CABONNE COUNCIL
CONTRACT No. 834402
LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF
STORMWATER DRAINAGE
GIDLEY STREET, MOLONG
STAGE 1
(BETWEEN HILL STREET AND BANK
STREET)
PREPARED BY: CABONNE COUNCIL’S
DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
Contract No. 834402 TABLE OF CONTENTS OF TENDER DOCUMENTS
© IPWEA 2004 Page 2
CABONNE COUNCIL
TABLE OF CONTENTS
Section 1 – Information for Tenderers
Section 2 – Conditions of Tendering
Section 3 – Tender Submission Documents
Section 4 –Conditions of Contract
Section 5 –Technical Specifications
Section 6 – Drawings
Section 7 – Geotechnical Investigation
Section 8 – Review of Environmental Factors
CONTRACT No. 834402
LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF STORMWATER DRAINAGE GIDLEY STREET, MOLONG
STAGE 1 (BETWEEN HILL STREET AND BANK
STREET)
INFORMATION FOR TENDERERS
PREPARED BY: CABONNE COUNCIL’S DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
Contract No. 834402 INFORMATION FOR TENDERERS
© IPWEA 2004 Page 1
CABONNE COUNCIL
INFORMATION FOR TENDERERS
CLAUSE CONTENTS PAGE
GENERAL ............................................................................................................................. 3
1. BACKGROUND ....................................................................................................................................... 3
2. PROJECT IDENTIFICATION AND DESCRIPTION ................................................................................ 3
3. RELEVANT DOCUMENTS ...................................................................................................................... 5
4. GEOTECHNICAL INFORMATION .......................................................................................................... 5
5. TENDERING METHOD ........................................................................................................................... 5
6. COUNCIL’S CONTACT PERSON ........................................................................................................... 5
7. SITE INSPECTION AND BRIEFING MEETING ...................................................................................... 5
8. TENDER LODGEMENT REQUIREMENTS ............................................................................................ 6
Contract No. 834402 INFORMATION FOR TENDERERS
© IPWEA 2004 Page 2
CABONNE COUNCIL
CABONNE COUNCIL
TENDER FOR SUPPLY AND CONSTRUCTION OF STORMWATER DRAINAGE
AT GIDLEY STREET, MOLONG STAGE 1.
CH 0.000 m – CH 194.178 m
CONTRACT No. 834402
Tenders closing at 12:00 noon Wednesday, 24 May 2017
Tender documents are available from Cabonne Council’s website www.cabonne.nsw.gov.au or from Cabonne Council’s e-tendering website www.tenderlink.com/cabonne
Tenders must be lodged in accordance with the requirements detailed in the tender documents. Enquiries can be directed to Surendra Sapkota 02 63907100 Cabonne Council.
The Principal shall not be bound to accept the lowest or any tender.
P.O. Box 17 Stephen Harding MOLONG NSW 2866 Acting General Manager
Contract No. 834402 INFORMATION FOR TENDERERS
© IPWEA 2004 Page 3
CABONNE COUNCIL
INFORMATION FOR TENDERERS
GENERAL
1. BACKGROUND
Cabonne Council call this tender for the Supply and Construction of Stormwater Drainage at Gidley Street, Molong. Stage 1. Chainage 0.000 m – Chainage 194.178 m (between Hill Street Street and Bank Street Molong NSW).
2. PROJECT IDENTIFICATION AND DESCRIPTION
This Tender is for Contract No. 834402 - Supply and Construction of Stormwater Drainage at Gidley Street, Molong. Stage 1. Chainage 0.000 m – Chainage 194.178 m. This is a Lump Sum Contract.
LOCATION MAP
Project Site: Gidley Street, Molong NSW. Chainage 0.000 m – Chainage 194.178 m
Contract No. 834402 INFORMATION FOR TENDERERS
© IPWEA 2004 Page 4
CABONNE COUNCIL
Project Site: Gidley Street, Molong NSW. Chainage 0.000 m – Chainage 194.178 m
Contract No. 834402 INFORMATION FOR TENDERERS
© IPWEA 2004 Page 5
CABONNE COUNCIL
3. RELEVANT DOCUMENTS
The contract documents for this project are:
Conditions of Contract
Technical Specifications
Tender Submission Documents.
Drawings Council Plan MOL-396, Proposed Gidley Street Stormwater Drainage Stage 1,
Ch 0.000 m to Ch 194.178 m (Between Hill Street and Bank Street Molong NSW)
The Tenderer warrants and represents that it shall obtain the information and documentation referred to above prior to submitting a tender. The Tenderer shall also obtain all other information relevant to the works, contingencies and other circumstances having an effect on its tender.
4. GEOTECHNICAL INFORMATION
The geotechnical report included with the documentation has been prepared by the Principal and is available to Tenderers. This report shall not form part of the Contract to be entered into for the execution of the works and is given to. Tenderers only in compliance with any duty to disclose relevant information. Tenderers should re-appraise all information provided, bearing in mind their own intentions for the use of that information. This geotechnical information is given in good faith but is not intended to be a complete and exhaustive statement of all relevant geotechnical information. The interpretation of and conclusions drawn from the information collected are those of the reporting consultant. It should be understood that the nature and limitations of site investigation procedures often meant that more than one interpretation of data is possible. The drilling logs included are the interpretation of the logging officer and Council accepts no responsibility for these accuracy or suitability for use. Tenderers are encouraged to contact Andrew Ruming, Envirowest Consulting Pty Ltd (phone 02 6361 4954 9 Cameron Place, Orange NSW 2800) directly for further information regarding the geotechnical information.
5. TENDERING METHOD
This Contract shall follow the methods for tenders following:
“The Procedures of Open Tendering” in accordance with AS4120-1994 Clause 6.2.3(b), where the Principal invites by public advertisement without restriction on the number of Tenderers sought.
6. COUNCIL’S CONTACT PERSON
Enquiries regarding this tender may be directed to:
Name: Surendra Sapkota Phone: (02) 6390 7100
Position: Construction Coordinator
7. SITE INSPECTION AND BRIEFING MEETING
Tenderers are not required to attend a compulsory site meeting as part of this Tender. It is advisable however that prospective Tenderers visit Gidley Street (between Hill Street and Bank Street), Molong and discuss the
Contract No. 834402 INFORMATION FOR TENDERERS
© IPWEA 2004 Page 6
CABONNE COUNCIL
project requirement with Council. By submitting a tender it is assumed the Tenderer has visited the site and understands the all that is required under this Specification.
8. TENDER LODGEMENT REQUIREMENTS
Tenders shall be submitted on the Tender Forms provided by the Principal, Tender Submission Documents, and are to be enclosed in a sealed envelope and the envelope marked legibly as follows:
Contract No. 834402
Tender for Supply and Construction of Stormwater Drainage at Gidley Street,
Molong. Stage 1. Chainage 0.000 m – Chainage 194.178 m.
Tenders may be delivered by hand or by courier and placed in the: Tender Box Cabonne Council 101 Bank Street MOLONG NSW 2866
or
mailed to the Tender Box addressed as follows:
Contract No 834402. Supply and Construction of Stormwater Drainage at Gidley Street,
Molong. Stage 1. Chainage 0.000 m – Chainage 194.178 m. Tender Box Cabonne Council PO BOX 17 MOLONG NSW 2866 or submitted electronically on Cabonne Council’s e-tendering site: www.tenderlink.com/cabonne
so as to be received before the closing time and date for tenders.
Time: 12:00 noon
Date: Wednesday, 24 May 2017
Contract No. 834402 CONDITIONS OF TENDERING
© IPWEA 2004 Page 1
CABONNE COUNCIL
CONTRACT No. 834402
LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF
STORMWATER DRAINAGE
GIDLEY STREET, MOLONG
STAGE 1
(BETWEEN HILL STREET AND BANK
STREET)
CONDITIONS OF TENDERING
PREPARED BY: CABONNE COUNCIL’S
DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
CONDITIONS OF TENDERING
CLAUSE CONTENTS PAGE
GENERAL ............................................................................................................................. 3
1. PREAMBLE ............................................................................................................................................. 3
2. PROJECT INFORMATION ...................................................................................................................... 3
3 RELEVANT DOCUMENTS ...................................................................................................................... 3
4 CONTRACTOR’S RESPONSIBILITY...................................................................................................... 4
5 COUNCIL’S CONTACT PERSON ........................................................................................................... 4
TENDER SUBMISSION INFORMATION .............................................................................. 4
6 SUPPORTING INFORMATION FROM TENDERERS ............................................................................ 4
7 SUBCONTRACTORS.............................................................................................................................. 4
8 ALTERNATIVE PROPOSALS ................................................................................................................. 5
9 TENDER VALIDITY PERIOD .................................................................................................................. 5
10 TENDER LODGEMENT REQUIREMENTS ............................................................................................ 5
11 LATE TENDERS ...................................................................................................................................... 5
12 TENDER EVALUATION AND SELECTION ............................................................................................ 6
13 POST TENDER SUBMISSIONS ............................................................................................................. 6
14 POST TENDER NEGOTIATIONS ........................................................................................................... 6
15 COST OF TENDERING .......................................................................................................................... 6
16 CONTRACT COMMENCEMENT DATE ................................................................................................. 6
Contract No: 834402 CONDITIONS OF TENDERING
© IPWEA 2004 Page 3
CABONNE COUNCIL
CONDITIONS OF TENDERING
GENERAL
1. PREAMBLE
The Conditions of Tendering have been prepared in accordance with the obligations of the Principal contained in the Australian Standard (AS)4120, Code of Tendering, which sets out the ethics and obligations of the Principal and Tenderers in tendering in the construction industry.
Tenderers and Principal shall comply with the requirements of this AS 4120. In particular attention is drawn to the obligations of Tenderers, in the preparation and submission of their tender for this project.
Without limiting the above obligations:
Tenderers shall not submit tenders without a firm intention to proceed
Tenderers must not engage in any form of collusive practice
Any Tenderer who directly or indirectly canvasses support from an elected member or servant of the Council will be disqualified.
It should be noted that in all contract documentation words importing a gender include every gender.
2. PROJECT INFORMATION
The complete project description, scope of work, specific site and project requirements shall be as defined in the Technical Specification of the Contract.
This Tender is for Contract No. 834402, Supply and Construction of Stormwater Drainage, Gidley Street, Molong. Stage 1. Chainage 0.000 m – Chainage 194.178 m.
It is a Quality Control contract with the method of payment being Lump Sum.
3 RELEVANT DOCUMENTS
(a) The contract documents for this project are:
Conditions of Contract
General Conditions of Contract (AS4000 – 1997*)
Annexures to General Conditions of Contract
* AS4000-1997 is not included as part of the contract documentation. Copies are available from Standards Australia.
Contract No: 834402 CONDITIONS OF TENDERING
© IPWEA 2004 Page 4
CABONNE COUNCIL
Technical Specifications
Tender Submission Documents
Tender Form
Bill of Quantities Form
Tenderer’s Particulars – Financial (General),
Register of Tenderer’s Subcontractors and Suppliers
Statutory Declaration on Non-Collusive Tender Declaration
Acquaintance with Site
Receipt of Addenda
Instrument of Agreement.
4 CONTRACTOR’S RESPONSIBILITY
The Contractor is responsible for ascertaining all information relating to the services, the works and site conditions that may affect the progress or method of performing all services and works as specified within the scope of this Contract. The Contractor shall prepare for every contingency that may arise. It is further understood that provision for these contingencies have been accounted for, implicitly or explicitly within the Lump Sum amount submitted.
5 COUNCIL’S CONTACT PERSON
Enquiries regarding this tender may be directed to:
Name: Surendra Sapkota Phone: (02) 6390 7100
Position: Construction Coordinator
TENDER SUBMISSION INFORMATION
6 SUPPORTING INFORMATION FROM TENDERERS
The Tenderer shall provide documentary evidence to prove they have the necessary competence, resources, industrial relations, quality, health and safety management and financial capacity to carry out the Works.
7 SUBCONTRACTORS
The Tenderer is required to provide, on the tender forms contained in the Tender Submission Documents, the names and telephone numbers of Tenderer’s Subcontractors and recognise by initials the Principal’s listing of Selected and Nominated Contractors.
Contract No: 834402 CONDITIONS OF TENDERING
© IPWEA 2004 Page 5
CABONNE COUNCIL
8 ALTERNATIVE PROPOSALS
Alternative proposals, which satisfy the Principal’s basic commercial and performance objectives, technical and legal requirements, may be submitted as options but only in addition to a conforming tender. All costs associated with the design and documentation of any alternative proposal shall be borne by the Tenderer.
9 TENDER VALIDITY PERIOD
Tenders will be valid for a period of 60 days from the tender closing date. In the event of the withdrawal of the tender prior to the expiration of this period, the Tenderer shall be liable for all costs, losses or damages suffered by the Principal by reason of that withdrawal.
10 TENDER LODGEMENT REQUIREMENTS
Tenders shall be submitted on the Tender Forms provided by the Principal, Tender Submission Documents, and are to be enclosed in a sealed envelope and the envelope marked legibly as follows:
Contract No. 834402
Tender for Supply and Construction of Stormwater Drainage at Gidley Street,
Molong. Stage 1. Chainage 0.000 m – Chainage 194.178 m.
Tenders may be delivered by hand or by courier and placed in the: Tender Box Cabonne Council 101 Bank Street MOLONG NSW 2866
or
mailed to the Tender Box addressed as follows:
Contract No 834402. Supply and Construction of Stormwater Drainage at Gidley Street,
Molong. Stage 1. Chainage 0.000 m – Chainage 194.178 m. Tender Box Cabonne Council PO BOX 17 MOLONG NSW 2866 or submitted electronically on Cabonne Council’s e-tendering site: www.tenderlink.com/cabonne
so as to be received before the closing time and date for tenders.
Time: 12:00 noon
Date: Wednesday, 24 May 2017
11 LATE TENDERS
A posted tender which is received after the closing time and date will only be considered if the Tenderer can satisfy Council that:
Contract No: 834402 CONDITIONS OF TENDERING
© IPWEA 2004 Page 6
CABONNE COUNCIL
the formal tender documents and all other requisite essential information were posted or lodged at a Post Office or other recognised delivery agency within a reasonable time to ensure delivery before the deadline for closing of tenders, and the Tenderer has taken all possible action to expedite delivery when notified of a late arrival or delivery.
“Essential information” shall mean all information in the Tender Form and all information that is required by the Conditions of Tendering to be submitted with the Tender Form.
