Waikanae Creek Pedestrian Bridge Construction

Size: px
Start display at page:

Download "Waikanae Creek Pedestrian Bridge Construction"

Transcription

1 Contract EW13/15 Waikanae Creek Pedestrian Bridge Construction Type of Contract: Physical Works

2

3 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION C O N T E N T S ADVERTISEMENT(S) (1 pages) TENDER DOCUMENTS (12 pages) FORM OF TENDER PREAMBLE TO SCHEDULE OF PRICES SCHEDULE OF PRICES PREAMBLE TO SCHEDULE OF DAYWORKS RATES SCHEDULE OF DAYWORKS RATES SCHEDULE OF PLANT AVAILABLE SCHEDULE OF MATERIALS SCHEDULE OF PROPOSED SUB-CONTRACTORS SCHEDULE OF TENDERER S CURRENT COMMITMENTS SAFETY DECLARATION FOR CONTRACTORS 1.0 CONDITIONS OF TENDERING (4 pages) 2.0 CONDITIONS OF CONTRACT (24 pages) 2.1 GENERAL CONDITIONS OF CONTRACT 2.2 SCHEDULES FIRST : SPECIAL CONDITIONS OF CONTRACT PART A SPECIFIC CONDITIONS OF CONTRACT PRJ August 2013 Contract EW13/20 ALFRED COX PARK/AWAPUNI SCHOOL CYCLE AND WALKWAY

4 CONTRACT EW13/20 PAGE 2 PART B OTHER CONDITIONS OF CONTRACT SECOND : FORM OF CONTRACT AGREEMENT THIRD : FORM OF CONTRACTOR S PERFORMANCE BOND FOURTH : FORM OF PRINCIPAL S BOND FIFTH : FORM OF CONTRACTOR S BOND IN LEIU OF RETENTIONS SIXTH : FORM OF PRODUCER STATEMENT CONSTRUCTION SEVENTH : INFORMATION AS TO CONTRACT WORKS INSURANCE EIGHTH : INFORMATION AS TO PUBLIC LIABILITY INSURANCE NINTH : INFORMATION AS TO CONTRACTOR S CONSTRUCTION MACHINERY INSURANCE TENTH : INFORMATION AS TO CONTRACTOR S MOTOR VEHICLE INSURANCE ELEVENTH : INFORMATION AS TO CONTRACTOR S PROFESSIONAL INDEMNITY INSURANCE 2.3 ANNEXURES A : COST FLUCTUATION ADJUSTMENT B : GENERAL CONDITIONS APPLYING TO PRINCIPAL S BOND C : SUPPORTING INFORMATION D : TRAFFIC CONTROL E : OCCUPATIONAL HEALTH AND SAFETY F : CONSENTS AND LICENCES WHICH WILL BE OBTAINED BY PRINCIPAL G : GUARANTEES TO BE PROVIDED BY CONTRACTOR H : PERFORMANCE REPORT 3.0 SPECIFICATIONS (17 pages) 3.1 General Specifications Location of Contract Scope of Work Standard Specifications and Publications Hold Points Drawings Plans to be kept on Job Contractor to Inspect Site Consents Programme of Work Weekly Reports Site Establishment Site Clearing and Tidying on Completion Contract Quality Manager Contractor s Representative Existing Services Accessibility of Contractor Access by Others Health and Safety Safety Protective Clothing Accident Reporting Working within a Hazardous Site Protection of Public and Private Property and Services Workmanship Dust Control, Noise Control and Hours of Work Quality Management

5 CONTRACT EW13/20 PAGE General Quality Plan Quality Plan Requirements Job Inspections During Works On Completion or During Period of Defects Liability Reimbursements Contract Meeting Progress Payment and Final Claim Monthly Progress Claim Final Claim As-Built Information Practical Completion/Defects Liability Certificate Completion of the Contract Works Period of Defects Liability Statements to the Media Archaeological Discoveries Working Alongside Railway Geotechnical Report Materials Public Notification 3.2 TECHNICAL SPECIFICATION General Items Establish, Disestablish and Clean Up on Completion Survey and Setting Out Relocation of Services (Provisional Sum) Quality Assurance Testing & Checking Prepare and Implement Quality Plan Provide Quality Assurance Testing Site Clearance & Earthworks Strip topsoil to stockpile Excavate for concrete work Respread topsoil Bridge Foundations Boreholes to Founding Depth (Provisional Item) Driven Steel UC Section Piles Reinforced Concrete Abutments Bridge Superstructure Rock Rip Rap General Grading for Rock Rock Rip-Rap Placement 4.0 BASIS OF PAYMENT (4 pages) 4.1 General Establishment, Dis-establishment and Clean-up on Completion Survey and Setting Out Relocation of Service (Provisional Item) 4.2 Quality Assurance Testing and Checking Prepare and Implement Quality Plan Provide Quality Assurance Testing 4.3 Site Clearance and Earthworks Strip topsoil to stockpile

6 CONTRACT EW13/20 PAGE Excavate for concreting work Respread topsoil 4.4 Bridge Foundations Borehole to Proof Papa Level (Provisional Item) Establish piling rig on site Install 310UC118 Columns to 12.5m depth Drive Pile 310UC118 Columns Deeper than 12.5m (Provisional Item) 4.5 Reinforce Concrete Abutments Railwy Side Abutment Supply and Place 40 Mpa Concrete Supply and Place reinforcig Steel 4.6 Superstructure Construction Supply and Install Timber Footbridge 4.7 Rock Rip Rap Place Rock Protection Below Abutments (Incl. Filter Fabric) 4.8 Contingencies (Provisional Item) 5.0 APPENDICIES (29 pages) 5.1 Specification for Normal Concrete 5.2 Specification for Steel H Piles 5.3 Glue Laminated Timber Specification 5.4 PS1 Producer Statement 6.0 DRAWINGS (5 pages)

7 10 September 2013 Newspaper/s: Gisborne Herald Order No Section: Tenders Insertion dates: Thursday, 12 September 2013 Saturday, 14 September 2013 Waikanae Creek Pedestrian Bridge Construction Contract Nº EW13/15 Tenders are invited for the construction of a 22m single span laminated timber footbridge crossing Waikanae Creek near the abandoned BMX track at the end of Alfred Cox Park. Abutments are reinforced concrete on driven UC piles. Tender documents are available from Customer Service at the address below and on our website. A document fee will not apply. Tenders close 1pm Wednesday 2 October 2013.

8 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION TENDER DOCUMENTS

9 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION FORM OF TENDER I/We (the undersigned) hereby tender for CONTRACT Nº EW13/15 for WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION I/We confirm that we have inspected the site and examined the Tender Documents for the abovementioned works. Our tender is for the sum of: ($ ) (GST exclusive). Attached is a completed Schedule of Prices showing how we have calculated our tender sum. The % for on site overheads is The % for off site overheads and profit is % (Cl of the General Conditions) % (Cl of the General Conditions) The rate per working day is $ /day (Cl of the General Conditions) The variation processing fee is (subject to a ceiling: see Special Conditions of Contract) % (Cl of the General Conditions) Except as otherwise specified, this tender includes the supply of all plant and labour, the purchase and procurement of all materials and the performance of all services necessary to construct, complete and maintain the Contract Works described in the Drawings and Specifications. Unless and until a formal Agreement is prepared and executed, this Tender, together with written acceptance thereof, shall constitute a binding agreement between me/us. I/We further understand that no payment will be made until the Contract Agreement is signed by both Parties and, if successful, we will sign without delay. This tender is open for acceptance by the Principal for the period as stated in the Conditions of Tendering; otherwise for a period of 30 days from the closing date for tenders. I/We enclose herewith a cheque for the sum of $NIL being the required tender deposit. I/We acknowledge the receipt of the following Notices to Tenderers: (Circle all those received) Dated this day of 20

10 2 Tenderer's Name Tenderer's Signature Telephone: Tenderer's Designation Mobile: Fax: For and on behalf of: (Name of Firm) (Address of Firm) (GST Registration No.)

11 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION PREAMBLE TO SCHEDULE OF PRICES 1. The Schedule of Prices forms part of this contract and shall be read in conjunction with the Tender, the General and Special Conditions of Contract, the Specifications and the Drawings. 2. The unit rates are to be applied to the quantities cited to form the amount. 3. A price or rate shall be entered against each item in the Schedule, whether quantities are stated or not. Items against which no price is entered shall be considered to be covered by the other rates and prices in the Schedule. 4. Further to Conditions of tendering Clause an electronic copy of the Schedule of Prices is now available to tenderers. This electronic copy of the Schedule of Prices will be provided on request to all who have uplifted tender documents and can be obtained from the Consultant s representative ([email protected]) via . The Schedule of Prices is in Excel format and Tenderers will be able to enter their rates into relevant unlocked cells. Tenderers must use either the electronic Schedule or the appended copy of the Schedule contained in the Tender Documents.

