valve covers,ancillary fittings, disposal of spoil of surplus excavated material all to W.S.A.A specifications 1 Water Reticulation Mains Supply all materials, excavate, bed, lay, joint, thrust block, backfill and reinstate pavement complete as specified the following pipes: 1.1 150mm dia upvc (Class 16) HDD 232.7 m 1.1 100mm dia upvc (Class 16) Open trench 15.1 m 2 Hydrants and Washout Assemblies Supply all materials and install complete (incl. Hydrant indicator post & RRPM) as specified: 2.1 100mm hydrant 1 No 3 Fittings Supply all materials and install the following valves, reducers, bends and tees where required as per Authority's standard drawings and as specified 3.1 150mm-100mm Reducer 2 No 3.2 150mm x 90 degree bend with thrust block 3 No 3.3 150-150-150 Tee with thrust block 2 No 3.4 150-150-100 Tee with thrust block 2 No 3.5 100mm dia Stop Valve 3 No 3.6 100mm x 90 degree bend with thrust block 1 No 3.7 100-100-100 Tee with thrust block 1 No 4 House Connections Water tapping and extension to existing house service to 4.1 match existing (25mm typical) Water tapping and connection to existing house service to 4.2 match existing (25mm typical) 3 No 2 No 1 of 2

734-19 Flemington Road, North Melbourne Item No. Description of Works Qty Unit Rate Extended ($) Amount ($) 5 Main Connections 5.1 Connection to existing 100mm dia CICL main during shut off to be arranged by contractor in accordance with CWW procedures 3 No 5.2 Connection to existing 150mm dia CICL main during shut off to be arranged by contractor in accordance with CWW procedures 1 No 6 Quality Assurance Costs 6.1 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. 1 Item 7 Testing 7.1 Flush out, pressure test and water quality testing 1 Item 7.2 As Constructed plans to Yarra Valley Water standards to be submitted to superintendent 1 Item 8 PROVISIONALS All or part to be expended only with written authorisation of the Superintendent 8.1 Additional over and above item 4.1 for new service connection to replace existing service that is in too poor condition or otherwise unable to be extended/connected to new main including capping and sealing of existing service. DN25PE as per MRWA-W-110. 5 No 8.2 100mm x 90 degree bend with thrust block 1 No 8.3 Rock Rate 8.3.1 Excavation of solid rock in open trench m3 8.3.2 100mm dia coring through solid rock m TOTAL WATER RETICULATION WORKS CONTRACT TOTAL 2 of 2

CONTRACT 734-01 CIVIL WORKS SPECIFICATION Page 17

CONTENTS 1. - Contract General Clauses 2. - Contract Specific Clauses 3. - Specification for Road and Drainage Works 4. - Standard Drawings Page 18

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 19 Flemington Road, North Melbourne 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:- Civil Works at 19 Flemington Road, North Melbourne 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 19 Flemington Road, North Melbourne 1.03 DATE OF COMMENCEMENT AND PRACTICAL COMPLETION Subject to Clause 35 of the General Conditions of Contract, the Contractor shall commence and complete the works within the times nominated hereunder: DATE OF COMMENCEMENT: DATE OF PRACTICAL COMPLETION 14 days from the date of acceptance of tender or as otherwise specified in the Letter of Acceptance. 6 weeks from the date of acceptance of tender or as otherwise specified in the Letter of Acceptance. Notwithstanding that possession of the site has been given and final Date of Commencement has been nominated, the Contractor shall not be permitted to continue the work on the site if he has not provided security, as required by Sub-Clause 5.4 of the General Conditions of Contract, within the time specified. 1.04 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. 1.05 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. 1.06 STANDARD SPECIFICATION The VicRoads Standard Roadworks Specification (Selected Elements) 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. 1.07 THIS SECTION EXCLUDED Page 19

1.08 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. 1.09 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. 1.10 RELEVANT AUTHORITIES The Contractor shall be responsible for ensuring the co-ordination of the works of all the relevant Authorities and his own activities. 1.11 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. Page 20

1.12 NOTICES The Contractor shall provide to the Superintendent, seven clear days written notice of intention to commence the works. 1.13 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. 1.14 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. 1.15 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. 1.16 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. 1.17 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. Page 21

1.18 SITE ACCESS Access is to be obtained from Flemington Road, North Melbourne. Site access shall be restricted to that shown on the Site Management Plan or authorised in writing by the Superintendent. 1.19 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. 1.20 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. 1.21 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. 1.22 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. 1.23 FIELD ASSISTANCE Page 22

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. 1.24 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 twelve (12) months. 1.25 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. 1.26 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. 1.27 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. 1.28 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. 1.29 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, * 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. Page 23

1.32 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. 1.33 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. 1.34 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. 1.35 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. Page 24

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 Melbourne, 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. 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. Page 25

3.1 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) FLEXIBLE PAVEMENTS 304 Flexible Pavement Construction 322 Site Wet Mixing of Crushed Rock c) ASPHALT AND SURFACE TREATMENTS 407 Hot Mix Asphalt 408 Priming, Primersealing and Sealing d) 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 e) 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 3.2 CONTRACT SPECIFIC CLAUSES FOR THE VICROADS SPECIFICATIONS 3.2.1 160 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 four weeks of the date of acceptance of tender. Page 26

160.A3 Records Insert the following paragraph: As part of the Contractor s Quality System, the Contractor shall forward duplicate copies of all Quality Records to the Superintendent at the time of issue. 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. Page 27

3.2.3 304 FLEXIBLE PAVEMENT CONSTRUCTION 04.10 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. 3.2.5 408 PRIMING, PRIMERSEALING AND SEALING 408.15 Schedule of Details Refer to drawings, Australian Standards and manufacturer s recommendations. 3.2.6 702 SUBSURFACE DRAINAGE 702.12 Schedule of Details Refer to drawings. 3.2.7 703 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). 3.2.8 706 INSTALLATION OF UTILITY SERVICES WITHIN ROAD RESERVES Page 28

706.13 Schedule of Details Refer to drawings and service authority requirements. 3.2.9 722 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). 3.2.10 812 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. 4. STANDARD DRAWINGS The following standard drawings form part of this specification. a) VicRoads Standard Drawings b) City of Melbourne Standard Drawings in their entirety. c) City West Water standard drawings and specifications in their entirety. d) Sewerage Code of Australia (WSA 02-2012). e) Water Code of Australia (WSA 03-2002). Page 29

CONTRACT 734-01 CIVIL WORKS PLANS Page 30