12 TENDER EVALUATION AND SELECTION
Evaluation, negotiation and selection of tenders shall be in accordance with the requirements of AS4120, Code of Tendering and Local Government (Tendering) Regulations 1993 under the Local Government Act 1993.
The Principal is not bound to accept the lowest, or any tender.
The successful Tenderer shall be notified in writing to all Tenderers.
13 POST TENDER SUBMISSIONS
The Principal may call for post tender submissions from some or all tenderers in order to assist with the evaluation.
Such submissions will be confidential between the Principal and Tenderer.
The call for such submissions will not bind the Principal to proceed to accept a tender.
14 POST TENDER NEGOTIATIONS
The Principal may enter into negotiation with a Preferred Tenderer or a number of candidate tenderers.
Such negotiations will be confidential between the Principal and Tenderer and will be conducted in accordance with guidelines set out in AS 4120 (1994).
The undertaking of negotiations will not bind the Principal to proceed to accept a tender.
15 COST OF TENDERING
All costs associated with tender preparation and submission shall be borne by the Tenderer.
16 CONTRACT COMMENCEMENT DATE
The commencement of the Contract is nominated as the date of dispatch of the letter of acceptance of tender to the successful Tenderer. There shall be no Contract prior to the issue of a letter of acceptance and the signing of the Instrument of Agreement by both parties.
CONTRACT No. 834402
LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF
STORMWATER DRAINAGE
GIDLEY STREET, MOLONG
STAGE 1
(BETWEEN HILL STREET AND BANK
STREET)
TENDER SUBMISSION DOCUMENTS
PREPARED BY: CABONNE COUNCIL’S
DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
© IPWEA 2004 CABONNE COUNCIL
NOMINATION OF REQUIRED TENDER SUBMISSIONS
All Submitted information will be treated as confidential
PART A. TENDER FORMS AND DECLARATIONS
Principal to select Tender Forms and Required Information appropriate to the project.
1. TENDER FORM 2. BILL OF QUANTITIES – FORM 3. TENDERER’S PARTICULARS - FINANCIAL (GENERAL) 4. REGISTER OF TENDERER’S SUBCONTRACTORS AND SUPPLIERS 5. NON-COLLUSIVE TENDER DECLARATION 6. ACQUAINTANCE WITH SITE 7. RECEIPT OF ADDENDA
INSTRUCTION TO TENDERER
The Tenderer shall complete in full and submit the forms in numerical order listed above. The completed forms, declarations and required information shall comprise the Tender Submission Documents. The Tenderer shall initial and date each form in the box where provided at the bottom right hand corner. The omission of any of the forms or required information listed above may, at the absolute discretion of the Principal result in a nonconforming Tender and be subject to rejection.
TENDERER’S ACKNOWLEDGMENT
Contract: Supply And Construction Of Stormwater Drainage At Gidley Street,
Molong Ch 0.000 m – Ch 194.178 m – Stage 1.
Contract No: 834402
Date : ..................................................................................................................
Signature of Tenderer : ..................................................................................................................
Name of the Tenderer: ..................................................................................................................
Tendering organisation and business address: ........................................................................................
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
© IPWEA 2004 CABONNE COUNCIL
PART A
TENDER FORMS
AND DECLARATIONS
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
© IPWEA 2004 CABONNE COUNCIL
TENDER FORM No. 1
TENDER FORM
The Tenderer must complete and submit with tender. All Submitted information will be treated as confidential
I, __________________________________________________________________________ ( Print name )
of _________________________________________________________________ (Tendering Organisation)
located at ______________________________________________________________ (Business Address)
on this ____________________ day of ___________________________________ , 2016
having fully acquainted myself with the Conditions of Tendering and Contract Documents and accordingly the obligations and responsibilities of the Contract do hereby tender to perform the work described below:
Contract : Supply And Construction Of Stormwater Drainage At Gidley Street, Molong
State 1. Ch 0.000 m – Ch 194.178 m
Contract No. 834402
As invited by CABONNE COUNCIL in accordance with the following documents.
The General Conditions of Contract AS 4000 - 1997 Annexure to the General Conditions of Contract Special Conditions of Contract if any Technical Specifications Tender Submission Documents Drawings, Council Plan MOL- 396 Proposed Gidley St Stormwater Drainage Stage 1.
NOTE: All of the above Contract Documents shall be referenced with the Contract Number.
Other documents compiled by the Tenderer and submitted are as follows:
1. _____________________________________________________________________________________
2. _____________________________________________________________________________________
By submitting this tender the Tenderer warrants and represents that it has made its own enquiries and investigations and has obtained professional advice and all other relevant information so as to inform itself of all risks and contingencies which may effect its tender price. The Tenderer warrants and represents that it has included for all such risks and contingencies in its tender price.
Signature of Tenderer : ___________________________________________________________________
Tendering organisation and business address:________________________________________________
Phone and facsimile numbers : ____________________________________________________________
Subscribed and declared this : _________ Day of ________________________ (Year) _______________
Before me : __________________________________________________________________ (Print name)
Witness : _____________________________________________________________________ (Signature)
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
Contract Supply And Construction Of Stormwater Drainage At Gidley Street, Molong (between Hill Street and Bank Street) Stage 1
Contract Number 834402 Tenderer to Complete
Council Cabonne Council Tenderer’s Initial
Tenderer’s Name
Tendering organisation
Submission Date 12 noon, 24 May 2017 Date
© IPWEA 2004 CABONNE COUNCIL
TENDER FORM No. 2
BILL OF QUANTITIES FORM
The Tenderer must complete and submit with tender All Submitted information will be treated as confidential
ITEM
No.
DESCRIPTION UNIT QUANTITY RATE AMOUNT
1 Documentation of Contractor’s Management Plans and Details
1.1 Quality Plan, Inspection and Test Plans Item
1.2 Project work health & safety management plans
Item
1.3 Environment Management Item
1.4 Traffic Control Item
1.5 Locating utility services Item
1.6 All the required insurances as per the tender/contract documents
Item
2 Stormwater Drainage
2.1 Supply and install all stormwater reinforced concrete pipes (Class 4) and all pits as per the Council provided drawings.
Lump Sum
2.2 All other work under the contract not included elsewhere
Lump Sum
SUB-TOTAL
GST
TOTAL INCLUSIVE OF GST
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
Contract Supply And Construction Of Stormwater Drainage At Gidley Street, Molong (between Hill Street and Bank Street) Stage 1
Contract Number 834402 Tenderer to Complete
Council Cabonne Council Tenderer’s Initial
Tenderer’s Name
Tendering organisation
Submission Date 12 noon, 24 May 2017 Date
© IPWEA 2004 CABONNE COUNCIL
TENDER FORM No. 3
TENDERER’S PARTICULARS – FINANCIAL (GENERAL)
The Tenderer must complete and submit with tender All Submitted information will be treated as confidential
The Tenderer is instructed to supply particulars regarding financial relationships for inspection and
verification by Principal.
SUPPORTING FINANCIAL INSTITUTION Name of institution: Address: Manager : Phone Number : Facsimile number: Term of engagement :
TENDERER’S ACCOUNTANT Company: Address: Contact Person : Phone Number : Facsimile number : Term of engagement :
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
Contract Supply And Construction Of Stormwater Drainage At Gidley Street, Molong (between Hill Street and Bank Street) Stage 1
Contract Number 834402 Tenderer to Complete
Council Cabonne Council Tenderer’s Initial
Tenderer’s Name
Tendering organisation
Submission Date 12 noon, 24 May 2017 Date
© IPWEA 2004 CABONNE COUNCIL
TENDER FORM No. 4
REGISTER OF TENDERER’S SUBCONTRACTORS AND SUPPLIERS
The Tenderer must complete and submit with tender All Submitted information will be treated as confidential
The Tenderer is instructed to compile a listing below of all Selected Subcontractors and Suppliers ,
including Consultants, which the Tenderer expects to use to execute the Works under the terms of this
Contract.
Supplier or Subcontractor Appropriate
Telephone No.
Description of Work or Materials
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
Contract Supply And Construction Of Stormwater Drainage At Gidley Street, Molong (between Hill Street and Bank Street) Stage 1
Contract Number 834402 Tenderer to Complete
Council Cabonne Council Tenderer’s Initial
Tenderer’s Name
Tendering organisation
Submission Date 12 noon, 24 May 2017 Date
© IPWEA 2004 CABONNE COUNCIL
TENDER FORM No. 5
STATUTORY DECLARATION ON
NON-COLLUSIVE TENDER DECLARATION
The Tenderer must complete and submit with tender All Submitted information will be treated as confidential
I, ____________________________________________________________________________ (Print name ),
of ____________________________________________________________________ (Tendering Organisation),
do hereby solemnly declare and affirm the following ; 1. I hold the position of _______________________ , and am duly authorised by the tendering organisation to lawfully
proclaim the following and, after having made due inquiry believe the following to be completely accurate to the best of my knowledge.
2. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any contract or agreement to offer
payment of any kind to a trade association, representative of the Superintendent or representative of the Principal in the event of a winning tender by this Organisation.
3. Neither the Tenderer nor the Tenderer’s Agents or Servants have had any knowledge of the price of tenders submitted
by it’s competitors nor did the Tenderer furnish the price of the enclosed tender to any source external to the Tendering Organisation prior to the close of the tender date as specified within this Contract.
4. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any contract or agreement to offer
payment of any kind to an unsuccessful Tenderer in the event of a winning tender. 5. The Tenderer is not aware of any facts which would affect the decision of the Principal in accepting the tender nor has
the Tenderer attempted to acquire information relevant to the tender award process by soliciting the Principal, the Superintendent or their Representative’s Agents or Servants.
6. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any agreement with other Tenderers or
third party which results in a payment of unsuccessful tenderers fees. 7. The contents of this document are true and correct to the best of my knowledge and in no way have been written
under duress of any form. I make this solemn declaration as to the matter aforesaid, according to the law in this behalf made, and subject to the punishment by law provided for any wilfully false statement in any such declaration.
Name and Signature of Tenderer : _________________________________________________________
Subscribed and declared at : ______________________________________________________________
This : _____________________ Day of ____________________________ (Year) ___________________
Before me : ___________________________________________________________ (Print name and signature )
Witness : ______________________________________________________________________ (Signature )
(Justice of the Peace or authorised person)
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
Contract Supply And Construction Of Stormwater Drainage At Gidley Street, Molong (between Hill Street and Bank Street) Stage 1
Contract Number 834402 Tenderer to Complete
Council Cabonne Council Tenderer’s Initial
Tenderer’s Name
Tendering organisation
Submission Date 12 noon, 24 May 2017 Date
© IPWEA 2004 CABONNE COUNCIL
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
Contract Supply And Construction Of Stormwater Drainage At Gidley Street, Molong (between Hill Street and Bank Street) Stage 1
Contract Number 834402 Tenderer to Complete
Council Cabonne Council Tenderer’s Initial
Tenderer’s Name
Tendering organisation
Submission Date 12 noon, 24 May 2017 Date
© IPWEA 2004 CABONNE COUNCIL
TENDER FORM No. 6
ACQUAINTANCE WITH SITE
The Tenderer must complete and submit with tender All Submitted information will be treated as confidential
This form shall be signed by the Tenderer as a guarantee to the Principal that the Tenderer has undertaken a site inspection without direction of the Principal so as to be fully acquainted with the physical characteristics of the site.
Site Description: Gidley Street, Molong. Chainage 0.000 m – Chainage 194.178 m (between Hill Street
and Bank Street)
Cabonne Council Local Government Area.
DECLARATION OF SITE INSPECTION I, _________________________ , of the Tendering Organisation __________________________________ have conducted an inspection of the aforementioned site and in doing so I have acquired a sound knowledge of the physical characteristics of the site and any consequential procedures and processes that may arise as a result of any environmental or geographical constraints or conditions and in doing so have abided by all National, State, and Council regulations, legislation and bylaws. The Tenderer understands that it is the responsibility of the Tendering Organisation to inform all personnel, agents and Subcontractors of the Tendering Organisation of all information pursuant to the preceding paragraph.
Name : _________________________________________________________________________
Signature : _________________________________________________________________________
Date : _________________________________________________________________________
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
Contract Supply And Construction Of Stormwater Drainage At Gidley Street, Molong (between Hill Street and Bank Street) Stage 1
Contract Number 834402 Tenderer to Complete
Council Cabonne Council Tenderer’s Initial
Tenderer’s Name
Tendering organisation
Submission Date 12 noon, 24 May 2017 Date
© IPWEA 2004 CABONNE COUNCIL
TENDER FORM No. 7
RECEIPT OF ADDENDA
The Tenderer must complete and submit with tender All Submitted information will be treated as confidential
The Tenderer is to acknowledge that it received the addenda listed below during the tender period and that the tender has been prepared having regard to these addenda.
Addenda No. Brief Description (eg. Specification Page No, Clause No, Schedule No)
Date Received
This Tender has been prepared having regard to the addenda listed above.
Contract No. 834402 TENDER SUBMISSION DOCUMENTS
© IPWEA 2004 CABONNE COUNCIL
INSTRUMENT OF AGREEMENT – CABONNE COUNCIL
This instrument shall be completed by Principal and Contractor after acceptance of the tender. It is included here for the Tenderer’s information.
This form comprises a binding Contractual Agreement between :
CABONNE COUNCIL ( Principal ) and _____________________________________
( Contractor )
to faithfully execute the whole of the Works as set out in the documents below for the
Contract: Supply and Construction Of Stormwater Drainage At Gidley Street,
Molong Stage 1 Ch 0.000 m – Ch 194.178 m (between Hill Street and Bank Street).
Contract No: 834402
Within the Area of: CABONNE COUNCIL
in accordance with: Tender dated: / /
and Letter of Acceptance dated: / /
Contractual Document Parts Include
{ The General Conditions of Contract AS 4000 - 1997
{ Annexure to the General Conditions of Contract
{ Special Conditions of Contract if any
{ Technical Specifications
{ Tender Submission Documents
{ Drawings – Council Plan MOL – 396 – Proposed Gidley St Stormwater Stage 1, Molong
The Principal does not guarantee that information provided as additional to the Contract Documents to assist the Tenderer in the preparation of the tender is accurate or complete and the Tenderer must make their own assessment as to the validity of the information.