12 GISBORNE DISTRICT COUNCIL CONTRACT No. EW13/15 CONTRACT FOR: Waikanae Creek Pedestrian Bridge Construction SCHEDULE OF PRICES (GST Exclusive) Item Description Quantity Unit Rate Amount 1 General Items 1.1 Establish, disestablish and clean up on completion 100% LS 1.2 Survey and setting out 100% LS 1.3 Relocation of services (Provisional Sum) 100% PS , Quality Assurance Testing & Checking 2.1 Prepare and implement Quality Plan 100% LS 2.2 Provide quality assurance testing 100% LS 3 Site Clearance and Earthworks 3.1 Strip topsoil to stockpile 4 m3 3.2 Excavate for concreting work 16 m3 3.3 Respread topsoil 4 m3 4 Bridge Foundations 4.1 Borehole to proof Papa level (Provisional Item) 100% LS 4.2 Establish piling rig on site 100% LS 4.3 Install 310UC118 Columns to 12.5m depth 5 EA 4.4 Drive piles 310UC118 columns deeper than 12.5m (Provisional Item) 5 m 5 Reinforced Concrete Abutments 5.1 Railway side abutment Page 1

13 5.1.1 Supply and place 40MPa concrete (incl formwork) 3.6 m Supply and place reinforcing steel 330 kg 5.2 Alfred Cox Park side abutment Supply and place 40MPa concrete (incl formwork) 2.8 m Supply and place reinforcing steel 250 kg 6 Superstructure Construction 6.1 Supply and Install Timber Footbridge 100% LS 7 Rock Riprap 7.1 Place rock protection below abutments (incl. filter fabric) 35 m3 8 Contingency Item 100% PS 8.3 Maintain grass (incl. watering) LS 100% 9 Contingency Item PS 100% 10, , TOTAL (GST Exclusive) Carried to Form of Tender Page 2

14 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION PREAMBLE TO SCHEDULE OF DAYWORKS RATES 1. This Schedule of Dayworks Rates forms part of this contract and shall be read in conjunction with the Tender, the General and Special Conditions of Contract, the Specifications and the Drawings. 2. A rate shall be entered against each and every item in the Schedule, irrespective of whether the plant is included in the Schedule of Plant Available. 3. Any item of plant included in the Schedule of Plant Available, which is not covered by one of the categories given shall be specified under Other miscellaneous plant and a rate included.

15 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION SCHEDULE OF DAYWORKS RATES (GST Exclusive) Plant Item Comment Year Make/ Model Capacity/ Weight Rate (Working) Labour (not associated with operating plant) (a) Foreman (b) Labourer

16 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION SCHEDULE OF PLANT AVAILABLE 1. The Tenderer shall insert on the form below all plant which will be available for exclusive use on this contract should the company be awarded the contract. 2. The plant commitment made on this schedule may be taken into account when assessing attribute 4. Appropriate Resources on the Schedule of Supporting Information. Plant Item Comment Year Make/Model Capacity/ Weight 9. Other Plant (state)

17 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION SCHEDULE OF MATERIALS The Tenderer shall insert on the form below the source and grading of materials on which the tender is based. Item Description Unit Rate Source Note: Above rates are GST exclusive

18 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION SCHEDULE OF PROPOSED SUB-CONTRACTORS It is proposed to employ the following sub-contractors on this contract: Sub-Contractor s Name Work to be Undertaken Value of Work and these names are submitted for approval as required by Clause of the Conditions of Contract. With respect to Section 4 of the General Conditions of Contract, all material suppliers are deemed to be sub-contractors.

19 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION SCHEDULE OF TENDERER S CURRENT COMMITMENTS Tenderer's Current Work The Tenderer shall list current work being carried out by the Tenderer at the date of submitting the attached tender: Principal Project Name Contract Value Completion Date Outstanding Tenders The Tenderer shall list outstanding tenders for which advice of acceptance is awaited at the time of submitting the attached tender: Principal Project Name Approximate Contract Value Completion Date

20 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION SAFETY DECLARATION FOR CONTRACTORS 1. I the undersigned as THE CONTRACTOR will take all necessary precautions in connection with any work for Council in order to ensure the safety, health and welfare of the personnel of THE CONTRACTOR and third parties. I acknowledge Council has a strong commitment to safety and confirm I have read, agree with, and support Council's safety requirements (appended). 2. Any failure by THE CONTRACTOR to comply with the safety requirements will be regarded as a breach of contract. GISBORNE DISTRICT COUNCIL shall be entitled to immediately suspend THE WORK at THE CONTRACTOR'S expense until any such failure has been remedied. 3. GISBORNE DISTRICT COUNCIL have identified the following hazards : Vehicular traffic (including trains) Construction plant and machinery Underground and overhead services Noise Steep, slippery or uneven terrain Stream or other waterways Dust Potential vandalism or break-ins 4. In addition to the above hazards identified by GISBORNE DISTRICT COUNCIL, I identify the following hazards : FULL NAME : SIGNED : DATE : TRADING NAME :

21 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 1.0 CONDITIONS OF TENDERING

22 1.0 Conditions of Tendering Page CONDITIONS OF TENDERING The conditions of tendering shall be NZS3910:2003 : Conditions of Contract for Building and Civil Engineering Construction : CONDITIONS OF TENDERING, except where modified below: SCHEDULE TO CONDITIONS OF TENDERING Contract for EW13/15: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION The conditions of tendering are those set out in NZS 3910:2003. Clause numbers refer to conditions of tendering clauses Delete and replace with: A document fee is not required on uplifting tender documents (a) An appointment to view the Site shall be made (b) No appointment need be made to view the Site Add: Questions in relation to the tender documents shall be conveyed in writing to: The Group Manager Engineering and Works Gisborne District Council Attention: Ms Kylie Cranston By 1pm five days before tender closing date Delete and replace with: Tenders shall be based on the Tender Documents and will be interpreted as relating to the Tender Documents unless clearly endorsed otherwise. Tenders submitted subject to endorsement will be considered accordingly Delete and replace with: Tenders will close at the Gisborne District Council s Administrative Office, Fitzherbert Street (PO Box 747), Gisborne at 1pm on Wednesday 2 October Tenders are to be enclosed in a sealed envelope addressed to: The Tender Box Gisborne District Council PO Box 747 Gisborne The envelope (and courier pack, if applicable) shall be marked in the top left hand corner: Tender for Contract EW13/15: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION The tender deposit is to be included in the tender envelope Delete and replace with: However delivered the tender must be at the place for closing before the closing time. Late tenders, faxed or ed tenders will not be accepted. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

23 1.0 Conditions of Tendering Page Delete and replace with: Tenders shall be fully completed on the Form of Tender and extra copy of the Tender Schedules provided and shall include: (a) Form(s) of Tender including GST registration number if applicable. (b) Tender deposit (c) Schedules of Prices (and summary where applicable) (d) Schedule of Dayworks Rates (e) Schedule of Plant Available (f) Schedule of Materials (g) Schedule of Proposed Sub-Contractors (h) Schedule of Tenderers Current Commitments (i) Safety Declaration for Contractors (j) Information in accordance with the Schedule of Supporting Information (k) Proposed Surety for Contract Bond (if applicable) (l) The % for on site overheads (m) The % for off site overheads and profit (n) The rate per working day to be used where applicable (o) Key information on the insurance cover which the Contractor proposes to provide The tender deposit shall be $NIL lodged with the tender by crossed cheque made payable to the Gisborne District Council. If a tenderer withdraws his tender at any time within the tender validity period and prior to acceptance, the tender deposit shall be forfeited. The Contractor s deposit shall be refunded with the first progress payment. Other deposits will be returned within either ten days of acceptance, or within one month of the closing date, whichever is earlier. The deposits will be held in trust by the Engineer, and no interest will be payable Delete and replace: If the tender contains any error in extension of unit rates or in summation of items such as to vary the tendered sum, and the Principal or its agent becomes aware of the error prior to acceptance of any tender, then the Principal or its agent shall draw the error to the attention of the tenderer whose tender contains the error. The Principal or its agent shall adjust the unit rates after consultation with the tenderer to agree with the tendered sum as shown on the Form of Tender. The adjusted rates shall become the contract rates for payment. If agreement cannot be reached, then the tender may be rejected Add new clause: Tenders will be opened in public at the Council s Administrative Centre, Fitzherbert Street, Gisborne at 1pm on the closing date Add: If the tendered schedules contain any item where no rate or extension has been inserted by the tenderer, it shall be assumed that the inserted rate is nil and that the tenderer has included the costs of undertaking this item in the other inserted rates Add: Where only one conforming tender is received, the tendering authority may negotiate with the tenderer but shall not accept a negotiated price that exceeds the tendered price. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