Signature and Name of the person for and on behalf of the Contractor: ___________________________
_______________________________________________________________________________________
Address: _______________________________________________________________________________
Witness: _____________________________________________________________ (Name and Signature)
THE COMMON SEAL of ) ) is affixed in accordance with its articles of ) association in the presence of: )
........................................................................... ........................................................................... General Manager Mayor
........................................................................... ........................................................................... Name of General Manager (print) Name of Mayor (print)
CONTRACT No. 834402
QUALITY ASSURED, LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF
STORMWATER DRAINAGE
GIDLEY STREET, MOLONG
STAGE 1
(BETWEEN HILL STREET AND BANK
STREET)
CONDITIONS OF CONTRACT
PREPARED BY: CABONNE COUNCIL’S
DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
Contract No. 02.0013.30 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 2
CABONNE COUNCIL
CONDITIONS OF CONTRACT
CONTENTS
1. GENERAL CONDITIONS OF CONTRACT
2. ANNEXURES TO THE GENERAL CONDITIONS OF CONTRACT
- PART A
- PART B
- PART C
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 1
CABONNE COUNCIL
GENERAL CONDITIONS
OF CONTRACT
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 3
CABONNE COUNCIL
THE GENERAL CONDITIONS OF CONTRACT
SHALL BE
AUSTRALIAN STANDARD (AS) 4000 - 1997
THIS DOCUMENT IS DEEMED TO BE INCLUDED IN THE
CONTRACT DOCUMENTS
Copies are available from Standards Australia. Copies may be viewed at Cabonne Council’s Cudal office by appointment
with the Contact Officer nominated in the Conditions of Tendering.
Contract No.834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 4
CABONNE COUNCIL
ANNEXURE
to the
GENERAL CONDITIONS
OF CONTRACT
Contract No.834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 5
CABONNE COUNCIL
ANNEXURE to the Australian Standard
General Conditions of Contract AS4000-
1997
PART A –
This Annexure shall be completed and issued as part of the tender documents and, subject to any amendments to be incorporated into the Contact, is to be attached to the General Conditions of Contract and shall be read as part of the Contract. Item
1
Principal (clause 1)
CABONNE COUNCIL
ABN: 41 992 919 200
Principal’s Representative: Cabonne Council’s
Director of Engineering and Technical Services
2
Principal’s address
PO Box 17
MOLONG NSW 2866
3
Contractor (clause 1)
ABN: ..........................................................
4
Contractor’s address
Cabonne Council’s Project Manager for this project
5
Superintendent (clause 1)
CABONNE COUNCIL’S DIRECTOR OF
TECHNICAL SERVICES
6
Superintendent’s address
PO Box 17
MOLONG NSW 2866
7
Period of time for practical completion (clause 1)
7 weeks from the date of
acceptance of the tender
8
Governing law: (page 5, clause 1(h))
New South Wales
9
(a) Currency
(page 5, clause 1(g))
Australian Dollars
(b) Place of payments
(page 5, clause 1(g))
PO Box 17
MOLONG NSW 2866
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 6
CABONNE COUNCIL
(c) Place of Business of Bank
(page 5, clause 1(d))
MOLONG, NSW 2866
10
Bill of quantities (subclause 2.2)
(a) Alternative applying
(subclause 2.2)
Alternative 2
(b) If Alternative 2 applies, is the bill of
quantities to be priced: (subclause 2.2)
Yes
(c) Lodgement time
(subclause 2.3(b))
At the time of Tender Submission
11
Quantities in schedule of rates, limits of accuracy (Clause 2.5(b))
N/A
12
Provisional sum, percentage for profit and attendance (clause 3)
As assessed by the Superintendent
13
Contractor’s Security
(a) Form (clause 5)
(b) Amount or maximum percentage value of this contract sum (clause 5)
(c) If retention moneys, percentage of each progress certificate applicable to this contract sum (clause 5 and subclause 37.2)
(d) Time for provision (except for retention moneys) (clause 5)
(e) Additional security for unfixed plant and materials (subclauses 5.4 and 37.3)
(f) Contractor’s security upon certificate of practical completion is reduced by (subclause 5.4)
Retention money or bank guarantee
5%
5%
14 Days after acceptance of tender
N/A
50 % of amount held
14
Principal’s security
(a) Form (clause 5)
(b) Amount or maximum percentage of value
N/A
N/A
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 7
CABONNE COUNCIL
of this separable portion (clause 5)
(c) Time for provision (clause 5)
(d) Principal’s security upon certificate of practical completion is reduced by (subclause 5.4)
N/A
N/A
15
Principal-supplied documents (Clause 6.1)
Contract documents including:
Conditions of Contract
Technical Specifications
Tender Submission Documents.
Drawings: Proposed Gidley Street
Stormwater Drainage Stage 1
Ch 0.000 m – Ch 194.178 m
Council Plan No: MOL- 396
16
Time for Superintendent’s direction about documents (subclause 8.3)
14 days
17
Subcontract work requiring approval (subclause 9.2)
All Subcontract work
18
Novation (subclause 9.4)
N/A
19
Legislative requirements
(a) Those excepted
(subclause 11.1)
N/A
(b) Identified WUC
(subclause 11.2(a)(ii))
N/A
20
Insurance of the Works (clause 16)
(a) Alternative applying
Alternative 1
If Alternative 1 applies
(b) Provision for demolition and removal of debris
NIL
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 8
CABONNE COUNCIL
(c) Provision for consultant’s fees
NIL
(d) Value of materials or things to be supplied
by the Principal
NIL
(e) Additional amount or percentage
NIL
21
Public liability insurance (clause 17)
(a) Alternative applying
Alternative 1
If Alternative 1 applies
(b) Amount per occurrence shall be not less than
$20,000,000
22
Time for giving possession (subclause 24.1)
Date of signing of Instrument of Agreement
23
Qualifying cause of delay. Cause of delay for which EOTs will not be granted (page 3, paragraph (b)(iii) of clause 1 and subclause 34.3)
N/A
24
Liquidated Damages, rate (subclause 34.7)
$300 per day or part thereof
25 Bonus for early practical completion (Clause 34.8)
N/A
26
Delay damages, other compensable causes (page 1, clause 1 and subclause 34.9)
27
Defects liability period (Clause 35)
12 months from the date of practical
Completion of the Works Under the Contract
28
Progress Claims (subclause 37.1)
(b) Stages of WUC for progress claims
Progress claims be made fortnightly based on
evidence of work completed.
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 9
CABONNE COUNCIL
29
Unfixed plant and materials for which payment claims may be made (subclause 37.3)
N/A
30
Interest rate on overdue payments (subclause 37.5)
5% per annum
31
Time for Principal to rectify inadequate possession (subclause 39.7)
14 days
32
Arbitration and Expert Determination: : (subclause 42.3)
(a) Person to nominate an arbitrator or Expert:
Chairperson for the time being of the Chapter
of the Institute of Arbitrators & Mediators
Australia in New South Wales
(b) Rules for arbitration:
Rules 5-18 of the Rules of The Institute of
Arbitrators & Mediators Australia for the
Conduct of Commercial Arbitrations
(c) Rules for expert determination:
Guidelines for Expert Determination of the
Australian Commercial Disputes Centre
Contract No.834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 10
CABONNE COUNCIL
ANNEXURE - PART B
Contract No.834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 11
CABONNE COUNCIL
ANNEXURE PART B
1. Additions
The following clauses have been added to AS4000-1997:
CLAUSE 29.6. QUALITY REQUIREMENTS
The Contractor shall:
(a) Comply with all the quality requirements as provided in the contract documents for all works under the Contract.
(b) Ensure that each of its Subcontractors and Consultants comply in like manner.
(c) Demonstrate to the Principal whenever required that all the quality requirements of the contract are being met.
Where inappropriate or inadequate provision of quality supervision by the Contractor or Contractor’s Subcontractor results in costs, losses or damages incurred by the Principal or claims by third parties against the Principal for either direct or consequential costs, losses or damages, the Contractor shall be liable for costs, losses or damages associated with any claim including but not limited to administration costs incurred by the Principal in resolving such claim.
CLAUSE 44. WORK, HEALTH AND SAFETY (W H & S)
The Contractor shall:
(a) Comply with all requirements of the Contract, Cabonne Council’s Work Health and Safety Policy and Manual, and all statutory requirements for Work, Health and Safety
(b) Ensure that each of its subcontractors and Consultants comply in like manner
(c) Demonstrate to the Principal whenever requested that requirements of the Contract and statutory requirements for Work,Health and Safety are being met
(d) Prior to the commencement of work, provide the Principal with certification that safety requirements of the Contract and statutory requirements for Work, Health and Safety are capable of being met
(e) If the period of the contract exceeds three months the Contractor is to provide the Principal with a monthly certification that requirements of the Contract and statutory requirements for Work, Health and Safety are being met
(f) The Contractor is to submit to the Superintendent an Work Health and Safety Management Plan to ensure compliance with relevant legislation and responsible work practices are followed. The Work, Health and Safety Management Plan shall address, but not be limited to, the following issues:
Contractor WH & S policies and objectives
Defining responsibilities of personnel responsible for WH & S matters and their qualifications
Identifying and allocation of human, technical and financial resources adequate to meet the WH & S needs
Managing compliance with WH & S legislation regulations, standards and codes
Acquiring and disseminating WH & S information
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 12
CABONNE COUNCIL
Planning and conducting safety training, including induction for new employees
Developing and implementing emergency procedures
Assessing subcontractors’ abilities to comply with WH & S requirements;
Ensuring compliance with safe working rules
Preparing work method statements
Verifying that work areas, work methods, materials, plant and equipment comply with safety legislation standard and codes
Quarantining unsafe work areas, materials, plant and equipment
Reporting incidents and accidents and collating accident and injury statements;
Investigating incidents and accidents and initiating corrective actions to eliminate or reduce risk
Rehabilitating injured employees.
The WH & S plan shall be submitted by the Contractor to the Superintendent within 7 days of acceptance of the tender and shall be used by the Superintendent to gain confidence that the Contractor has recognised and has the ability to meet the statutory requirements and will utilise responsible work practices.
Where inappropriate or inadequate provision of Work Health and Safety Management by the Contractor or Contractor’s Subcontractor results in costs, losses or damages incurred by the Principal or claims by third parties against the Principal for either direct or consequential costs, losses or damages, the Contractor shall be liable for costs, losses or damages associated with any claim including but not limited to administration costs incurred by the Principal in resolving such claim.
CLAUSE 45. ENVIRONMENTAL SYSTEMS PLANNING
The Contractor shall:
(a) Comply with all requirements of the Contract and statutory requirements for protection of the environment
(b) Ensure that each of its subcontractors and Consultants comply in like manner
(c) Demonstrate to the Principal by mutual inspection and/or documentation whenever requested that requirements of the Contract and statutory requirements for the protection of the environment are being met
(d) Prior to the commencement of work, provide the Principal with certification that the requirements of the Contract and statutory requirements for the protection of the environment are capable of being met by the Contractors’ organisation and management
(e) If the period of the contract exceeds three months the Contractor is to provide the Principal with a monthly certification that the requirements of the Contract and statutory requirements for protecting the environment are being met
(f) The Contractor is responsible for and must at its own cost make good any damage to the environment caused by the execution of the works.
Where inappropriate or inadequate provision of environmental management by the Contractor or subcontractor results in costs, losses or damages incurred by the Principal or claims by third parties against the Principal for either direct or consequential costs, losses or damages, the Contractor shall be liable for costs, losses or damages associated with any claim including but not limited to administration costs incurred by the Principal in resolving such claim.
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 13
CABONNE COUNCIL
CLAUSE 46. HOURS OF WORK
The hours of work under the Contract shall be limited to:
7.00am to 6.00pm Mondays to Fridays 7.00am to 3.00pm Saturdays No Work Sundays or Public Holidays
If, in the interests of the safety or to protect life or property the Contractor finds it necessary to carry out, without the prior approval of the Superintendent, work outside the defined hours of work, the Contractor shall inform the Superintendent in writing of the circumstances within 24 hours.
Contract No. 834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004 Page 14
CABONNE COUNCIL
ANNEXURE - PART C
Contract No.834402 GENERAL CONDITIONS OF CONTRACT
© IPWEA 2004
CABONNE COUNCIL
ANNEXURE PART C
STATUTORY DECLARATION
I, (Full name of Declarant)
of (Address)
do hereby solemnly declare and affirm that:
1. I am the representative of the Contractor: (Name of Contractor and ACN if applicable)
in the Office Bearer capacity of: (Position Title of Declarant)
the said Contractor having a contract for: (Name of Contract)
with and I am in a position to know the facts attested to. (Name of Principal)
2. All workers who have at any time been engaged by the Contractor have been paid all moneys due and payable to them in respect of their employment on work under the Contract, with the exception of the workers and the respective amounts listed below: (INSERT NAMES & ADDRESSES OF WORKERS, THE AMOUNTS OWING, AND WHETHER IN
RESPECT OF WAGES, HOLIDAY PAY, ALLOWANCES, ETC).
3. All subcontractors and suppliers to the Contractor have been paid all moneys due and payable to them for the performance of work under the Contract and the supply of materials for use in work under the Contract, with the exception of the subcontractors and suppliers and the respective amounts listed below: (INSERT NAMES &
ADDRESSES OF SUBCONTRACTORS AND SUPPLIERS, THE AMOUNTS OWING AND WHETHER IN RESPECT OF MATERIALS
SUPPLIED, WORK PERFORMED, ETC).
4. The Contractor has been informed by each subcontractor to the Contractor by Statutory Declaration in equivalent terms to this declaration that all workers, subcontractors, and suppliers engaged by them or their subcontractors have been paid all moneys due and payable to them in respect of their work under the Contract, with the exception of the workers, subcontractors and suppliers and the respective amounts listed below. I am not aware of anything to the contrary, and on the basis of the contents of the statutory declarations provided I believe that information to be true: (INSERT NAMES & ADDRESSES, THE AMOUNTS OWING AND WHETHER IN RESPECT OF
WAGES, MATERIALS, ETC).
I make this solemn declaration, as to the matter aforesaid, according to the law in this behalf made, and subject to the punishment by law provided for any wilfully false statement in any such declaration.