24 1.0 Conditions of Tendering Page Delete and replace with: The validity period of this tender is three months from date of opening. If no tender has been accepted within the tender validity period the Principal will notify tenderers whether their tenders are still under consideration, and if so will request tenderers to extend the validity period to suit. 108 Add new Tagged Tenders Tags that may be of long term benefit to the Principal are to be evaluated, solely at the discretion of the Principal, as to their acceptability and cost implication. The tenderer will be requested to remove all unacceptable tags and shall not be allowed to amend his tender price. Refusal to remove tags may result in the tender being rejected. If a tenderer refuses to remove the tag and the tender is not rejected, it may be evaluated and an alternative tender adjusted price determined by the Principal. If the consequence of the tag is unacceptable to the Principal, the tender will be considered to be non-conforming and will be rejected Alternative Tenders - Either: Alternative tenders will not be accepted; OR: Tenderers may submit alternative tenders which meet the same objectives as the tender specification, but which may allow the Contract Works to be provided in a more economic, cost effective or efficient manner. Only alternative tenders which are within the scope of the request for tenders, and which meet the requirements shall be considered. Tenders varying the duration of the contract shall only be considered where the request for tenders specified that such variations were acceptable, and advised how they would be evaluated. The duration of term maintenance contracts may not be varied (see Special Conditions of Contract 2.5). The tender amount for the alternative tender is to be inserted on the appropriate form of tender provided. The Principal shall not be bound to accept any alternative tender. The onus shall be on the tenderer to provide sufficient information with the tender to allow the tender to be evaluated. Failure to provide sufficient information shall be grounds for rejecting the alternative tender. In addition to the items listed above, alternative tenders shall include at least the following: (a) (b) (c) (d) (e) A statement identifying the points of difference between the alternative and non-alternative tender. Materials or method specifications, in cases where it is intended to utilise materials or methods for which no specification has been given in the tender document. A statement describing the design essentials, including preliminary drawings and the name and professional qualification of the designer, in cases where the alternative tender involves an alternative design. A proposal for dealing with interim payments, in cases where the schedules of quantities given in the tender documents are not applicable to the alternative tender. Name of client and location where the alternative has previously been used. 109 Add new 109 Tender Evaluation Tenders shall conform to and be evaluated in accordance with the current issues of New Zealand Transport Agency s Contract Procedures Manual (SM012) Tenders will be evaluated by the Lowest Price Conforming Tender method. This tender evaluation process will be conducted in two stages as follows: (a) The first stage shall consist of ranking tenders in ascending order based on prices. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

25 1.0 Conditions of Tendering Page 4 (b) (c) The second stage shall consist of determination of tender acceptability when assessed against each of the non-price attributes defined in the Supporting Information contained within these documents (Annexure C); The consultant s completion report on past contracts. Determination of acceptability shall commence with the lowest priced tender and shall cease when the first acceptable tender is determined. Each attribute shall be scored on a pass/fail basis. Any attribute which scores a fail may exclude that tender from further consideration for NZ Transport Agency subsidised works. A fail may also exclude that tenderer being considered further for work unsubsidised by NZ Transport Agency Evaluation of Alternative Tenders (Where Alternative Tenders are Allowed) Alternative tenders shall be evaluated in two stages as follows, after the evaluation of non-alternative tenders has been completed: (a) (b) (c) The first stage shall consist of determining tender acceptability when judged on technical competence and assessed against the non-price attributes. Each attribute shall be scored on a pass/fail basis. Any attribute which scores a fail will exclude that tender from further consideration. The second stage shall consist of assessing the difference in the present value of the end result offered by the preferred (lowest priced) non-alternative tender and each of the alternative tenders. The alternative tender price shall then be adjusted by this amount. Each of the adjusted alternative tender prices shall then be compared with the preferred nonalternative tender price to determine the best tender. If the preferred non-alternative tender remains the best tender following the evaluation of alternative tenders then only this tender will be accepted. The Principal shall not be bound to accept any alternative tender The Principal is not obliged to award a contract in response to this tender. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

26 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 2.0 CONDITIONS OF CONTRACT

27 2.0 Conditions of Contract Page GENERAL CONDITIONS OF CONTRACT The General Conditions of Contract shall be NZS3910:2003 : Conditions of Contract for Building and Civil Engineering Construction, as modified by the First Schedule (the Special Conditions of Contract) as follows: Part A : Specific Conditions of Contract Part B : Other Conditions of Contract These General Conditions may be inspected at the Gisborne District Council. 2.2 SCHEDULES TO GENERAL CONDITIONS OF CONTRACT FIRST SCHEDULE : SPECIAL CONDITIONS OF CONTRACT is included. SECOND SCHEDULE : CONTRACT AGREEMENT is included. THIRD SCHEDULE : FORM OF CONTRACTOR S PERFORMANCE BOND is deleted. FOURTH SCHEDULE : FORM OF PRINCIPAL S BOND is deleted. FIFTH SCHEDULE : FORM OF CONTRACTOR S BOND IN LIEU OF RETENTIONS is deleted. SIXTH SCHEDULE : FORM OF PRODUCER STATEMENT is included SEVENTH SCHEDULE : INFORMATION AS TO CONTRACT WORKS INSURANCE is deleted. EIGHTH SCHEDULE : INFORMATION AS TO PUBLIC LIABILITY INSURANCE is included. NINTH SCHEDULE : INFORMATION AS TO CONTRACTOR S CONSTRUCTION MACHINERY INSURANCE is deleted. TENTH SCHEDULE : INFORMATION AS TO CONTRACTOR S MOTOR VEHICLE INSURANCE is included. ELEVENTH SCHEDULE : INFORMATION AS TO CONTRACTOR S PROFESSIONAL INDEMNITY INSURANCE is included. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

28 2.0 Conditions of Contract Page 2 FIRST SCHEDULE SPECIAL CONDITIONS OF CONTRACT (Clause numbers refer to General Conditions) PART A SPECIFIC CONDITIONS OF CONTRACT 1.2 The Principal is the Gisborne District Council, Fitzherbert Street (PO Box 747), Gisborne, represented by the Group Manager Engineering and Works. (a) There are Separable Portions as set out in the following parts of the Contract Documents: (b) There are no Separable Portions in this contract This contract is a: (a) Lump sum contract; (b) Measure and value contract; (c) Cost reimbursement contract. 2.5 This contract is: (a) A construction contract in public roads; (b) A term maintenance contract (including a road maintenance contract); (c) Neither a construction contract in public roads nor a term maintenance contract This contract is: (a) A local authority contract; (b) Not a local authority contract; Clauses B1 and B2 of Appendix B: (a) Shall apply to this contract; (b) Shall not apply to this contract (a) A safety plan for the Site: (a) Is required, as set out in the following parts of the Contract Documents: (b) Clause Is not required (b) A traffic management plan: (a) Is required (if traffic is disrupted during delivery of superstructure or materials), as set out in the following parts of the Contract Documents: (b) Clause Is not required. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

29 2.0 Conditions of Contract Page Formation of this contract shall be by written acceptance by the Principal of the tender: (a) Without the execution of a formal Contract Agreement. (b) Followed by the execution of a formal Contract Agreement as described in (a) (c) 2 sets of Contract Documents shall be supplied free of charge to the Contractor upon the acceptance of tender in addition to tender, consent, and Contract Agreement sets. No additional sets of Contract Documents will be supplied. 2.9 This clause does/does not apply sets of Contract Documents shall be supplied free of charge to the Engineer upon the acceptance of tender in addition to tender, consent, and Contract Agreement sets. A Contractor s bond: (a) (b) Is required; Is not required. 1.1 The Contractor s bond shall be for the sum of $ A Contractor s Bond is not required A Principal s bond: (a) (b) Is not required; Is required and the surety shall be 1.2 The Principal s bond shall be for the sum of $ The Contractor is/ is not responsible for design of the bridge superstructure as specified in Clause The Contractor shall be given possession of the Site on: (a) (b) The Date of Acceptance of Tender; Other date (specify) The Principal will not arrange right of entry on adjoining properties Fulton Hogan Limited is the Roading Maintenance and Utilities Contractor for the City Separate Contractors will be carrying out routine park maintenance. The Contractor shall allow unhindered access to others for routine maintenance (g) (a) (b) Risks specifically excepted are (specify) There are no excepted risks other than those in the General Conditions. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

30 2.0 Conditions of Contract Page The Principal will not pay advances The Contractor shall provide the works programme within ten days from the date of acceptance (a) (i) (ii) (b) The Contractor is to be responsible, for and on behalf of the Principal, for obtaining project information memoranda, building consents and code compliance certificates under the Building Act 2004 for the carrying out of the following parts of the Contract Works to which Appendix D applies. There are no parts of the Contract Works to which Appendix D applies Quality management systems: (a) Are required and details shall be submitted within ten days from the date of acceptance. (b) Are not required (a) (a) As-built drawings are required. (b) As-built drawings are not required (b) (a) Operation and maintenance manuals are required. (b) Operation and maintenance manuals are not required The Engineer is the Group Manager Engineering and Works, Gisborne District Council, who for the time being is Mr P D Higgs (PO Box 747, Gisborne). 8.1 and 8.6 (a) The Contractor shall insure as provided in 8.1; (b) The Principal shall insure as provided in or The amount of the insurance to be effected in respect of the Contract Works and Materials shall be for not less than the sum of the following: (a) (b) (c) (d) The Contract Price, after the acceptance of the tender or other offer, excluding any additions or deductions which may be required to be made during the course of the contract; For the Cost of demolition, disposal and preparation for replacement work, the sum of: (i) 5 % of the Contract Price as described in (a) above; or (ii) % of the Contract Price as described in (a) above; or (iii) $ For professional fees including the Cost of clerks of works and inspectors, the sum of: (i) 5 % of the Contract Price as described in (a) above; or (ii) % of the Contract Price as described in (a) above; or (iii) $ The value of items incorporated, or to be incorporated, in the Contract Works, the Cost of which is not included in the Contract Price, the sum of $ PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

31 2.0 Conditions of Contract Page 5 (e) For increased construction Costs not already provided for in the Contract Price during the period from the acceptance of the tender or other offer until the issue of the Defects Liability Certificate for the Contract Works, the sum of: (i) 5 % of the Contract Price as described in (a) above; or (ii) % of the Contract Price as described in (a) above; or (iii) $ The insurance shall make provision for automatic change of cover for items (a) and (e) above, to provide insurance for any additions to or deductions from the Contract Price which occur after acceptance of the tender or other offer Contractor s Plant insurance is (a) required for each item of construction machinery on the Site owned by the Contractor that has a market value of more than: $50,000; or (b) not a contractual requirement. The Contractor is advised to obtain expert advice on the advisability of insuring plant. 8.3 and 8.7 (a) The Contractor shall insure as provided in 8.3; (b) The Principal shall insure as provided in or Public liability insurance shall be effected for an amount not less than $2,000, Motor Vehicle insurance is not required. Motor vehicle third party liability insurance shall be effected for an amount not less than $1,000,000. Evidence of this insurance is not required by the Principal (a) (b) Professional indemnity insurance for design by the Contractor shall be effected for an amount not less than $2,000, Professional indemnity insurance for design by the Contractor is not required The existing structures are: (i) (ii) (iii) 8.6 For the insurance policies required under the following clauses: The insurers are: (a) N/A (b) N/A The deductibles are: (a) N/A (b) N/A The exclusions and other limitations, if any, are: (a) N/A (b) N/A PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

32 2.0 Conditions of Contract Page For the insurance policy required under clause 8.7: The insurers are: The deductibles are: The exclusions and other limitations, if any, are: Amount of liability insurance cover under clause 8.7 for any one claim or series of claims arising out of the same occurrence: $ The periods to be used for calculating the Due Date for Completion are: (a) In respect of the Contract Works 7 Weeks (b) In respect of Separable Portions (i) : Weeks (ii) : Weeks (iii) : Weeks (b) (as amended by Appendix B3) (a) Allowance for inclement weather 10 Working Days. (b) No allowance for inclement weather Prior to the issue of the certificate of Practical Completion: (a) A producer statement in the form of the Sixth Schedule is required; AND (b) Producer statements are required as set out in the following parts of the Contract Documents: (i) Specification Clause (ii) (iii) (c) A producer statement is not required (a) (b) (a) (b) No liquidated damages provided, actual damages may be recovered from the Contractor. Liquidated damages shall be applied as follows: (a) In respect of the Contract Works $295 per Week; (b) In respect of Separable Portions: (i) : $ per Week (ii) : $ per Week (iii) : $ per Week A bonus shall not be payable. A bonus shall be paid as follows: (a) In respect of the Contract Works $ per Week; (b) In respect of Separable Portions: (i) : $ per Week (ii) : $ per Week (iii) : $ per Week The Period of Defects Liability shall be: (a) In respect of the Contract Works 52 Weeks; (b) In respect of Separable Portions: (i) : $ per Week (ii) : $ per Week (iii) : $ per Week PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

33 2.0 Conditions of Contract Page 7 Prior to the issue of the Defects Liability Certificate: (a) A producer statement in the form of the Sixth Schedule is required; (b) Producer statements are required as set out in the following parts of the Contract Documents: (i) (ii) (iii) (c) (a) (b) A producer statement is not required. The Contractor shall provide guarantees as set out below: No guarantees are required The form of guarantee shall be in the form annexed as the Schedule (b)(iv) (a) Advances for Temporary Works, Plant, or Materials not yet on Site shall be made to the Contractor in accordance with: (i) The following conditions: (b) (c) (ii) The conditions attached in Advances for Temporary Works, Plant or Materials not yet on Site shall not be made to the Contractor. No advances payable The percentage to be retained from each progress payment and the limit of the total sums retained shall be: (a) 5% of the total work and this shall not be reduced on completion. (b) The above retention is subject to a ceiling of $20,000 and (c) Where there are Separable Portions each will be accounted for separately insofar as retention is concerned. (d) No retentions will be withheld No retentions will be withheld (a) Bonds will not be accepted in lieu of retentions. (b) Bonds will be accepted in lieu of retentions Cost fluctuation adjustments: (a) Shall not be paid; (b) Shall be paid in accordance with Appendix A (which is part of NZS The indices shall be as follows: - Labour Cost Index, use Series Ref. SG51E9 (Table 4.03) (Salary & Wages; Construction) - Producers Price Index, use Series Ref. SNE (Table 6.08) (Inputs; Construction) (c) Shall be paid as set out in the Schedule (a) (b) (c) Provisional Sums, if any, are included in the schedule of quantities; There is no schedule of quantities and the Provisional Sums included in the contract are: (i) : $ (ii) : $ (iii) : $ (iv) : $ There are no Provisional Sums. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

34 2.0 Conditions of Contract Page (b) Delete this clause (a) Prime Cost Sums, if any, are included in the schedule of quantities; (b) There is no schedule of quantities and the Prime Cost Sums included in the contract are: (i) : $ (ii) : $ (iii) : $ (iv) : $ (c) There are no Prime Cost Sums The contingency sum (if any) included in the contract is shown in the schedule of prices This clause applies and the Principal shall issue the payment schedule in the form of a GST Invoice; OR Delete this clause, and the Contractor shall submit his claim in the form of a GST Invoice Add (d) The Contractor failing to provide the level of insurance offered in their tender For the purpose of service of payment claims or notices, the postal address of: (a) The Principal is that given in clause 1.2 (b) The Engineer is that given in clause (c) The Contractor is that given in the Form of Tender in the Tender Documents. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

35 2.0 Conditions of Contract Page 9 FIRST SCHEDULE SPECIAL CONDITIONS OF CONTRACT (Clause numbers refer to General Conditions) PART B OTHER CONDITIONS OF CONTRACT 1.2 Definitions: Variation. Add to end: A variation is only a Variation if it is in writing, stated to be a Variation, and signed by the Engineer Delete (a) and replace with the following: (a) Prior to practical completion, the Contractor shall submit to the Engineer for approval the asbuilt drawings and operation and maintenance manuals which the Contractor has been preparing and finalising continuously during the course of the contract. The Contractor shall provide advice and assistance to the Principal and engineer wherever shortcomings in the as-built drawings and manuals make this necessary Delete (b) and replace with the following: (b) Prior to the end of the period of defects liability, the Contractor shall submit to the Engineer for his/her approval, the updated as-built drawings and operational manuals taking into account any work carried out after practical completion, and any comments, corrections or further information required by the Engineer for his/her approval Add to end of clause: It shall be sufficient if the Engineer is named as being the holder for the time being of a specific office (b) Add at the beginning: The issuing and valuing of Variations, Delete: an order in writing from and replace with a written Variation order signed by Delete from 4 th line of the clause: or as soon as practicable thereafter and replace with and in any event, before commencing the work, Delete from 3rd line of the clause: or as soon as practicable thereafter and replace with and in any event, before commencing the work, Add to end of clause:, provided that the written record specifically quotes the relevant clause by number, e.g. The Contractor gave a clause Notice that Delete the whole clause and replace with: The value, or method of valuing, each Variation shall be determined by agreement between the Contractor and Engineer and recorded on the written Variation order before work commences. This may be an agreed Lump Sum, or an agreed rate subject to a quantity to be confirmed by measurement, a combination of these, or it may be an agreement that it be valued according to this clause 9.3. If the Variation is based on an agreed lump sum or agreed rate or combination thereof, then it shall be deemed that the lump sum and/or rate includes profit; and if the net effect of the Variation entitles the Contractor to an Extension of Time, then it shall be deemed that the lump sum or rate also includes compensation for time based cost. If a written Variation Order is issued without specifying a value, or method of valuing, then the value shall be determined by the Engineer in accordance with this clause 9.3. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