(Signature of Declarant)
Declared at: this (day month year)
before me (Signature of JP or authorised person)
CONTRACT No. 834402
LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF
STORMWATER DRAINAGE
GIDLEY STREET, MOLONG
STAGE 1
(BETWEEN HILL STREET AND BANK
STREET)
TECHNICAL SPECIFICATION
PREPARED BY: CABONNE COUNCIL’S
DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 1
CABONNE COUNCIL
TECHNICAL SPECIFICATION
CLAUSE CONTENTS PAGE
GENERAL ............................................................................................................................. 3
TS.01 DEFINITIONS ................................................................................................................................... 3
TS.02 PROJECT DESCRIPTION ............................................................................................................... 3
TS.03 LOCATION OF PROJECT ............................................................................................................... 3
TS.04 SCOPE OF WORKS ........................................................................................................................ 3
TS.05 DRAWINGS ...................................................................................................................................... 4
TS.06 SPECIFICATION DOCUMENTS ...................................................................................................... 4
TS.07 CONTRACTORS SITE OFFICE ....................................................................................................... 4
TS.08 DIRECTIONS FROM PROJECT MANAGER ................................................................................... 5
TS.09 PROJECT MEETINGS ..................................................................................................................... 6
TS.10 NOTICE TO PROPERTY OWNERS IN GIDLEY STREET .............................................................. 6
TS.11 PHOTOGRAPHIC RECORD OF SITE ............................................................................................. 6
TS.12 SETTING OUT OF WORK ............................................................................................................... 7
TS.13 APPROVAL TO COMMENCE CONSTRUCTION ............................................................................ 7
TS.14 LOCATING SERVICES .................................................................................................................... 7
TS.15 DAMAGE TO PUBLIC PROPERTY ................................................................................................. 7
WORK HEALTH AND SAFETY ............................................................................................ 8
TS.16 GENERAL ......................................................................................................................................... 8
TS.17 LEGISLATIVE REQUIREMENTS ..................................................................................................... 8
TS.18 PROJECT SAFETY MANUAL .......................................................................................................... 8
TS.19 CABONNE COUNCIL WH&S MANUAL ........................................................................................... 8
TS.20 CONFINED SPACES........................................................................................................................ 9
TS.21 TRAFFIC AND PEDESTRIAN SAFETY ........................................................................................... 9
QUALITY............................................................................................................................... 9
TS.22 QUALITY SYSTEM ........................................................................................................................... 9
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 2 CABONNE COUNCIL
TS.23 QUALITY MANUAL........................................................................................................................... 9
TS.24 INSPECTION AND TEST PLANS .................................................................................................. 10
TS.25 QUALITY TESTS ............................................................................................................................ 10
TS.26 QUALITY AUDITS .......................................................................................................................... 10
TS.27 TRACEABILITY .............................................................................................................................. 10
TS.28 QUALITY RECORDS ..................................................................................................................... 11
TS.29 INSPECTION .................................................................................................................................. 11
ENVIRONMENTAL PROTECTION ..................................................................................... 11
TS.30 GENERAL ....................................................................................................................................... 11
TS.31 STOCK PILE SITES ....................................................................................................................... 11
TS.32 DUMPING OF RUBBISH AND EXCESS MATERIAL ..................................................................... 12
TS.33 RESTORATION OF DISTURBED GROUND ................................................................................. 12
WORKS AS EXECUTED DRAWINGS ............................................................................... 12
TS.34 GENERAL ....................................................................................................................................... 12
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 3 CABONNE COUNCIL
GENERAL
TS.01 DEFINITIONS
1. The following definitions shall be used:
Project Manager – Council appointed officer responsible for the management of the project. The Project Manager fulfils the role of Superintendent under the terms of the Contract.
Definitions
TS.02 PROJECT DESCRIPTION
1. This project involves the provision of the following services: Description
Supply and installation reinforced concrete pipes and pits at the Gidley Street as shown in the Council Plan MOL-396 Proposed Gidley Street Stormwater Drainage Stage 1. Chainage 0.000 m – Chainage 194.178 m.
TS.03 LOCATION OF PROJECT
1. The location of the project is: Location
Gidley Street (between Hill Street and Bank Street), Molong NSW 2866.
as shown in the location map in Information for Tenderers:- 2. Project
Identification and Description.
TS.04 SCOPE OF WORKS
Locating utilities services.
Determining the location of the proposed alignment of pipes and pits based on the information provided in the documentation;
Excavation for the pipes and pits;
Supply and install reinforced concrete pipes and pits;
Restoration of the site including removal of excess excavated material.
Traffic Control during the construction and installation
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 4 CABONNE COUNCIL
TS.05 DRAWINGS
1. The following drawings are included in the Specification: List of drawings
Council Plan MOL-396 Proposed Gidley Street Stormwater Drainage Stage 1. Chainage 0.000 m – Chainage 194.189 m.
TS.06 SPECIFICATION DOCUMENTS
1. All works under the contract shall be executed in accordance with relevant Australian Standards and Roads and Maritime Services specifications.
Documents
TS.07 CONTRACTORS SITE OFFICE
1. The Contractor shall establish a site office at a location agreed to by the Project
Manager, if required depending on the site conditions. In general the office site shall: Requirement
of Site Office
Not contribute to any traffic flow problems in the area, or be considered to
constitute a traffic risk.
Be sufficiently set back from the road to allow vehicles to safely leave the road
pavement whilst in traffic;
Have all-weather access and ongoing access should not lead to any damage to
the environment;
Have the site owner's permission in writing if it is to be on private property. A copy
of that permission shall be provided to the Project Manager. Similar permission
needs to be obtained from the relevant Government Departments responsible for
that section of public land;
Be sufficiently secured to reasonably prevent unauthorised entry to the site, when
the work site is not attended, without the security systems themselves constituting
a risk to the community or the environment.
Ensure night security lighting will not impact residents in the area.
Not in general contribute to any pollution or lead to any form of environmental
damage.
Ensure the compound in general does not contribute to difficulties for the
residents near the office.
Not allow construction materials or soil to unreasonably escape the site through
wind action or rain runoff.
Be restored at the completion of the project, back to the condition it was in prior to
the site office being erected. The Contractor is to provide the Project Manager
with digital images of the site before moving onto the site and images of the site
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 5 CABONNE COUNCIL
after it has been cleared and all construction materials. The initial images to be
provided within 10 days of the site office being established. The Project Manager
will then give the Contractor a final clearance that the site is acceptable and a
copy of this clearance will need to be attached to the final claim for payment.
2. All of the details in relation to the above are to be determined between the Project
Manager and the Contractor, prior to the latter moving onto the site. Failure to do so could
see the Project Manager directing the Contractor to remove the office until those details
are agreed.
Agreement by
the Project
Manager
3. The Contractor shall be responsible for any insurances, formal approval etc, that
pertain to the site office and it is expected that a landline to the office will be established if
there are any difficulties with mobile telephone reception in the area, although this is not
anticipated.
4. The site office is to have a project sign that is acceptably professional in
presentation and clearly readable from outside of the compound. That sign should
identify:
Signage at
Site Office
The project is Gidley Street Stormwater Drainage Construction Stage 1.
The project is being carried out for Cabonne Council
The design was completed by Cabonne Council.
The Name of the Contractor's Company
Contact numbers for the Contractor's Site Supervisor or responsible officer.
Contact number for the Council’s Project Manager
5. The last two contact numbers will also require a number that is contactable after
hours. This is so that residents or emergency services can contact these individuals
should any difficulties arise at these times. A mobile contact number will be sufficient for
this purpose but this phone will need to be "on", 24 hours a day, seven days a week,
whilst the project proceeds.
Contact
Numbers
6. On completion of the project, the site office and any security fencing must be
totally removed. If the site office is on private property the Contractor will need to obtain
from the property owner a letter indicating that they are happy with the condition that the
site has been left in.
Restoration of
Site
TS.08 DIRECTIONS FROM PROJECT MANAGER
1. From time to time during the project the Project Manager may issue the
Contractor with specific directions to rectify some particular works. Rectification works
shall be completed within two (2) working days. Directions
2. Any such Project Manager directions will be numbered and where issued will be
discussed at the next meeting between the Contractor and the Project Manager with any
ongoing actions documented in the minutes of those meetings. If any rectification has not
been carried out to the satisfaction of the Project Manager then he may deem that the
Documentation
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 6 CABONNE COUNCIL
instruction has not been complied with and the payment withholding will proceed.
3. Failure to carry out these rectification works will result in no further payments
being made to the Contractor on this project for a period of at least five working days after
the defect has been rectified.
Failure to
follow
direction
TS.09 PROJECT MEETINGS
1. The Project Manager and the Contractor shall hold a minuted meeting each
fortnight, to cover such issues as.
Agenda for
meetings
Progress in relation to the works program.
Photographs of existing conditions.
Nature of restoration.
Provision of stormwater works as executed and quality information data.
Any Project Manager directions to the contractor
Other as required.
2. The Project Manager shall keep a written record of these meetings. A copy of the
minutes shall be sent to all attendees. Minutes of
Meeting
3. Where no meeting is held this, needs to be formally recorded along with the
reasons for not holding the meeting.
TS.10 NOTICE TO PROPERTY OWNERS IN GIDLEY
STREET
1. Prior to commencement of work. Council shall write to all property owners
advising them of the successful Contractor for the project and project description,
including contact details of the Contractor and for the relevant Council Officer.
Information to
property owners
TS.11 PHOTOGRAPHIC RECORD OF SITE
1. Prior to any work on-site the Contractor shall provide a photographic record of the
site. The photographs shall record: Photographs
to be taken
Location of the pit;
Location of pipe line.
Any relevant features that may be disturbed during construction including gates,
fences, etc.
2. The photograph image shall include a time and date stamp of when the
photograph was taken. Time & Date
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 7 CABONNE COUNCIL
3. The filename for the photographs shall include the street name and pit number
and/or pipe location. File Name
4. All photographs are to be submitted to the Project Manager prior to final
completion of the Works. Submission
of
Photographs
TS.12 SETTING OUT OF WORK
1. Prior to commencement of work the location of the pits, all pipework lines shall be
set out by the contractor. These lines are to be marked with paint: Requirement
for setout
2. This setout shall be completed at least 24 hours prior to commencement of work
on the property. Timeframe for
setout
TS.13 APPROVAL TO COMMENCE CONSTRUCTION
1. Construction shall not be allowed to commence under any circumstances if any outstanding information as requested in the Tender Submission Documents has not been provided, as well as:
Information
required prior
to start of work
Work health & safety management, environmental management and quality management plans, reviewed and approved by the Project Manager.
Inspection and Test Plans in accordance with the contract, reviewed and
approved by the Project Manager;
Outline Construction Program including a detailed program for work.
Submission of Insurances in accordance with the contract.
TS.14 LOCATING SERVICES
1. It is the Contractor’s responsibility in Consultation with the relevant assets owners to locate all services. The Contractor is to contact “Dial Before You Dig” and other concerned asset owners to locate the services.
Contractors
responsibility
2. Council shall in no way be responsible for locating services on public or private property.
Council not
liable
TS.15 DAMAGE TO PUBLIC PROPERTY
1. .If during construction any public utility is damaged it is to be repaired by the appropriate authority at the Contractors cost.
Damage to
Public
Property
2. Where existing services must be interrupted to enable carrying out of the works such interruption shall be at a time agreed by the superintendent. The contractor shall organise with the responsible servicing authority so that the interruption shall be for the minimum practical time. The contractor shall give notices of the interruption to all the affected parties.
Interruption of Services
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 8 CABONNE COUNCIL
WORK HEALTH AND SAFETY
TS.16 GENERAL
1. The following Safety Standards shall apply for the Works: Requirements
Work Health and Safety Act 2011 and relevant Codes and Regulations.
Work Health and Safety Regulations 2011 & related Codes and Practice as well as:
a) The Contractor shall implement a training program for all personnel working on the Works under this Contract, including any Sub Contractors personnel, and satisfy the requirements of Occupational Health and Safety legislation.
b) The Contractor must ensure that all personnel and Sub Contractors engaged on activities associated with the project adopt safe work practices
c) The Contractor must ensure that the Sub Contractors fulfils all requirements of the Work Health and Safety Act and all relevant [State] Work cover Authority Regulations. The Contractor shall ensure that work is carried out in a safe manner for the safety of the work force and general public alike. The Contractor must detail how WH&S issues and training will be handled during the construction of the Works.
TS.17 LEGISLATIVE REQUIREMENTS
1. The Contractor must comply with and ensure that it’s employees, subcontractors and agents comply with any Acts, regulations, local laws and by-laws, Codes of Practice, Australian Standards, Councils’ WH & S document, policies and procedures, which are in any way applicable to this contract or the performance of the services under this contract.
Legislation
TS.18 PROJECT SAFETY MANUAL
1. Prior to commencing work the Contractor shall provide a Project Safety Manual for all Works under Contract.
Contractor to provide
2. The Project Safety Manual shall comply with all relevant WorkCover requirements as well as the requirements of the Contract Documentation.
Compliance with WorkCover
TS.19 CABONNE COUNCIL WH&S MANUAL
1. It is a policy of Council that all Contractors, Sub Contractors, Consultants and agents who undertake works for or on behalf of Council comply with the requirements of the Cabonne Council WH&S Manual and Policies..
Council WH&S Handbook
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 9 CABONNE COUNCIL
TS.20 CONFINED SPACES
1. If the work requires entry to confined spaces the Contractor must comply with the requirements of:
Compliance
Australian Standards AS 2865-2001 “Safe working in confined space”
TS.21 TRAFFIC AND PEDESTRIAN SAFETY
1. The Contractor submit a formal traffic management plan, to the Project Manager that deals with road openings and leaving trenches (or part thereof) open during the evening. The management plans need to also address how pedestrian traffic shall be managed during the project.
Traffic Management Plan
2. Suitable traffic barriers and directions and warning signs to regulate and protect traffic shall be provided, erected and maintained by the Contractor.
Barriers and signage
3. Provision for the safe and convenient passage of pedestrian and vehicular traffic to and from side streets and private approaches connecting to the road shall be installed and maintained by the Contractor where appropriate in accordance with Australian Standard1742.3-2002.
Standards
4. All vehicles shall be fitted with appropriate warning lights fitted in accordance with the above documents.
Warning lights
5. The Contractor must not obstruct any site, road or entrance nor break down any fences, Services lines, etc., or obstruct any drain or water table unless with the written consent of the Project Manager
No obstruction
6. No materials or plant required shall be placed on any footpath or roadway so as to obstruct pedestrians or traffic unreasonably. All materials and plant shall be kept within the narrowest practicable limits.
Footpath to be kept clear
QUALITY
TS.22 QUALITY SYSTEM
1. The Contractor shall plan, establish, document and maintain a Quality System, which conforms to the requirements of the Contract access to the Contractor’s and Sub Contractor’s quality systems for monitoring and quality auditing the quality system..