36 2.0 Conditions of Contract Page Add to clause: For removal of any doubt, nothing in this clause is to be interpreted as allowing the Contractor to proceed with any variation before the written Variation order, signed by the Engineer, has been issued (a) Insert into 4 th line: allowance for profit. If the Variation order was valued by agreement between the Contractor and Engineer, either by lump sum, or by rate, or both, then it shall be deemed that the agreed lump sum or rate includes profit and compensation for time based cost. In this case no further compensation will be paid. To the extent that Add at the beginning of the clause: If the Variation order has been valued by agreement between Contractor and Engineer, then it shall be deemed that the agreed value includes the cost of processing the Variation. In this case no further compensation will be paid if the Variation proceeds. If the Variation does not proceed, then the Contractor shall be entitled to the reasonable cost of processing the Variation. If this reasonable cost has not already been agreed, then it shall be calculated as follows. If the conditions Add after the first sentence of the clause subject to a $1,000 ceiling. If the Contractor expects that the Variation processing fee as calculated will exceed this ceiling, he should notify the Engineer before commencing with any processing and should only continue if the Engineer has specifically authorised the increased amount Add to clause: confirm such notification in writing, quoting this clause by number e.g. This is a clause Notice that Add to clause: The Contractor shall not commence any work in respect of such conditions unless or until the Engineer has issued a Variation order, or until the matter is otherwise resolved. If the Contractor commences any work without a Variation order, then it shall be deemed that all the conditions encountered by the Contractor in the course of such work as is completed in the absence of, or up to, the issue of a Variation order are not Unforeseen Physical Conditions (b) Add with the progress of the works, occurring prior to the due date for completion, or (a) Add to clause: extension The Contractor notifies the Engineer in writing that it claims an (b) Delete:..., or as soon as practicable thereafter; Delete opening paragraph and replace with the following: Practical completion is that stage in the execution of the work under the contract when the contract works or any separable portion, including as-built drawings and/or manuals where required, are final and complete except for minor omissions and minor defects. (a), (b) & (c) remain unchanged (b) Delete whole paragraph. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

37 2.0 Conditions of Contract Page 11 SECOND SCHEDULE FORM OF CONTRACT AGREEMENT CONTRACT FOR: EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION THIS AGREEMENT is made on 20 BETWEEN ( the Contractor ) and the GISBORNE DISTRICT COUNCIL, a Corporation constituted under the provisions of the Local Government Act, of Gisborne ( the Principal ). IT IS AGREED as follows: 1. THE Contractor shall carry out the obligations imposed on the Contractor by the Contract Documents. 2. THE Principal shall pay the Contractor the sum of $ or such greater or less sum as shall become payable under the Contract Documents together with Goods and Services Tax at the times and in the manner provided in the Contract Documents. 3. EACH party shall carry out and fulfil all other obligations imposed on that party by the Contract Documents. 4. THE Contract Documents are this Contract Agreement and the following which form part of this agreement: (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r) Notification of Acceptance of Tender Form of Tender Preamble to Schedule of Prices Schedule of Prices Preamble to Schedule of Dayworks Rates Schedule of Dayworks Rates Schedule of Plant Available Schedule of Materials Schedule of Proposed Sub-Contractors Schedule of Tenderer s Current Commitments Safety Declaration for Contractors Notices to Tenderers Conditions of Tendering Conditions of Contract Specifications Appendices Drawings Additional Documents as follows: (i) PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

38 2.0 Conditions of Contract Page 12 EXECUTED by ) in the presence of: ) ) Authorised Signatory ) ) ) ) Authorised Signatory in the presence of: Witness Signature Witness Name Witness Occupation Witness Address EXECUTED by GISBORNE DISTRICT COUNCIL ) by Judy Ellen Campbell ) ) in the presence of: Chief Executive Witness Signature Witness Name Witness Occupation Witness Address PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

39 2.0 Conditions of Contract Page 13 SIXTH SCHEDULE FORM OF PRODUCER STATEMENT - CONSTRUCTION ISSUED BY: (Contractor) TO: (Principal) IN RESPECT OF: (Description of Contract Works) AT: (Address) has contracted to (Contractor) (Principal) to carry out and complete certain building works in accordance with a contract, titled ( the contract ) (Project) I a duly authorized representative of (Duly Authorised Agent) (Contractor) believe on reasonable grounds that has carried out and completed (Contractor) All Part only as specified in the attached particulars of the building works in accordance with the contract. Date: (Signature of Authorised Agent on behalf of) (Contractor) (Address) PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

40 2.0 Conditions of Contract Page 14 EIGHTH SCHEDULE INFORMATION AS TO PUBLIC LIABILITY INSURANCE To Whom It May Concern: From: (Name of insurance company) (Branch) (Address) We confirm having effected public liability insurance for: (The Contractor) (The Principal) In respect of: EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION (Project Title) Annual policy Policy expiry date: Yes / No The limit of indemnity $ (Plus GST) Sub limit insured for vibration, removal or weakening of $ (Plus GST) support Deductible is (GST inclusive) $ Deductible for vibration, removal or weakening of (GST inclusive) $ support We advise that additional terms, copy attached, have been specifically applied to this project The policy covers liability arising out of: The ownership / use of construction machinery not required to be registered for road use The use of hired plant The ownership / use of watercraft up to 8 m The ownership / use of aircraft The use of explosives Yes / No Yes / No Yes / No Yes / No Yes / No Yes / No 8.5.3, Policy cover terms included are: (a) Automatic reinstatement Yes / No (b) No cancellation for non-payment without prior notification Yes / No (c) Severally insured Yes / No (d) No settlement delay due to exercise of subrogation Yes / No PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

41 2.0 Conditions of Contract Page 15 We undertake that this policy will not be cancelled or amended by us without written advice to the insured party which has arranged the insurances. The insurance issued is subject to the terms and conditions of the policy. We do not warrant that this policy complies with the requirements of NZS 3910:2003. Insurance Company Stamp Date (Or name of insurance broking company confirming cover) SIGNED BY SIGNATORY TITLE (Clause numbers refer to NZS 3910:2003 and are for information only) PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

42 2.0 Conditions of Contract Page 16 TENTH SCHEDULE INFORMATION AS TO CONTRACTOR S MOTOR VEHICLE INSURANCE To Whom It May Concern: From: (Name of insurance company) (Branch) (Address) We confirm having effected motor fleet insurance for: (The Contractor) (The Principal) In respect of: EW13/15: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION (Project Title) Annual policy Policy expiry date: Yes / No The sums insured are: Section 2 - liability $ (Plus GST) The policy deductibles are: Section 2 (GST inclusive) $ We advise that special terms, copy attached, have been applied to this policy Yes / No Policy cover terms included are: (a) Automatic reinstatement Yes / No (b) No cancellation for non-payment without prior notification Yes / No (c) No settlement delay due to exercise of subrogation Yes / No We undertake that this policy will not be cancelled or amended by us within the period of insurance without written advice to the insured party which has arranged the insurances. The insurance issued is subject to the terms and conditions of the policy. We do not warrant that this policy complies with the requirements of NZS 3910:2003. Insurance Company Stamp Date (Or name of insurance broking company confirming cover) SIGNED BY SIGNATORY TITLE (Clause numbers refer to NZS 3910:2003 and are for information only) PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

43 2.0 Conditions of Contract Page 17 ELEVENTH SCHEDULE INFORMATION AS TO CONTRACTOR S PROFESSIONAL INDEMNITY INSURANCE To Whom It May Concern: From: (Name of insurance company) (Branch) (Address) We confirm having effected professional indemnity insurance for: (The Contractor) (The Principal) Annual policy Policy expiry date: Yes / No The limit of indemnity $ (Plus GST) Deductible (GST inclusive) $ The policy covers: The number of automatic reinstatements We advise that additional terms, copy attached, have been specifically applied to this project Yes / No We undertake that this policy will not be cancelled or amended by us within the period of insurance without written advice to the insured party which has arranged the insurances. The insurance issued is subject to the terms and conditions of the policy. We do not warrant that this policy complies with the requirements of NZS 3910:2003. Insurance Company Stamp Date (Or name of insurance broking company confirming cover) SIGNED BY SIGNATORY TITLE (Clause numbers refer to NZS 3910:2003 and are for information only) PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

44 2.0 Conditions of Contract Page ANNEXURES ANNEXURE A (COST FLUCTUATION ADJUSTMENT) is deleted. ANNEXURE B (GENERAL CONDITIONS APPLYING TO PRINCIPAL S BOND) is deleted. ANNEXURE C (SUPPORTING INFORMATION) is included. ANNEXURE D (TRAFFIC CONTROL) is included. ANNEXURE E (OCCUPATIONAL HEALTH AND SAFETY) is included. ANNEXURE F (CONSENTS AND LICENCES WHICH WILL BE OBTAINED BY THE PRINCIPAL) is included. ANNEXURE G (GUARANTEES TO BE PROVIDED) not applicable. ANNEXURE H (PERFORMANCE REPORT) is deleted. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