Required
2. The Quality System proposed by the Contractor and Sub Contractors shall be used as an aid to achieve compliance with the requirements of the Contract and to document such compliance
Manual to support contract requirements
TS.23 QUALITY MANUAL
1. The Contractor shall conform to the policies stated in the Quality Manual Conforms with Quality
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 10 CABONNE COUNCIL
submitted with the Tender and approved by the Project Manager. Manual
TS.24 INSPECTION AND TEST PLANS
1. The Contractor shall submit relevant Inspection and Test Plans to the Project Manager for verification before commencing work on activities covered by the Quality Manual. The Inspection and Test Plans shall include where applicable, observations, measurements or tests at the Contractor’s or Sub Contractor’s facilities as well as at construction sites.
Submission of Inspection and Test Plans
TS.25 QUALITY TESTS
1. The Contractor shall be responsible for the quality of all products, processes and services under the Contract, and shall provide all test facilities and perform demonstrative conformance of all products, processes and services to the technical requirements of the Contract.
Contractor is responsible for quality tests
2. Unless otherwise agreed by the Contractor and the Project Manager, all laboratory tests undertaken by the Contractor shall be performed by laboratories currently registered with the National Association of Testing Authorities (NATA) or equivalent authority.
NATA
TS.26 QUALITY AUDITS
1. In respect to these audits the following should be noted: Project Manager may audit records
The Project Manager may nominate selected times at which Quality Compliance Audits may be conducted within the Contract Period;
Upon request, the Project Manager shall be given access in conjunction with or through the Contractor, to carry out Quality Audits, Reviews or Surveillance or ascertain the effectiveness of the Quality System put in place by the Contractor;
The Project Manager shall be entitled to carry out the Second or Third Party Audits of the Contractor’s Quality System by:
o Review of the Contractor’s conformance to the Quality Plan; and
o Review and verification of the Contractor’s Quality Procedures and Work Instructions and documentary evidence of compliance with technical requirements of the Contract.
TS.27 TRACEABILITY
1. The Contractor shall maintain records clearly identifying the source of materials and equipment, the test results, design drawings used for the construction of the Works, and the place and time of delivery to store or to site. Each piece of equipment or material shall be assigned a distinct identification that will be consistently used or referred to in the quality records.
Designation of records
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 11 CABONNE COUNCIL
TS.28 QUALITY RECORDS
1. Quality records shall be stored and maintained such that they are readily retrievable in facilities that provide a suitable environment to minimise deterioration or damage, and to prevent loss. Quality records shall be available for evaluation by the Project Manager during the period of the Contract and shall include all pertinent Contractor or secondary consultant records.
General requirement
2. Quality records shall be retained by the Contractor for seven (7) years from the Date of Practical completion.
Time to keep records
3. The Contractor shall maintain records in two categories
a) Test Records – which shall comprise all working sheets associated with testing in accordance with the Inspection and Test Plans.
b) Project Quality Records – which shall include, but not be limited to, site meeting minutes, technical reviews, minutes of meetings between Principal and Contractor, and where necessary with Sub Contractors, and other relevant documentation
Category of records
4. The Contractor shall submit to the Project Manager quality records as evidence that the work has complied with the specific quality requirements. These records shall include summaries of inspection and test results, and shall be submitted within twenty four (24) hours if unsatisfactory.
Submission of records
5. Within 3 weeks from the Date of Practical Completion the Contractor shall make available a register of all quality records held. The Contractor shall supply copies of all quality records of Parts thereof as required by the Project Manager.
Submission of records at completion of works.
TS.29 INSPECTION
1. The Project Manager shall be given access in conjunction with or through the Contractor to all laboratories and other facilities used for quality control tests to verify that specified requirements are being met.
Access for Project Manager
ENVIRONMENTAL PROTECTION
TS.30 GENERAL
1. The Contractor shall be responsible for ensuring that all works comply with all relevant regulations relating to the protection of the environment.
Contractors responsibilities
TS.31 STOCK PILE SITES
1. The Contractor shall ensure that stockpile sites are not located in or near areas susceptible to overland runoff such as creeks and gullies.
Location of stockpile
2. No material shall be stockpiled on public land without the approval of the Project Stockpiles on
Contract No. 834402 TECHNICAL SPECIFICATION
© IPWEA 2004 Page 12 CABONNE COUNCIL
Manager and relevant assets owner. Public Land
3. Sediment control fences shall be placed around materials stockpiles in accordance with the Blue Book
TS.32 DUMPING OF RUBBISH AND EXCESS
MATERIAL
1. All debris and excess material from the works shall be transported to the approved landfill site at the contractor’s cost.
Dumping of rubbish
2. No debris or excess material shall be dumped on private property without the approval of the Project Manager.
Approval of Project Manager
TS.33 RESTORATION OF DISTURBED GROUND
1. The Contractor shall restore all ground disturbed by the works to a standard
similar or better than that prior to the commencement of the work. General required
2. In accordance with Clauses TS.11 a photographic record of the site shall be
taken prior to commencing work. Should such documentation not be taken and submitted,
the Contractor shall restore the disturbed surface to the satisfaction of the property owner. photographs
3. The Contractor is to ensure that settlement of backfill in trenches and other areas
is minimised and is responsible for filling any sunken areas. Settlement of trenches
4. On completion of the project, the site office and any security fencing must be
totally removed. If the site office is on private property the Contractor will need to obtain
from the property owner a letter indicating that they are satisfied with the condition that the
site has been left in.
Removal of site office
5. The Project Manager shall be the final arbiter of the quality of the restoration. Project Manager as final arbiter
WORKS AS EXECUTED DRAWINGS
TS.34 GENERAL
1. Council requires that a full set of work as executed drawings be produced for the
Council’s record. WAE drawings
Contract No. 834402 DRAWINGS
CONTRACT No. 834402
LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF STORMWATER DRAINAGE GIDLEY STREET, MOLONG
STAGE 1 (BETWEEN HILL STREET AND BANK
STREET)
DRAWINGS
PREPARED BY: CABONNE COUNCIL’S DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
-
-
VRP
VRP
-
-
0
MM
MGA 55
GPS
--
DESCRIPTIONREV DATEAUTH
INFOXPERT FILE LOCATIONTHESE DRAWINGS ARE RECOMMENDED
ENGINEERING AND
TECHNICALSERVICES MANAGER
DATE
OPERATIONS MANAGER /
ROADS AND BRIDGES
DATE
SCALE:
DATUM
DESIGN SPEED
STABILIZING DEPTH
PAVEMENT DEPTH
PAVEMENT WIDTH
FORMATION WIDTH
SEAL WIDTH
DRAWN
DESIGNED
CHECKED
INSTRUMENT
SURVEYOR
PROJECTION
No. OF
SHEETS
SHEET No.
COUNCIL PLAN No.
51
MOL - 396
AHD
CONCEPT DESIGN
RWC
RWC 03.05.17
-
MOLONG
COVER SHEET
PROPOSED STORMWATER DRAINAGE- STAGE1
GIDLEY STREET
DRAWINGS AND PLANS
→ COUNCIL CONSTRUCTION PLANS
→ MOLONG URBAN AREA
→ DRAINAGE
CABONNE COUNCIL
MOLONG MOL 396 GIDLEY STREET
ENGINEERING AND TECHNICAL
SERVICES MANAGER
Date
PROPOSED STORMWATER DRAINAGE - STAGE I(CHAINAGE 0.000 m TO 194.178 m - BETWEEN HILL
STREET & BANK STREET)
CABONNE COUNCIL
I certify that this design complies with the concept,
and the requirements of AustRoads and the
relevant Australian standards.
DRAWING SCHEDULE
SHEET # DESCRIPTION
1 COVER SHEET
2 PLAN & PROFILE - CH0.000 - 194.178
3 CROSS SECTIONS - CH0.000 - 194.178
4 PROFILE & CROSS SECTIONS AT PITS 6
5 HS2 PIPE SUPPORT NOTES
0.0
00
20
.0
00
40
.0
00
61
.0
95
62
.2
95
80
.0
00
10
0.0
00
12
2.0
47
12
3.2
47
14
0.0
00
16
0.0
00
18
0.0
00
En
d 1
94
.1
78
0.0
00
10.0
00
14.8
83
0.0
00
1.0
82
m
20
.0
00
1.0
92
m
40
.0
00
1.0
28
m
61
.0
95
1.0
82
m
62
.2
95
1.0
61
m
80
.0
00
1.0
77
m
10
0.0
00
1.0
50
m
12
2.0
47
1.0
82
m
12
3.2
47
1.0
63
m
14
0.0
00
1.0
66
m
16
0.0
00
0.8
96
m
18
0.0
00
1.0
97
m
19
4.1
78
1.0
82
m
CHAINAGE
INVERT DEPTH
Scale Horizontal 1:500 Vertical 1:200
Datum R.L. 520.000
1.42% 3.33% 1.54% 3.33% 1.82%
52
6.5
60
52
6.8
44
52
7.1
29
52
7.4
29
52
7.4
69
52
7.7
42
52
8.0
51
52
8.3
91
52
8.4
31
52
8.7
36
52
9.1
01
52
9.4
66
52
9.7
24
PIPE IL
52
7.6
42
52
7.9
36
52
8.1
57
52
8.5
11
52
8.5
30
52
8.8
19
52
9.1
00
52
9.4
73
52
9.4
94
52
9.8
02
52
9.9
97
53
0.5
63
53
0.8
06
ROAD SURFACE
PLEASE CONTACT APPROPRIATE
WARNING
ALL SERVICES
LOCATION AND DEPTH
AUTHORITIES FOR EXACT
STATION SCHEDULE
PM No. EASTING NORTHING RL
9908 674421.439 6336972.940 530.770
9907 674464.099 6337173.876 527.661
PLAN - CH 0.000 - 194.178
SCALE 1:500 @ A1
GIDLEY STREET
HILL S
TR
EE
T
EXISTING PIT TO BE
MODIFIED TO SUIT
THE PROPOSED Ø675
PIPE OUTLET IL
526.460
LEGEND
LIMIT OF
WORKS
STAGE
1
PIT 1
(0.9mx0.9m)
STORMWATER PIPE SCHEDULE
BETWEEN PIPE LENGTH
PIT 7 & PIT 1 Ø675mm RCP 61.10m
PIT 1 & PIT 2 Ø675mm RCP 59.75m
PIT 2 & PIT 3 Ø675mm RCP 70.93m
PIT 1 & PIT 4 Ø375mm RCP 1.87m
PIT 2 & PIT 5 Ø375mm RCP 1.93m
PIT 3 & PIT 6 Ø600mm RCP 15.00m
PIT 7 & EXISTING PIT Ø675mm RCP 3.10m
PIT 2
(0.9mx0.9m)
-
-
VRP
VRP
-
-
0
MM
MGA 55
GPS
--
DESCRIPTIONREV DATEAUTH
INFOXPERT FILE LOCATIONTHESE DRAWINGS ARE RECOMMENDED
ENGINEERING AND
TECHNICALSERVICES MANAGER
DATE
OPERATIONS MANAGER /
ROADS AND BRIDGES
DATE
SCALE:
DATUM
DESIGN SPEED
STABILIZING DEPTH
PAVEMENT DEPTH
PAVEMENT WIDTH
FORMATION WIDTH
SEAL WIDTH
DRAWN
DESIGNED
CHECKED
INSTRUMENT
SURVEYOR
PROJECTION
No. OF
SHEETS
SHEET No.
COUNCIL PLAN No.
52
MOL - 396
AHD
CONCEPT DESIGN
RWC
RWC 03.05.17
-
MOLONG
PLAN & PROFILE - CH 0.000 TO CH 194.189
PROPOSED STORMWATER DRAINAGE- STAGE1
GIDLEY STREET
5
0 105
1:200 @ A1 SHEET
DRAWINGS AND PLANS
→ COUNCIL CONSTRUCTION PLANS
→ MOLONG URBAN AREA
→ DRAINAGE
NOTES:
*DEPTHS OF SEWER MAIN AND/OR OTHER EXISTING SERVICES IN IMMEDIATE
VICINITY TO BE DETERMINED BEFORE COMMENCEMENT OF WORKS.
*FOR PROPOSED PIT CONSTRUCTION INFORMATION, REFER TO SHEET 5
*SHOWN EXISTING SERVICE LOCATIONS ARE INDICATIVE ONLY & SHOULD BE
LOCATED ON SITE.