45 2.0 Conditions of Contract Page 19 ANNEXURE C SUPPORTING INFORMATION In accordance with the Conditions of Tendering, Tenderers are required to provide information based on the three non-price attributes defined below in the support of their Tender. 1. Relevant Experience: The Tenderer's previous experience, particularly in technical areas comparable to this Contract. Tenderers shall include a statement of knowledge of local conditions and of appropriate works. Where sub-contractors are proposed to be engaged, a statement of their relevant experience shall also be supplied. Of particular importance is the Tenderer s previous experience in constructing timber footbridges. Where possible, the Tenderer shall include photographs of footbridges of a similar design to the one proposed for use on this contract. For newly formed firms, state the name of the company in which the experience is claimed, the person concerned, and his/her responsibility in the project. Where staff named in this Tender were not involved in projects detailed, comment on extent to which relevant experience will benefit this contract. 2. Technical Skills: The ability of the personnel the Tenderer proposes to employ, with particular regard to their skills and experience, particularly in technical areas applicable to this Contract. Tenderers shall nominate the following key personnel to be employed on the contract works. These details shall include a brief resume of each person's experience and qualifications that clearly demonstrate that their experience and skills are compatible with the project. (i) Contractor's Representative: Refer Clause 5.2 of NZS3910:2003 General Conditions of Contract. (ii) Contract Manager: (ii) Site Manager: (iii) Safety Supervisor: Responsible for the overall management of the contract works. Responsible for the site works for the contract. Responsible for ensuring that the requirements of the Health and Safety in Employment Act are complied with. 3. Methodology: The procedures and equipment the Tenderer proposes to use to achieve the specified end result. Tenderers are reminded that each attribute shall be scored on a pass/fail basis. Any attribute which scores a fail will exclude that tender from further consideration. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

46 2.0 Conditions of Contract Page 20 ANNEXURE D TRAFFIC CONTROL The Contractor shall be responsible for traffic control through the works at all times. Traffic control and signs layout shall comply specifically with Temporary Traffic Management for Local Roads - Supplement to Transit New Zealand COPTTM: 1 st Edition September 2005, the relevant requirements of which shall be mandatory. Copies may be purchased from the Roading Engineer. The Contractor shall ensure that traffic signs, barricades and lighting are checked each morning and at the end of each working day, inclusive of weekends and public holidays, and any deficiencies found shall be made good immediately. Failure to provide adequate traffic control (inclusive of delineation cones, stop/go control and night lights), can result in suspension of the works and/or provision of the necessary control by Council at the Contractor's expense. The Contractor shall notify the Police, NZ Fire Service and St John Ambulance Association where the road will be blocked completely at any stage or where traffic flow will have restricted movement. During the working day, through traffic may be excluded only at the discretion of the Engineer. Reasonable access shall be afforded residents to their properties and to businesses in the street at all times. Vehicular access to properties shall be temporarily restored each night before the Contractor leaves the work site. When lime or cement is used Lime (cement) Splashes : Wash Car Today signs must be displayed in addition to above requirements. No traffic is to be delayed more than five minutes at any time. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

47 2.0 Conditions of Contract Page 21 ANNEXURE E OCCUPATIONAL HEALTH AND SAFETY Care shall be taken to ensure that practices and procedures recognise and take full account of the need to protect the health and safety of the public as well as the Contractor s employees. Any practices or procedures endangering public health or safety will be viewed seriously and may be grounds for terminating the contract. Where excavation takes place, an effective barricade must be erected immediately work commences and maintained until the surface is adequately restored. The Contractor shall in execution of the work comply with: (a) (b) the Health & Safety in Employment Act 1992 and Amendments; and the Safety Requirements Applicable to Work for Gisborne District Council (attached). The Contractor is assumed to be familiar with all the above requirements and the implications thereof for the execution of the work. The Contractor shall complete and sign the Safety Declaration for Contractors included in the tender documents. Failure by the Contractor to comply with the requirements specified herein shall be regarded as a breach of this contract. In the event of default, the Gisborne District Council shall be entitled to immediately suspend the work at the Contractor's expense until any such failure has been remedied. This provision is in addition to the remedies detailed in Section 13 of the General Conditions. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

48 2.0 Conditions of Contract Page 22 SAFETY REQUIREMENTS APPLICABLE TO WORK FOR GISBORNE DISTRICT COUNCIL 1. Responsibility 1.1 The Contractor shall in the execution of the work be fully responsible for compliance with: (a) (b) (c) relevant local and national laws and regulations; local and national standards or codes of practice whichever are the more stringent unless specified otherwise; the Council's regulations. 1.2 The Contractor shall be fully responsible for supervision of his/her personnel to ensure that they strictly adhere to all applicable safety requirements. 1.3 The Contractor's representative shall be responsible for co-ordinating the Contractor's safety activities. He/she and the Council's representative shall be the focal points for all safety matters. 2. Recruitment, Training and Key Personnel 2.1 The Council may, if it so wishes, monitor the Contractor's staff recruitment criteria. The Contractor shall provide the relevant information for this. 2.2 When asked to do so by the Council, the Contractor's personnel shall demonstrate their ability and skills relative to their qualifications. 2.3 The Contractor shall submit details of the safety qualifications and experience of his/her supervisors in key positions and of other key personnel. 2.4 The Contractor shall at his/her own expense ensure that all his/her personnel and subcontractor's personnel have been given the necessary safety, survival and job-related training required by law, Council regulations and good practice, prior to the start of the work, and will provide a certificate to that effect (if so required). 2.5 The Contractor's personnel shall participate in any additional methods, materials and sitespecific safety training which may be provided by the Council. 2.6 The Engineer may refuse access to any work site when, in the Engineer's opinion, the Contractor does not comply with Council standards for safe and good workmanship owing to attitude, lack of skill or insufficient training or experience. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

49 2.0 Conditions of Contract Page Safety Meetings 3.1 The Contractor shall be responsible for maintaining and enhancing the safety awareness of his/her personnel and sub-contractors personnel, including arranging his/her own safety meeting and participating as appropriate in safety meetings held by the Council or its other Contractors. 3.2 The Contractor will inform the Council representative of the time and place of safety meetings arranged by the Contractor. 3.3 Copies of minutes of the Contractor's safety meetings shall be sent to the Council. The Contractor's and sub-contractor's personnel are to be encouraged to contribute actively to safety meetings and to identify safety topics for inclusion in the agenda for each safety meeting. 4. Reporting of Accidents 4.1 The Contractor shall have an accident reporting system conforming to the Health & Safety in Employment Act 1992 and Regulations Without in any way diminishing his/her other reporting responsibilities, the Contractor shall immediately notify the Council of all accidents resulting in: fatalities and other lost-time injuries to his/her personnel or sub-contractor s personnel injury to third parties damage to any plant or equipment actual or potential damage to the environment (spillages, etc) outbreak of fire. Immediate notification shall be followed by a full written report within 24 hours. 4.3 Both those accidents referred to in 4.2 and those resulting in less serious injuries shall be recorded and the statistics reported to the Council. 4.4 Upon completion of the work under the contract and/or on an annual basis, whichever is more frequent, the Contractor shall prepare a summary report of his/her safety performance including statistics. 5. Occupational Health and Hygiene 5.1 The Contractor shall be responsible for the medical welfare of his/her own and subcontractor personnel and shall provide for: facilities for administering first aid periodic medical examinations arrangements for professional medical treatment hospitalisation. 5.2 The Contractor shall ensure that all his/her personnel and sub-contractor's personnel are medically fit to perform their work. If requested by the Council, the Contractor shall provide health certificates for his/her own and sub-contractor personnel. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

50 2.0 Conditions of Contract Page If applicable, the Contractor shall adhere to Government regulations or Council guidelines for medical surveillance or industrial hygiene monitoring. 5.4 The Contractor shall ensure that his/her personnel and sub-contractor's personnel shall maintain the highest standards of hygiene. 5.5 If separate accommodation for Contractor personnel is provided (e.g. Contractor huts), the Contractor shall comply with the Council s standards for: hygiene, sanitation, sewage disposal, water supply, sleeping quarters, food establishments, laundry and garbage disposal. 6. Environment 6.1 The Contractor shall pay due regard to the environment by preserving air, water, soil, animal and plant life from adverse effects of the Contractor's activities, and minimising any nuisance which may arise from such operations. 7. Alcohol and Drugs 7.1 The Contractor shall ensure that at any time during the performance of the work his/her personnel are neither under the influence of nor partake of any alcoholic liquor, drug or intoxicating substance, other than for bona fide medical reasons or other proper reasons which must first be approved by the Council. 8. Technical/Safety Audit by the Council 8.1 The Contractor shall allow the Council's representatives and nominees access at any time to plant, equipment, personnel and records when requested, to enable the Council to inspect or audit any aspect of the Contractor's operations relevant to safety and the work environment. 8.2 The Contractor shall establish and regularly update a written system of checks and audits to ensure that the work is being performed in accordance with the safety requirements applicable to the work. A copy of that system shall be supplied to the Council before work commences and each time the system is updated. 9. Conduct of Contractor's Personnel 9.1 The Contractor shall instruct his/her personnel to comply with the following: No one shall enter any part of the Council's premises, including the work site, other than for the purpose of carrying out the work. All Contractor personnel needing access will be required to obtain a pass issued by the Council and to produce it if requested. Smoking on the Council's premises is strictly forbidden, except in the authorised smoking rooms or other designated areas. Anybody found smoking outside the authorised smoking rooms or designated areas will be immediately removed from the Council's premises. On sites requiring hot work permits, no fire or naked light, matches, cigarette lighters, or any apparatus which can cause ignition, shall be taken onto the Council's premises PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

51 2.0 Conditions of Contract Page 25 or elsewhere in relation to the Contract, as instructed by the Council, unless covered by a hot work permit (referred to in 10 below). Personal protective equipment shall be used and worn in accordance with the safety regulations. It is essential that good housekeeping is maintained throughout the period of any work, both at the work site and in and around any temporary buildings. The work site shall be kept tidy at all times, escape and other access ways kept clear, safety equipment kept accessible, and surplus/scrap material removed daily. Cleaning up only at the end of a job is not considered sufficient. Spillages of oil or chemicals shall be cleared up immediately in view of the hazards from fire, slippery surfaces, toxic substances, etc. Appropriate safety precautions shall be taken during the clearing up. 10. Permits 10.1 The Contractor shall be fully aware of the details of the work permit system as laid down in the Council's regulations Unless the Council expressly states otherwise, the Contractor shall obtain a work permit signed by the Council's authorised representative before any work is started. The work permit shall be accompanied by associated permits, such as hot work permit or permits for specific work, and shall define the conditions under which the work is to be carried out Where potential hazards exist from combustible gases or dusts, a hot work permit shall be obtained for any work involving the use of fire, naked lights, spark-producing tools, and instruments or other potential sources of ignition, e.g. welding arcs, combustion engines, torches, matches, lighters etc For specific work such as that on electrical equipment or with radioactive sources or for excavation work, specific work permits are required It is essential that Contractor personnel read, understand, sign to that effect and carry out any conditions or precautions laid down in work permits. If any doubts exist, guidance from the Council's representative shall be obtained. 11. Sub-Contractors 11.1 The Contractor shall inform the Council of names of sub-contractors and obtain the Council's approval prior to their engagement The Contractor shall ensure that sub-contractors be informed of, and have the opportunity to participate in the safety activities required by the Council and which the Contractor is obliged to instigate pursuant to the contract. The Contractor shall stipulate in any subcontract that the sub-contractor shall take active steps in the field of safety identical to those required of the Contractor. The Contractor shall regularly check sub-contractors compliance with the safety requirements. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

52 2.0 Conditions of Contract Page Emergencies 12.1 The Contractor shall establish with the Council, what the arrangements are in the event of an emergency In particular, the Contractor shall ensure that his/her staff are familiar with the essential emergency equipment, such as breathing apparatus, life jackets and fire extinguishers, the use of which shall be demonstrated and practised if so requested by the Engineer The Contractor shall check the emergency procedures and the location and condition of the emergency equipment. If the Contractor considers these to be unsatisfactory or not fully appropriate for the work, he/she shall take steps in consultation with the Council to improve them. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

53 2.0 Conditions of Contract Page 27 ANNEXURE F CONSENTS AND LICENCES WHICH WILL BE OBTAINED BY THE PRINCIPAL The Principal has applied for and received a Resource Consent for the project, a copy of which is attached in the Appendices. A Building Consent for the project will be supplied to the successful tenderer. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

54 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 3.0 SPECIFICATIONS

55 3.0 Specifications Page GENERAL SPECIFICATION LOCATION OF CONTRACT This Contract is to complete the construction of a pedestrian bridge that spans the Waikanae Creek, Gisborne to link Alfred Cox Park (and access to Anzac Street and Grey Street) with Awapuni School. A Location Plan (Drawing Sheet 01) is attached SCOPE OF WORK The Contract comprises the supply of plant, labour and materials for the completion of the works, all necessary reinstatement and clearing of the site on completion to at least the equivalent standard to that existing prior to commencing the work, and to the satisfaction of the Engineer. The works include but are not limited to: Site clearance and preparation Supply and installation of driven steel UC-section piles for the foundations. Supply and construction of reinforced concrete abutments and wingwalls. Design, supply and erection of a timber superstructure, including laminated beams, decking and handrails. The Contract does not include: Construction of the walkways. Supply and construction of a railway crossing and fencing. This contract will be part of a future walking and cycling route in this area as well as acting as a safe route for school children, and therefore good customer relations and a high standard of workmanship are paramount to the successful completion of the project. In particular the contractor will be expected to: Adhere to the agreed programme and avoid any public perception that work has stalled for no apparent reason. Keep affected parties informed as to the intended programme of the work and the impact that the work will have on them, and update as necessary. Have in place and be able to demonstrate a system for dealing with public complaints. Ensure that the construction site is kept safe 24/7 from human interference and from inclement conditions (including tidal river). The above factors will be taken into account when assessing whether or not the contractor has met expectations and the intent of the contract STANDARD SPECIFICATIONS AND PUBLICATIONS This contract shall be carried out in accordance with this specification together with the NZTA, Opus and NZ Standards referred to in the Technical Specification. In addition, the following shall apply: TNZ TQS2 Transit New Zealand Quality Standard TNZ Q/3 Normal QA Level Contracts TNZ Code of Practice for Temporary Traffic Management The Construction Act 1959 PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

56 3.0 Specifications Page 2 The Construction Regulations 1961 The Building Act 1991 The Health & Safety in Employment Act 1992 The Resource Management Act 1991 AS/NZS 4673:2001 Cold-formed Stainless Steel Structures AS/NZS 4673 Structural Steel Welding 2011 AS/NZS 1170 Structural Design Actions AS/NZS 3603 Timber Structures Standard AS/NZS 3101 Concrete Structures Standard T-CES 101 Specification for normal concrete in general civil engineering works T-CES 404 Steel H-piles It is the Contractor s responsibility to obtain access to a set of the publications referred to. The Contractor shall be deemed to be familiar with these Standard Specifications and shall be expected to have the specifications on site at all times whenever associated work is being carried out. Copies of TNZ Standard Specifications can be viewed on NZTA s website: or at Opus International Consultants Limited, Gisborne Office. NZ Standards are cited throughout the Specification, and they are available for purchase from the Standards Association of New Zealand (SANZ) or can be viewed at Opus International Consultants Limited, Gisborne Office. This Specification (including drawings and attachments) will take precedence over the standard specifications HOLD POINTS Hold Points have been defined at various stages in the construction process to cover specific control points when submission of quality assurance documentation is required and/or the Engineer/Engineer s Supervisor wishes to have the opportunity to inspect before work proceeds further. Further to Clause of NZS 3910, the notification of readiness for inspection, recording, measuring and testing shall be a minimum of 24 hours prior to the availability of the work for the inspections etc. The reasonable time period shall not be less than 24 hours. Inspections at Hold Points will normally only be carried out between 8 am and 5 pm on Working Days as defined in NZS Arrangements for inspections outside those times will be entirely at the discretion of the Engineer/Engineer s Supervisor. The following schedule defines hold points when work covered by the specification shall not proceed further until the Engineer has been provided with specified information and/or been given the opportunity to inspect the work. Hold Point (to be completed) (a) Quality Records Required (b) Work for Inspection (S) Supply Copy to Engineer (R) Copy on Request (A) Agree with Engineer (I) Available for Inspection PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

57 3.0 Specifications Page 3 Hold Point (to be completed) Prior to any work commencing on site (a) Quality Records Required (b) Work for Inspection (a) Evidence of insurances, Programme of Work and Contract Quality Plan for acceptance by the Engineer. (S) Supply Copy to Engineer (R) Copy on Request (A) Agree with Engineer (I) Available for Inspection (S) (S) Setout (b) Confirm setout of abutments with Engineer Foundations (a) Borehole cores to be supplied to Opus laboratory. Foundations (a) Confirmation of Piling Records Reinforcing (b) Inspection of reinforcing before boxing and pouring abutments PS1 before work on (a) Provide PS1 for design of bridge superstructure the bridge superstructure. begins (A) (I) (S) (I) (S) DRAWINGS The drawings included as part of the Contract Documents are listed in Section 6.0 Drawings. Should ambiguities be apparent between the plans and the specifications the drawings shall take precedence PLANS TO BE KEPT ON JOB At all times a complete set of plans and specifications is to be kept on the job by the Contractor. The Contractor shall ensure that, before any portion of the work commences, the foreman in charge of the works has studied the plans for that portion, and is familiar with the details of work required, the position of any services and the requirements of the specification relating to the work CONTRACTOR TO INSPECT SITE The Contractor shall be deemed to have visited the site of works, and to have made himself familiar with all local conditions, the accuracy of the information provided, and any other matter that may in any way influence construction of the works CONSENTS A Resource Consent has been obtained and is attached in the Appendices. The Building Consent tfor the Bridge will be available at the close of Tender. The Consent will contain a condition that the Contractor shall supply a PS1 Producer Statement for Design of the PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