* BACKFILL SHOULD BE WITH DGB20 WHERE COVER THICKNESS NOT
EXCEEDING 300 MM
*EXISTING KERB & GUTTER (of BLUE STONE) TO BE REINSTATED AND ALIGNED
TO FORM UNIFORM SLOPE LONGITUDINALLY AND LATERALLY AFTER THE
PROPOSED PITS AND PIPES ARE INSTALLED IN PLACE. THE KERB INLET
OFFSETS AND RL'S ARE INDICATED IN CROSS SECTION SHEETS 3&4 FOR THE
GUIDELINE ONLY. HOWEVER THEY ARE TO BE MODIFIED TO SUIT THE
UNIFORM LONGITUDINAL AND LATERAL SLOPES (AS PER PROFILE & INVERT
LEVELS SHOWN)
KERB INLET
LINE
Ø675m RCP
PROFILE CH 0.000 - 194.178
SCALE 1:500 (H) & 1:200 (V) @ A1
PIT
7
Ø675mm RCP Ø675mm RCP
JOINS EXISTING
STORMWATER MAIN
PIT
1
PIT
2
PIT
3
10
0 2010
1:500 @ A1 SHEET
RCP Ø375 TRENCH
SCALE 1:20 @ A1
RCP Ø675 TRENCH
SCALE 1:20 @ A1
HZ
OZ
BED
HZ - HAUNCH ZONE, SZ - SIDE ZONE, OZ - OVERLAY ZONE,
RCP - REINFORCED CONCRETE PIPE
HZ
SZ
OZ
61.10 59.75 70.93
SEE SHEET3 & 5 FOR OTHER NOTES
RCP Ø600 TRENCH
SCALE 1:20 @ A1
BED
BED
HZ
OZ
Ø675 RCP
Ø675 RCP
PIT 3
(0.9mx0.9m)
PIT 4 (0.6x0.6)
KERB INLET PIT
+ 0.9m LINTEL
PIT 5 (0.6mx0.6m)
KERB INLET PIT
+ 0.9m LINTEL
PIT 6 (0.9mx0.9m)
KERB INLET PIT
+ 1.2m LINTEL
999
10
02
10
48
92
50
1087
10
02
40
54
72
50
SZ SZ
745
10
01
35
31
02
50
Ø675 RCP
Ø600 RCP
CROSS PIPE INVERT LEVELS
BETWEEN PIPE D/S IL U/S IL
PIT 1 & PIT 4 Ø375mm RCP 527.508 527.546
PIT 2 & PIT 5 Ø375mm RCP 528.471 528.509
PIT 7 & EXISTING PIT Ø675mm RCP 526.460 526.520
PIT 7
(0.9mx0.9m)
OFFSET
OFFSET
OFFSET
525.00
525.00
525.00
526.00
526.00
526.00
526.00
527.00
527.00
527.00
527.00
528.00
528.00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
44
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
1.0
00
0.5
44
0.5
43
0.0
00
0.5
43
0.5
44
1.0
00
0.000
20.000
40.000
61.095
62.295
80.000
100.000
122.047
123.247
140.000
160.000
180.000
194.178
52
7.6
03
52
5.7
84
52
5.7
84
52
5.7
84
52
7.6
80
52
7.9
13
52
6.0
68
52
6.0
68
52
6.0
68
52
7.9
60
52
8.1
23
52
6.3
53
52
6.3
53
52
6.3
53
52
8.1
88
52
8.4
72
52
6.6
53
52
6.6
53
52
6.6
53
52
8.5
51
52
8.4
90
52
6.6
93
52
6.6
93
52
6.6
93
52
8.5
69
52
8.7
72
52
6.9
66
52
6.9
66
52
6.9
66
52
8.8
55
52
9.0
54
52
7.2
75
52
7.2
75
52
7.2
75
52
9.1
47
52
9.4
20
52
7.6
15
52
7.6
15
52
7.6
15
52
9.5
26
52
9.4
41
52
7.6
55
52
7.6
55
52
7.6
55
52
9.5
47
52
9.7
51
52
7.9
60
52
7.9
60
52
7.9
60
52
9.8
53
52
9.9
36
52
8.3
25
52
8.3
25
52
8.3
25
53
0.0
58
53
0.5
34
52
8.6
90
52
8.6
90
52
8.6
90
53
0.5
91
53
0.7
74
52
8.9
48
52
8.9
48
52
8.9
48
53
0.8
38
DESIGN
DESIGN
DESIGN
52
7.5
71
52
7.6
03
52
7.6
03
52
7.6
42
52
7.6
80
52
7.6
80
52
7.7
13
52
7.8
94
52
7.9
13
52
7.9
13
52
7.9
36
52
7.9
60
52
7.9
60
52
7.9
84
52
8.0
92
52
8.1
23
52
8.1
23
52
8.1
57
52
8.1
88
52
8.1
88
52
8.2
14
52
8.4
39
52
8.4
72
52
8.4
72
52
8.5
11
52
8.5
51
52
8.5
51
52
8.5
84
52
8.4
57
52
8.4
90
52
8.4
90
52
8.5
30
52
8.5
69
52
8.5
69
52
8.6
02
52
8.7
33
52
8.7
72
52
8.7
72
52
8.8
19
52
8.8
55
52
8.8
55
52
8.8
86
52
9.0
16
52
9.0
54
52
9.0
54
52
9.1
00
52
9.1
47
52
9.1
47
52
9.1
85
52
9.3
76
52
9.4
20
52
9.4
20
52
9.4
73
52
9.5
26
52
9.5
26
52
9.5
70
52
9.3
97
52
9.4
41
52
9.4
41
52
9.4
94
52
9.5
47
52
9.5
47
52
9.5
91
52
9.7
08
52
9.7
51
52
9.7
51
52
9.8
02
52
9.8
53
52
9.8
53
52
9.8
95
52
9.8
85
52
9.9
36
52
9.9
36
52
9.9
97
53
0.0
58
53
0.0
58
53
0.1
09
53
0.5
10
53
0.5
34
53
0.5
34
53
0.5
63
53
0.5
91
53
0.5
91
53
0.6
15
53
0.7
48
53
0.7
74
53
0.7
74
53
0.8
06
53
0.8
38
53
0.8
38
53
0.8
64
ROAD SURFACE
ROAD SURFACE
ROAD SURFACE
-
-
VRP
VRP
-
-
MM
MGA 55
GPS
--
DESCRIPTIONREV DATEAUTH
INFOXPERT FILE LOCATIONTHESE DRAWINGS ARE RECOMMENDED
ENGINEERING AND
TECHNICALSERVICES MANAGER
DATE
OPERATIONS MANAGER /
ROADS AND BRIDGES
DATE
SCALE:
DATUM
DESIGN SPEED
STABILIZING DEPTH
PAVEMENT DEPTH
PAVEMENT WIDTH
FORMATION WIDTH
SEAL WIDTH
DRAWN
DESIGNED
CHECKED
INSTRUMENT
SURVEYOR
PROJECTION
No. OF
SHEETS
SHEET No.
COUNCIL PLAN No.
53
MOL - 396
AHDRWC
DRAWINGS AND PLANS
→ COUNCIL CONSTRUCTION PLANS
→ MOLONG URBAN AREA
→ DRAINAGE
-
MOLONG
PROPOSED STORMWATER DRAINAGE- STAGE1
GIDLEY STREET
0.50 1 2
1: 50 @ A1 SHEET
CROSS SECTIONS - CH0.000 - 194.178
0 CONCEPT DESIGN RWC 03.05.17
TRENCH EXCAVATION AND BED PREPARATION
PIPE INSTALLING UNDERLAY AND BACKFILLING
TRENCHES SHOULD BE EXCAVATED NOT LESS THAN
200mm WIDER THAN THE OUTSIDE DIAMETER OF THE
PIPE AND TO THE DEPTH AND SPECIFIED GRADES
SHOWN ON THE DRAWING.
THE PIPE UNDERLAY SHOULD BE MIN. 100mm THICK
PLACED AND GRADED TO THE INVERT LEVELS, BUT
NOT COMPACTED OTHER THAN BY FOOT PRESSURE.
THE UNDERLAY FORMS A CUSHION TO SUPPORT THE
PIPE AND WHICH THE RIB (SOCKET) CAN BE BEDDED.
THE PIPE SIDE SUPPORT MATERIAL SHOULD BE PLACED
EVENLY ON BOTH SIDES OF THE PIPELINE TO TWO THIRDS
THE HEIGHT OF THE PIPE DIAMETER (UNO) AND COMPACTED
BY HAND TAMPING.
SIDE FILL MATERIAL SHOULD BE WORKED UNDER
THE SIDES OF THE PIPE TO MINIMISE VOIDS AND
PROVIDE MAXIMUM PIPE SUPPORT.
THE PIPE SUPPORT AND OVERLAY MATERIAL SHOULD
BE SUFFICIENT TO RESTRAIN THE PIPE.
JOINTS SHOULD BE LEFT UNCOVERED FOR INSPECTION
AND TESTING.
PIPE OVERLAY MATERIAL SHOULD BE LEVELLED AND
COMPACTED TO A MINIMUM HEIGHT ABOVE
THE CROWN OF THE PIPE AS SHOWN IN THE TYPICAL
SECTIONS.
BACK FILL MATERIAL SHOULD BE PLACED ON THE PIPE
OVERLAY LAYER AND COMPACTED IN MAX. 150 mm LAYERS
TO THE FINISHED SURFACE.
ALL PIPE WORK INSTALLATION TO AS 2032
SEE SHEET 2 & 5 FOR OTHER NOTES
CROSS SECTIONS CH 0.000 - 194.178
SCALE 1: 50
0.0
00
1.0
56
m
10
.0
00
1.1
74
m
14
.8
83
1.0
00
m
CHAINAGE
INVERT DEPTH
Scale Horizontal 1:100 Vertical 1:100
Datum R.L. 526.000
2.19%
52
9.8
00
53
0.0
19
53
0.1
26
PIPE IL
53
0.8
56
53
1.1
93
53
1.1
26
ROAD SURFACE
OFFSET
OFFSET
OFFSET
529.00
529.00
529.00
1.0
00
0.5
00
0.5
00
0.0
00
0.5
00
0.5
00
1.0
00
1.0
00
0.5
00
0.5
00
0.0
00
0.5
00
0.5
00
1.0
00
1.0
00
0.5
00
0.5
00
0.0
00
0.5
00
0.5
00
1.0
00
0.000
10.000
14.883
53
0.8
66
52
9.7
00
52
9.7
00
52
9.7
00
53
0.8
46
53
1.2
07
52
9.9
19
52
9.9
19
52
9.9
19
53
1.1
80
53
1.1
38
53
0.0
26
53
0.0
26
53
0.0
26
53
1.1
14
DESIGN
DESIGN
DESIGN
53
0.8
76
53
0.8
66
53
0.8
66
53
0.8
56
53
0.8
46
53
0.8
46
53
0.8
36
53
1.2
20
53
1.2
07
53
1.2
07
53
1.1
93
53
1.1
80
53
1.1
80
53
1.1
66
53
1.1
49
53
1.1
38
53
1.1
38
53
1.1
26
53
1.1
14
53
1.1
14
53
1.1
03
ROAD SURFACE
ROAD SURFACE
ROAD SURFACE
-
-
VRP
VRP
-
-
0
MM
MGA 55
GPS
--
DESCRIPTIONREV DATEAUTH
INFOXPERT FILE LOCATIONTHESE DRAWINGS ARE RECOMMENDED
ENGINEERING AND
TECHNICALSERVICES MANAGER
DATE
OPERATIONS MANAGER /
ROADS AND BRIDGES
DATE
SCALE:
DATUM
DESIGN SPEED
STABILIZING DEPTH
PAVEMENT DEPTH
PAVEMENT WIDTH
FORMATION WIDTH
SEAL WIDTH
DRAWN
DESIGNED
CHECKED
INSTRUMENT
SURVEYOR
PROJECTION
No. OF
SHEETS
SHEET No.
COUNCIL PLAN No.
54
MOL - 396
AHD
CONCEPT DESIGN
RWC
RWC 03.05.17
-
MOLONG
PROFILE & CROSS SECTIONS AT PITS 9 & 10
PROPOSED STORMWATER DRAINAGE- STAGE1
GIDLEY STREET
2.0
0 52.5
1:100 @ A1 SHEET
DRAWINGS AND PLANS
→ COUNCIL CONSTRUCTION PLANS
→ MOLONG URBAN AREA
→ DRAINAGE
SEE SHEETS 2,3&5 FOR NOTES
REFER TO SHEET 2 FOR PLAN
PROFILE CH 0.000 - 14.883
SCALE 1:100
PIT
3
Ø600mm RCP
JOINS PIT3
PIT
6
14.883
CROSS SECTIONS 0.000 - 14.883
SCALE 1:50
0.50 1 2
1: 50 @ A1 SHEET
TYPICAL DETAIL AT KERB INLET PIT
& UNDERGROUND PIT
SCALE : NOT TO SCALE
Ø675 PROPOSED
UNDERGROUND
STORM WATER
PIPE
LINTEL
STRUCTURE
KERB
INLET PIT
Ø375 /Ø600
CROSS PIPE TO
JUNCTION PIT
JUNCTION PIT
(1.2m x 1.2m x
1.2m DEEP)
-
-
VRP
VRP
-
-
MM
MGA 55
GPS
--
DESCRIPTIONREV DATEAUTH
INFOXPERT FILE LOCATIONTHESE DRAWINGS ARE RECOMMENDED
ENGINEERING AND
TECHNICALSERVICES MANAGER
DATE
OPERATIONS MANAGER /
ROADS AND BRIDGES
DATE
SCALE:
DATUM
DESIGN SPEED
STABILIZING DEPTH
PAVEMENT DEPTH
PAVEMENT WIDTH
FORMATION WIDTH
SEAL WIDTH
DRAWN
DESIGNED
CHECKED
INSTRUMENT
SURVEYOR
PROJECTION
No. OF
SHEETS
SHEET No.
COUNCIL PLAN No.
55
MOL - 396
AHDRWC
DRAWINGS AND PLANS
→ COUNCIL CONSTRUCTION PLANS
→ MOLONG URBAN AREA
→ DRAINAGE
-
MOLONG
PROPOSED STORMWATER DRAINAGE- STAGE1
GIDLEY STREET
1.00 1 2 3 4 5
1:100 @ A1 SHEET
HS2 PIPE SUPPOT NOTES
0 CONCEPT DESIGN RWC 03.05.17
INSTALLATION SPECIFICATION FOR TYPE HS2 SUPPORT
THIS SPECIFICATION IS PREPARED TO ENSURE THE PIPE INSTALLATION CONFORMS WITH
THE REQUIREMENTS OF AS/NZS 3725-2007 DESIGN FOR INSTALLATION OF BURIED
CONCRETE PIPES.
TYPE HS2 SUPPORTS REPRESENTS AN INSTALLATION WITH CONTROLLED COMPACTION IN
THE BED ZONE AND HAUNCH ZONE.
EXCAVATION AND BEDDING
PRIOR TO COMPLETION OF EXCAVATION, THE SOIL TYPE IN WHICH THE TRENCH IS TO BE
EXCAVATED SHALL BE ASSESSED FOR DENSITY AND STIFFNESS, TO THE SATISFACTION
AND APPROVAL OF THE SUPERINTENDENT.
IF IT IS ESTABLISHED THAT THE NATURAL GROUND WILL PROVIDE EFFECTIVE SIDE
SUPPORT, THE TRENCH WIDTH FOR BOTH TRENCH CONDITION AN EMBANKMENT
CONDITION SHALL BE AS SHOWN ON THE DRAWINGS.
FOR AN EMBANKMENT INSTALLATION, THE POSITIVE PROJECTION OF THE PIPE SHALL BE
0.5 TIMES THE PIPE OUTSIDE DIAMETER OR LESS. WHERE THE PROJECTION OF THE PIPE
ABOVE NATURAL GROUND SURFACE IS GREATER THAN 0.5 TIMES THE PIPE OUTSIDE
DIAMETER, IT WILL BE NECESSARY TO CONSTRUCT THE EMBANKMENT TO A HEIGHT
ABOVE TOP OF BED LEVEL AT LEAST EQUAL TO 0.7 TIME PIPE OUTSIDE DIAMETER, PRIOR
TO LAYING THE PIPE, AND TO A WIDTH EQUAL TO AT LEAST 1.5 TIMES PIPE NOMINAL
DIAMETER ON EACH SIDE OF THE PROPOSED TRENCH WIDTH.
THE EMBANKMENT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE SPECIFICATION
FOR REFILLING, BED ZONE. A TRENCH IS THEN TO BE CUT THROUGH THE CONSTRUCTED
EMBANKMENT.
FOR A TRENCH INSTALLATION, IF IN THE OPINION OF THE SUPERINTENDENT, THE
NATURAL GROUND IS NOT CONSIDERED EFFECTIVE IN PROVIDING THE NECESSARY SIDE
SUPPORT, THE TRENCH SHALL BE EXCAVATED TO A WIDTH OF 4.0 TIMES PIPE NOMINAL
DIAMETER TO THE TOP OF BED LEVEL.
THE WIDE TRENCH EXCAVATION SHALL THEN BE REFILLED IN ACCORDANCE WITH THE
SPECIFICATION FOR REFILLING, SIDE ZONE.
REFILLING IN EMBANKMENT OR WIDE TRENCH SHALL BE PLACED IN LAYERS NOT
EXCEEDING 150MM WHEN COMPACTED AND, IF COHESIVE MATERIAL IS USED, THE
MOISTURE CONTENT SHALL BE CONTROLLED TO WITHIN THE RANGE 85 PERCENT TO 115
PERCENT OF THE OPTIMUM MOISTURE CONTENT. COMPACTION BY TAMPING, ROLLING
AND/OR VIBRATION SHALL BE CARRIED OUT TO ACHIEVE A MINIMUM RELATIVE DENSITY
(RD) OF 90% OF STANDARD MAXIMUM DRY DENSITY, OR A MINIMUM DENSITY INDEX (DI) OF
60 FOR COHESIONLESS MATERIAL.
DENSITY ACHIEVED SHALL BE MONITORED BY FIELD TESTING AS DIRECTED BY THE
SUPERINTENDENT.
THE REQUIRED TRENCH FOR THE INSTALLATION, TO THE WIDTH AND DEPTH SHOWN ON
THE DRAWINGS SHALL BE EXCAVATED CENTRALLY THROUGH THE ABOVE COMPACTED
SELECT FILL MATERIAL.
EXCAVATION SHALL BE TO LINE AND LEVEL SHOWN ON THE DRAWINGS. SHOULD THE
EXCAVATION TO THE REQUIRED FOUNDATION AT THE BOTTOM OF THE BED LEVEL
REVEAL MATERIAL, WHICH IN THE OPINION OF THE SUPERINTENDENT IS UNSUITABLE, THE
TRENCH SHALL BE OVER-EXCAVATED TO A DEPTH REQUIRED TO REMOVE THE
UNSUITABLE MATERIAL AND REFILLED WITH COMPACTED MATERIAL CONFORMING TO THE
REQUIREMENTS FOR THE BED ZONE.
BEDDING
BED ZONE MATERIAL SHALL BE SELECT FILL. SELECT FILL AS DEFINED IN AS/NZS
3725-2007 IS MATERIAL OBTAINED FROM EXCAVATION OF THE PIPE TRENCH OR
ELSEWHERE WITH A PARTICLE SIZE NOT GREATER THAN 19 MM, AND WHICH CONFORMS
WITH THE FOLLOWING SOIL CLASSES AS DEFINED IN APPENDIX D OF AS 1726.
SELECT FILL GRADING REQUIREMENTS ARE DEFINED AS BELOW.
SIEVE SIZE (MM) 19.0 2.36 0.60 0.30 0.15 0.075
% MASS PASSING 100 100-50 90-20 60-10 25-0 10-0
THE MATERIAL PASSING THE 0.075M SIEVE MUST HAVE LOW PLASTICITY AS DESCRIBED IN
APPENDIX -D OF AS 1726.
ALTERNATIVELY SELECT FILL AS DEFINED IN AS/NZS 3725 WHICH DOES NOT CONFORM
WITH THE ABOVE GRADING LIMITS MAY BE USED PROVIDED THAT IT IS CEMENT
STABILIZED. WHERE CONTROLLED LOW STRENGTH MATERIALS ARE USED THEY SHOULD
COMPLY WITH APPENDIX A OF AS/NZS3725 TO ACHIEVE 28 DAY COMPRESSIVE STRENGTH
IN THE RANGE OF 0.6 TO 3.0 MPA.
THE BED ZONE SHALL BE PLACED TO THE FINAL REQUIRED THICKNESS AS FOLLOWS:
PIPE NOMINAL DIAMETER MINIMUM BED ZONE THICKNESS
≤ 1500 MM 100MM
> 1500 MM 150MM
THE BED MATERIAL SHALL EXTEND OVER THE FULL WIDTH OF THE TRENCH AND SHALL BE
COMPACTED BY TAMPING, ROLLING AND/OR VIBRATION TO A MINIMUM DENSITY INDEX (DI)
OF 60.
COMPACTION ACHIEVED SHALL BE MONITORED BY FIELD TESTING IN ACCORDANCE WITH
AS 1289.
THE BED LEVEL SHALL BE GRADED TO PROVIDE FOR A UNIFORM FALL TO THE
DISCHARGING END OF THE PIPELINE, WITH LINE AND LEVEL AS SHOWN ON THE
DRAWINGS.
FOR PIPES WITH SOCKETS PROTRUDING BEYOND THE BARREL OUTSIDE SURFACE,
CHASES SHALL BE DUG INTO THE BED AND FOUNDATION IF NECESSARY, IN THE
APPROPRIATE POSITIONS, SO THAT EACH PIPE IS SUPPORTED ALONG THE FULL LENGTH
OF THE BARREL AND THE SOCKET IS NOT SUBJECTED TO POINT LOADING.
REFILLING
THE REFILLING SHALL BE CARRIED OUT IN FOUR STAGES AND THESE ARE TO BE
IDENTIFIED AS:
• HAUNCH ZONE • SIDE ZONE • OVERLAY ZONE • BACKFILL OR
EMBANKMENT FILL.
HAUNCH ZONE
THE HAUNCH ZONE SHALL EXTEND FROM THE TOP OF THE BED ZONE TO 0.3 TIMES THE
PIPE OUTSIDE DIAMETER AND SHALL BE FILL MATERIAL COMPLYING WITH THE
REQUIREMENTS SHOWN ABOVE FOR THE BED ZONE.
THE MATERIAL SHALL BE PLACED OVER THE FULL WIDTH OF THE TRENCH EITHER IN
LAYERS NOT EXCEEDING 150MM COMPACTED THICKNESS AND COMPACTED BY
CONVENTIONAL METHODS OR COMPACTED IN ONE OPERATION BY SATURATION AND
VIBRATION TO ACHIEVE A MINIMUM DENSITY INDEX (DI) OF 60.
COMPACTION ACHIEVED SHALL BE MONITORED BY FIELD TESTING IN ACCORDANCE WITH
AS 1289.
SIDE ZONE
THE SIDE ZONE SHALL EXTEND FROM THE TOP OF THE HAUNCH ZONE TO 0.5 TIMES PIPE
OUTSIDE DIAMETER AND SHALL CONSIST OF SELECT FILL MATERIAL COMPLYING WITH
THE FOLLOWING GRADING:
SIEVE SIZE (MM) 75 9.5 2.36 0.60 0.075
% MASS PASSING 100 100-50 100-30 50-15 25-0
THE MATERIAL SHALL BE PLACED OVER THE FULL WIDTH OF THE TRENCH IN LAYERS NOT
EXCEEDING 150MM COMPACTED THICKNESS AND COMPACTED BY TAMPING, ROLLING OR
VIBRATION TO A MINIMUM RELATIVE DENSITY (RD) OF 90% OR A MINIMUM DENSITY INDEX
(DI) OF 60.
COMPACTION ACHIEVED SHALL BE MONITORED BY FIELD TESTING IN ACCORDANCE WITH
AS 1289
OVERLAY ZONE
THE OVERLAY ZONE SHALL EXTEND FROM THE TOP OF THE SIDE ZONE TO 150MM ABOVE
THE TOP OF THE PIPE AND AROUND THE PIPE MEASURED RADIALLY FROM ANY POINT.
THE FILL MATERIAL IN THE OVERLAY ZONE SHALL BE ORDINARY FILL CONSISTING OF
MATERIAL FROM THE EXCAVATION OR ELSEWHERE. IT SHALL NOT CONTAIN ANY STONES
LARGER THAN 150MM, NOR MORE THAN 20% WITH A SIZE BETWEEN 75MM AND 150MM. NO
DEFINED DEGREE OF COMPACTION IS SPECIFIED YET MATERIAL SHOULD BE COMPACTED
AS NECESSARY TO PREVENT EXCESSIVE SETTLEMENT IN THE GROUND SURFACE LEVEL
OVER THE INSTALLED PIPELINE.
THE FILL IN THE OVERLAY ZONE SHOULD BE PLACED AND COMPACTED IN RELATIVELY
THIN LAYERS. FOR SELECT FILL THE LAYER THICKNESS SHOULD NOT EXCEED 200MM.
BACKFILL OR EMBANKMENT FILL
BACKFILL OR EMBANKMENT FILL IS TO BE THE REMAINDER OF THE REFILLING AND
SHOULD CONSIST OF ANY AVAILABLE MATERIAL UP TO FINISHED LEVELS AS SHOWN ON
THE DRAWINGS.
THE MATERIAL SHOULD BE COMPACTED AS NECESSARY TO PREVENT EXCESSIVE
SETTLEMENT IN THE GROUND SURFACE LEVEL OVER THE INSTALLED PIPELINE.
REFILLING OF SHEETED TRENCHES SHALL BE CARRIED OUT TO THE FOLLOWING
REQUIREMENTS:
• NO STRUTS, WALLING OR OTHER SUPPORTS SHALL BE REMOVED UNTIL THE TOP
OF THE COMPACTED REFILLING HAS REACHED THE LEVEL OF THESE SUPPORTS.
• NO WALL SHEETING IS TO TOTALLY REMOVED FROM THE TRENCH UNTIL THE
LEVEL OF THE COMPACTED REFILL IS WITHIN 1500 MM OF THE SURFACE.
• NO WALL SHEETING IS TO BE REMOVED, IN DEWATERED TRENCHES, UNTIL THE
LEVEL IN WATER TABLE BETWEEN NATURAL GROUND AND REFILL MATERIAL IS
LESS THAN 500MM.
• THE WALL SHEETING IS TO BE WITHDRAWN OR REMOVED IN SUCH A MANNER THAT
THE PIPE AND COMPACTED BED AND HAUNCH SUPPORT ARE NOT DISTURBED
DURING SUCH WITHDRAWAL OR REMOVAL.
IMPORTANT NOTES:
• ENSURE THE BED ZONE IS EVEN AND WELL GRADED TO PROVIDE UNIFORM
SUPPORT FOR THE PIPE.
• DO NOT COMPACT DIRECTLY OVER THE PIPE.
• ENSURE THE PIPE IS APPROPRIATELY EMBEDDED AND COVERED BEFORE
ALLOWING ANY CONSTRUCTION EQUIPMENT OR PLANT OVER THE TOP.
• COMPACT AS YOU GO AND ENSURE THAT THE APPROPRIATE LEVELS OF
COMPACTION ARE REACHED.
Contract No. 834402 GEOTECHNICAL INVESTIGATION
CONTRACT No. 834402
LUMP SUM CONTRACT
for the
SUPPLY AND CONSTRUCTION OF STORMWATER DRAINAGE GIDLEY STREET, MOLONG
STAGE 1 (BETWEEN HILL STREET AND BANK
STREET)
GEOTECHNICAL INVESTIGATION
PREPARED BY: CABONNE COUNCIL’S DEPARTMENT OF ENGINEERING & TECHNICAL SERVICES
APRIL 2017
Page 1
Envirowest Consulting Pty Ltd L8210g
21 April 2017 Cabonne Council PO Box 17 Molong NSW 2866 Attn: Surendra Sapkota Ref: L8210g Dear Surendra, Geotechnical investigation for stormwater pit installation, Gidley Street Molong NSW 1. Introduction Six new stormwater pits are proposed for Gidley Street, Molong in between Bank Street and Hill Street. A geotechnical investigation is required to determine subsurface characteristics at the location of the pits. Geotechnical constraints of the site need to be determined to evaluate the potential of subsurface rock, soil consistency and groundwater in the location of the proposed stormwater pits. 2. Objectives Envirowest Consulting Pty Ltd was commissioned by Cabonne Council to undertake preliminary geotechnical investigations at the location of the proposed stormwater pits, Gidley Street, Molong NSW. The aim of the investigation is to describe subsurface ground conditions. 3. Site location The site is located on both sides of Gidley Street, Molong in between Bank Street and Hill Street as described in Figure 1. 4. Investigation methods Site inspections and subsurface investigations were undertaken on 7 April 2016. The geotechnical properties of the soil on the site were assessed by constructing 6 boreholes (Figure 1). Boreholes were constructed with a truck mounted drill rig and flight auger to a depth of up to 2.0 metres at the locations of the proposed pits. The location of the boreholes was as close as possible to the pit locations with offsets for underground services and overhead wires. Soil conditions were logged for each borehole including soil type, colour, depth, moisture, consistency, density, plasticity, approximate shear strength and rock strength. Soil consistency was gauged by resistance to drilling.
Envirowest Consulting Pty Ltd ABN 18 103 955 246 9 Cameron Place, PO Box 8158, Orange NSW 2800 Tel (02) 6361 4954 Email [email protected] Web www.envirowest.net.au
Environmental Geotechnical Asbestos Services
Page 2
Envirowest Consulting Pty Ltd L8210g
5. Soil profile and subsurface conditions The soil profile was generally:
Bitumen surface over road base fill to depths of up to 0.5m Silty clay up to 0.7m to 1.0m depth Silty clay with gravel and gravelly clay to the drilling depth of 2m
The soil was typically with plastic limit moisture and grey mottles detected from 0.5m indicating shallow seasonal groundwater. The consistency of the natural soil increased with depth from firm stiff to approximately 1.3m. Very stiff drilling was encountered from depths of 1.3m in most boreholes. The soil consistency increased with the abundance of gravel in the profile. The borelogs are presented in Appendix 2. Regards, Andrew Ruming Environmental Geologist Checked by: Greg Madafiglio Engineering Geologist Attachments Figure 1. Corridor description and borehole locations Appendix 1. Limitations Appendix 2. Bore logs
Page 3
Envirowest Consulting Pty Ltd L8210g
Legend
Borehole location
Figure 1. Corridor description and borehole locations
Gidley Street, Molong NSW
Envirowest Consulting Pty Ltd
Job – L8210g Drawn by: AR from
Cabonne Council plan Date:
18/04/2017
North
2 1 3
6 5 4
Page 4
Envirowest Consulting Pty Ltd L8210g
Appendix 1. Limitations of the investigation The engineering logs describe subsurface conditions only at a specific borehole location and inferred boundaries between geotechnical units may vary. Ground conditions can vary over relatively short distances and it may be necessary to carry out additional investigations for specific excavation and building sites. Once specific proposals are known a geotechnical review should be undertaken and if necessary additional investigations commissioned to provide the level of information required for assessing design parameters. A geotechnical engineer should be engaged to review subsurface condition during construction stages to confirm that subsurface conditions are consistent with design assumptions. This report has been prepared for the use of the client to achieve the objectives given the client requirements and cost constraints. The level of confidence of the conclusion reached is governed by the scope of the investigation and the availability and quality of existing data. Where limitations or uncertainties are known, they are identified in the report. No liability can be accepted for failure to identify conditions or issues which arise in the future and which could not reasonably have been predicted using the scope of the investigation and the information obtained. The investigation identifies the actual subsurface conditions only at those points where samples are taken, when they are taken. Data derived through sampling and subsequent laboratory testing are interpreted by geologists, engineers or scientists who then render an opinion about overall subsurface conditions, the nature and extent of the investigation and its likely impact on the proposed development. Actual conditions may differ from those inferred to exist, because no professional, no matter how well qualified, and no sub surface exploration program, no matter how comprehensive, can reveal what is hidden by earth, rock or time. The actual interface between materials may be far more gradual or abrupt than a report indicates. Actual conditions in areas not sampled may differ from predictions. It is thus import to understand the limitations of the investigation and recognise that Envirowest Consulting Pty Ltd are not responsible for these limitations. This report including data contained and its findings and conclusions remain the intellectual property of Envirowest Consulting Pty Ltd. This report should not be used by persons or for purposes other than stated and not reproduced without permission.
Page 5
Envirowest Consulting Pty Ltd L8210g
Appendix 2. Bore logs Bore Log Sheet
Job: Client: Site:
L8210g Cabonne Council Gidley Street, Molong NSW
Borehole No: 1 Location: Stormwater Pit 1
Sampling method: EVH auger drill Logged by: AR Date: 7/4/2017
Dep
th (
m)
Gra
phic
log
DESCRIPTION. Soil type/rock, grain size, structure, colour, minor components
Uni
fied
sym
bol
Sam
ples
Moi
stur
e
Con
sist
ency
Den
sity
Pla
stic
ity
Roc
k de
scrip
tion
BITUMEN 0-50mm - - - - - - - FILL, sandy gravel, yellow brown GP D St M VL - 0.5 SILTY CLAY, dark grey CH M F M H - 1.0 trace fine gravel SILTY CLAY, brown with gravel CH M St M H - dark yellow brown 1.5 coarse common gravel VSt 2.0 End of hole at target depth 2.5 3.0 3.5 4.0 4.5 5.0 Slope/nature of surface: Flat / bitumen surface Ground water: None identified
Remarks (fill, odour, root holes): Fill to 0.4m
Samples E - environmental D - disturbed SPT-standard penetrometer test CBR-California Bearing Ratio DCP-Standard penetrometer tests
Moisture D - Dry M - Moist, can be moulded W - Wet, free water on hands Wp - plastic limit Wl - liquid limit
Consistency Shear strength (kPa) VS - very soft, S – soft F – firm St – stiff VSt - very stiff H – hard
Density VL - very loose L - loose M - medium D - dense VD - very dense
Plasticity NP - non plastic T – trace VL – very low L – low M – medium H – high VH – very high
Rock strength Point load (mPa) EL – extremely low (<0.03) VL – very low (<0.1) L –low (<0.3) M – medium (<1.0) H – high (<3.0) VH – very high (<10) EH – extremely high (>10)
Envirowest Consulting Pty Ltd, 9 Cameron Place Orange, NSW
Page 6
Envirowest Consulting Pty Ltd L8210g
Bore Log Sheet Job: Client: Site:
L8210g Cabonne Council Gidley Street, Molong NSW
Borehole No: 2 Location: Stormwater Pit 2
Sampling method: EVH auger drill Logged by: AR Date: 7/4/2017
Dep
th (
m)
Gra
phic
log
DESCRIPTION. Soil type/rock, grain size, structure, colour, minor components
Uni
fied
sym
bol
Sam
ples
Moi
stur
e
Con
sist
ency
Den
sity
Pla
stic
ity
Roc
k de
scrip
tion
BITUMEN 0-50mm - - - - - - - FILL, sandy gravel, yellow brown GP D St M VL - 0.5 SILTY CLAY, dark brown CH M F M H - brown 1.0 SILTY CLAY, brown with fine gravel CH M St M H - grey mottles Wp 1.5 yellow brown, coarse common gravel , very stiff drilling VSt 2.0 End of hole at target depth 2.5 3.0 3.5 4.0 4.5 5.0 Slope/nature of surface: Flat / bitumen surface Ground water: Wet soil and grey mottles from 1.4m
Remarks (fill, odour, root holes): Fill to 0.4m
Samples E - environmental D - disturbed SPT-standard penetrometer test CBR-California Bearing Ratio DCP-Standard penetrometer tests
Moisture D - Dry M - Moist, can be moulded W - Wet, free water on hands Wp - plastic limit Wl - liquid limit
Consistency Shear strength (kPa) VS - very soft, S – soft F – firm St – stiff VSt - very stiff H – hard
Density VL - very loose L - loose M - medium D - dense VD - very dense
Plasticity NP - non plastic T – trace VL – very low L – low M – medium H – high VH – very high
Rock strength Point load (mPa) EL – extremely low (<0.03) VL – very low (<0.1) L –low (<0.3) M – medium (<1.0) H – high (<3.0) VH – very high (<10) EH – extremely high (>10)
Envirowest Consulting Pty Ltd, 9 Cameron Place Orange, NSW
Page 7
Envirowest Consulting Pty Ltd L8210g
Bore Log Sheet
Job: Client: Site:
L8210g Cabonne Council Gidley Street, Molong NSW
Borehole No: 3 Location: Stormwater Pit 3
Sampling method: EVH auger drill Logged by: AR Date: 7/4/2017
Dep
th (
m)
Gra
phic
log
DESCRIPTION. Soil type/rock, grain size, structure, colour, minor components
Uni
fied
sym
bol
Sam
ples
Moi
stur
e
Con
sist
ency
Den
sity
Pla
stic
ity
Roc
k de
scrip
tion
BITUMEN 0-50mm - - - - - - - FILL, sandy gravel, yellow brown GP D St M VL - M 0.5 SILTY CLAY, dark brown CH M F M H - yellow 1.0 yellow brown with grey mottles Wp SILTY CLAY, light brown with fine gravel CH M St M H - coarse gravel Wp Vst 1.5 yellow brown, coarse common gravel , very stiff drilling VSt light yellow brown 2.0 End of hole at target depth 2.5 3.0 3.5 4.0 4.5 5.0 Slope/nature of surface: Flat / bitumen surface Ground water: Wet soil and grey mottles from 1m
Remarks (fill, odour, root holes): Fill to 0.4m
Samples E - environmental D - disturbed SPT-standard penetrometer test CBR-California Bearing Ratio DCP-Standard penetrometer tests
Moisture D - Dry M - Moist, can be moulded W - Wet, free water on hands Wp - plastic limit Wl - liquid limit
Consistency Shear strength (kPa) VS - very soft, S – soft F – firm St – stiff VSt - very stiff H – hard
Density VL - very loose L - loose M - medium D - dense VD - very dense
Plasticity NP - non plastic T – trace VL – very low L – low M – medium H – high VH – very high
Rock strength Point load (mPa) EL – extremely low (<0.03) VL – very low (<0.1) L –low (<0.3) M – medium (<1.0) H – high (<3.0) VH – very high (<10) EH – extremely high (>10)
Envirowest Consulting Pty Ltd, 9 Cameron Place Orange, NSW
Page 8
Envirowest Consulting Pty Ltd L8210g
Bore Log Sheet
Job: Client: Site:
L8210g Cabonne Council Gidley Street, Molong NSW
Borehole No: 4 Location: Stormwater Pit 4
Sampling method: EVH auger drill Logged by: AR Date: 7/4/2017
Dep
th (
m)
Gra
phic
log
DESCRIPTION. Soil type/rock, grain size, structure, colour, minor components
Uni
fied
sym
bol
Sam
ples
Moi
stur
e
Con
sist
ency
Den
sity
Pla
stic
ity
Roc
k de
scrip
tion
BITUMEN 0-50mm - - - - - - - FILL, sandy gravel, yellow brown GP D St M VL - gravelly sand, yellow VSt 0.5 SILTY CLAY, dark brown CH M F M H - SILTY CLAY, brown with fine gravel CH M St M H -1.0 GRAVELLY CLAY, dark yellow brown, coarse gravel CI M VSt M M very stiff drilling 1.5 yellow with coarse gravel, quartz, shale 2.0 End of hole at target depth 2.5 3.0 3.5 4.0 4.5 5.0 Slope/nature of surface: Flat / bitumen surface Ground water: Nil
Remarks (fill, odour, root holes): Fill to 0.5m
Samples E - environmental D - disturbed SPT-standard penetrometer test CBR-California Bearing Ratio DCP-Standard penetrometer tests
Moisture D - Dry M - Moist, can be moulded W - Wet, free water on hands Wp - plastic limit Wl - liquid limit
Consistency Shear strength (kPa) VS - very soft, S – soft F – firm St – stiff VSt - very stiff H – hard
Density VL - very loose L - loose M - medium D - dense VD - very dense
Plasticity NP - non plastic T – trace VL – very low L – low M – medium H – high VH – very high
Rock strength Point load (mPa) EL – extremely low (<0.03) VL – very low (<0.1) L –low (<0.3) M – medium (<1.0) H – high (<3.0) VH – very high (<10) EH – extremely high (>10)
Envirowest Consulting Pty Ltd, 9 Cameron Place Orange, NSW
Page 9
Envirowest Consulting Pty Ltd L8210g
Bore Log Sheet
Job: Client: Site:
L8210g Cabonne Council Gidley Street, Molong NSW
Borehole No: 5 Location: Stormwater Pit 5
Sampling method: EVH auger drill Logged by: AR Date: 7/4/2017
Dep
th (
m)
Gra
phic
log
DESCRIPTION. Soil type/rock, grain size, structure, colour, minor components
Uni
fied
sym
bol
Sam
ples
Moi
stur
e
Con
sist
ency
Den
sity
Pla
stic
ity
Roc
k de
scrip
tion
BITUMEN 0-50mm - - - - - - - FILL, sandy gravel, yellow brown GP D St M VL - gravelly sand, yellow VSt gravelly clay, yellow brown F 0.5 SILTY CLAY, dark brown CH M F M H - SILTY CLAY, pale brown with fine gravel CH M St M H -1.0 GRAVELLY CLAY, brown, coarse gravel CI M VSt M M very stiff drilling 1.5 yellow brown with grey mottles Wp 2.0 End of hole at target depth 2.5 3.0 3.5 4.0 4.5 5.0 Slope/nature of surface: Flat / bitumen surface Ground water: Wet soil and grey mottles from 1.5m
Remarks (fill, odour, root holes): Fill to 0.5m
Samples E - environmental D - disturbed SPT-standard penetrometer test CBR-California Bearing Ratio DCP-Standard penetrometer tests
Moisture D - Dry M - Moist, can be moulded W - Wet, free water on hands Wp - plastic limit Wl - liquid limit
Consistency Shear strength (kPa) VS - very soft, S – soft F – firm St – stiff VSt - very stiff H – hard
Density VL - very loose L - loose M - medium D - dense VD - very dense
Plasticity NP - non plastic T – trace VL – very low L – low M – medium H – high VH – very high
Rock strength Point load (mPa) EL – extremely low (<0.03) VL – very low (<0.1) L –low (<0.3) M – medium (<1.0) H – high (<3.0) VH – very high (<10) EH – extremely high (>10)
Envirowest Consulting Pty Ltd, 9 Cameron Place Orange, NSW
Page 10
Envirowest Consulting Pty Ltd L8210g
Bore Log Sheet
Job: Client: Site:
L8210g Cabonne Council Gidley Street, Molong NSW
Borehole No: 6 Location: Stormwater Pit 6
Sampling method: EVH auger drill Logged by: AR Date: 7/4/2017
Dep
th (
m)
Gra
phic
log
DESCRIPTION. Soil type/rock, grain size, structure, colour, minor components
Uni
fied
sym
bol
Sam
ples
Moi
stur
e
Con
sist
ency
Den
sity
Pla
stic
ity
Roc
k de
scrip
tion
BITUMEN 0-50mm - - - - - - - FILL, sandy gravel, yellow brown GP D St M VL - gravelly clay, yellow F 0.5 SILTY CLAY, grey CH Wp F M H - yellowish grey 1.0 SILTY CLAY, brown with fine gravel CH Wp St M H - grey mottles 1.5 yellow brown, coarse common gravel , very stiff drilling VSt 2.0 End of hole at target depth 2.5 3.0 3.5 4.0 4.5 5.0 Slope/nature of surface: Flat / bitumen surface Ground water: Wet soil and grey mottles from 0.5m
Remarks (fill, odour, root holes): Fill to 0.4m
Samples E - environmental D - disturbed SPT-standard penetrometer test CBR-California Bearing Ratio DCP-Standard penetrometer tests
Moisture D - Dry M - Moist, can be moulded W - Wet, free water on hands Wp - plastic limit Wl - liquid limit
Consistency Shear strength (kPa) VS - very soft, S – soft F – firm St – stiff VSt - very stiff H – hard
Density VL - very loose L - loose M - medium D - dense VD - very dense
Plasticity NP - non plastic T – trace VL – very low L – low M – medium H – high VH – very high
Rock strength Point load (mPa) EL – extremely low (<0.03) VL – very low (<0.1) L –low (<0.3) M – medium (<1.0) H – high (<3.0) VH – very high (<10) EH – extremely high (>10)
Envirowest Consulting Pty Ltd, 9 Cameron Place Orange, NSW
Top Related