58 3.0 Specifications Page 4 Bridge Superstructure (Appendix 5.4_ before work begins on the superstructure and a PS3 Producer Statement for the Construction of all works in the Contract. Opus will supply a PS1 (design) for the abutments and a PS4 (construction supervison) for the Contract Works. The Contractor must obtain all other consents necessary to complete the works. The Contractor shall comply with the Conditions imposed on all consents obtained. With reference to the Resource Consent there are a number of Conditions associated with the need to work in the vicinity of the park area (previously a City waste disposal site). An assessment of the sites has been carried out which indicates the presence of buried hazardous substances, namely asbestos and arsenic. It is extremely unlikely that such substances will be encountered due to the extent of the excavation. If encountered, such material will need to be removed under controlled conditions (employing suitable safety equipment) and disposed of off-site to a waste disposal location that will accept and treat such waste. Such work will be treated as a variation to the Contract PROGRAMME OF WORK The Contractor shall submit a detailed programme of work (critical path diagram or dated bar chart that clearly identifies the critical path) within five days of the acceptance of tender or before commencing work on site, whichever is sooner. The submitted programme (the baseline programme) shall identify each operation and show how the work will be carried out within the contract period. The programme shall allow for all constraints to the works either detailed or implied in the documents. The programme shall be updated weekly and a copy submitted with the Contractor s Weekly Report. The updated programme shall clearly show any variances in the baseline programme, and the Weekly Report must detail reasons for any delay to the programme. The Contractor shall programme the work so as to cause a minimum of inconvenience to affected parties. The programme shall be prepared and electronically stored using Microsoft Project so that it can be readily updated. The programme shall be presented to the Engineer as a clearly readable hard copy in format suited to sheets no larger than A3 size WEEKLY REPORTS In order to provide a record of progress and to keep the Principal up to date it is a requirement of this Contract that the Contractor submit weekly ed reports to the Engineer summarising progress on site. The reports are required to be submitted by 4:00pm each Friday. The reports shall contain comment on the following: Comparison of actual progress with the current Programme of Work, including reasons for delays Provide information where Variations or time extension claims are being considered, A summary of all works completed during the preceding week, giving the location, extent and type of work. A summary of any quality control testing carried out during the preceding week. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

59 3.0 Specifications Page 5 Each weekly report shall be submitted regularly once work has commenced on site. The reports are to be submitted regardless of whether any work has been completed or not SITE ESTABLISHMENT AND ACCESS Access to the bridge site through Alfred Cox Park will be via one of the chained entry points off Anzac Street (key available from GDC). Access on the railway side is alongside the railway track with entry from Grey Street. Access to and working on the railway bank will be under the supervision of a representative of Gisborne City Vintage Railway. There is a possibility that the railway bank can be accessed via Awapuni School. This must be negotiated with the school and the walkway Contractor (to be confirmed) The site is within a public park and the Contractor must restrict his working area to a minimum. Note that Alfred Cox Park has been formed on a Council refuse disposal site and the Contractor must take suitable precautions if waste material is exposed. Likewise the area between the railway and the nearby timber yard may contain timber preservative material s and disturbance shall be kept to a minimum. The Contractor shall keep the area safe and tidy at all times and reinstate the area including any tracks to at least the condition existing prior to construction. Site establishment includes all work involved in the establishment of the Contractor on site, including the provision, maintenance and removal of all temporary works, tidying up on completion, traffic management, and services and general costs (including the provision of as-builts) which are not directly chargeable to other schedule items SITE CLEARING AND TIDYING ON COMPLETION The Contractor shall be responsible for the removal from site of all extraneous materials. Should any accumulation of materials be considered a hazard to the public in general, the Engineer will direct the Contractor in writing to remove such surplus. Should the Contractor fail to comply with the Engineer s order, the Engineer will arrange for the work to be done and the charges incurred will be deducted from the contract payments. Access to the site with plant will inevitably result in damage to the grassed surface. In order to minimise the need for unnecessary reinstatement at the end of the Contract, the contractor shall keep such access points and track damage to a minimum. At the conclusion of the works the Contractor must restore any damage caused and tidy up, leaving the site of the works in a condition no worse than that existing prior to construction CONTRACT QUALITY MANAGER The Contractor shall nominate a Contracts Quality Manager, who is responsible for the day to day audit of the work and management of the Quality Plan. The Contracts Quality Manager shall carry out inspections of all the work, acknowledge all Hold Points and provide the Engineer with a copy of his inspection checklists with each Weekly Report. The inspection checklists should be sufficiently detailed to include the tolerances and the minimum quality standard required. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

60 3.0 Specifications Page CONTRACTOR S REPRESENTATIVE Further to Clause 5.2 of NZS 3910, to be acceptable to the Engineer any representative shall have demonstrable experience and competence in the control and site management of the type and scale of works to be carried out under the Contract EXISTING SERVICES A request has been made to service providers to identify existing services within the Site, and these have been annotated on the drawings. Before starting work on Site the Contractor shall liaise with all relevant service providers to update this information and to identify the presence of cables and the like within the Site. Thereafter the Contractor shall allow to work around these services. Should any such services require to be relocated then the Engineer must be advised ACCESSIBILITY OF CONTRACTOR The Contractor s Representative shall be available on call 24 hours per day to the Engineer. In the event the Contractor s Representative is unavailable then the Engineer shall be informed and given information to enable similar communication to be maintained with an alternative representative. The Contractor shall ensure that these lines of communication remain open at all times including after hours. The Contractor shall ensure at all times while any work is in progress that a site agent is nominated to be responsible for operations. This site agent shall make himself known to the Engineer in the event that it is necessary for the Engineer to direct operations in the field. The site agent shall ensure that all instructions given by the Engineer are actioned. Such site instruction will generally only be given in relation to matters affecting safety or the protection of assets. Instructions issued to site agents will always be confirmed to the Contractor s Representative at the earliest convenient time ACCESS BY OTHERS The Contractor shall provide access and reasonable facility to any other individual or organisation duly authorised by the Engineer to work in the general area to which this contract applies. It is anticipated that a parallel contract will be awarded for the construction of a walkway and cycleway from Stanley Road to Anzac Street and Grey Street and both contractors will be expected to cooperate fully in order that the project can be completed with the minimum of disruption and delay HEALTH AND SAFETY Safety All work undertaken by the Contractor or his agents under this contract must comply with the Health and Safety in Employment Act Before any work is commenced on the site and within two weeks of acceptance of tender, the Contractor shall advise the Engineer in writing of the name of ONE person PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

61 3.0 Specifications Page 7 appointed as Safety Supervisor for the work under the Health and Safety in Employment Act The person shall ensure that all legal requirements and measures for the safety of workers and the public are implemented. This person shall be able to stop or hold work from continuing on any part of the contract, including subcontractors, in the event of any hazards to safety. The Contractor must ensure the site of the works is left in a safe condition after each day s work. A site-specific Health and Safety Plan shall be prepared for the Contract, the contents of which shall include, but not be limited to: Contractor s safety policy Contractor s safety training procedures Site safety management organisation Site safety personnel and Safety Supervisor Access restrictions for and induction of visitors to the site Safety helmet areas Procedure for identifying and assessing hazards Procedure for recording of accidents Procedure for dealing with emergencies that may arise Procedure for monitoring health and safety performance Procedure for monitoring the health of employees where they are exposed to hazards. The Health and Safety Management Plan shall list all known hazards (including those identified below and any others identified by the Contractor) and the measures taken or to be taken to eliminate or minimise them. It is also to provide for a procedure for identifying and reporting on new hazards by the Contractor s staff to the Contractor and the Engineer. The known significant hazards on the site include, but are not limited to: Vehicular traffic (including railway) Construction plant and machinery Underground and overhead services Contaminated Land Noise Steep, slippery or uneven terrain Stream or other waterways Dust Potential vandalism or break-ins A copy of the Health and Safety Plan shall be maintained on site at all times, updated as necessary, and made available to the Engineer upon request Protective Clothing The Contractor shall ensure that all persons working within the boundaries of the Construction Area, including the personnel of subcontractors, wear high visibility clothing, safety footwear and any other protective clothing/equipment deemed necessary to carry out the works in a safe manner Accident Reporting PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

62 3.0 Specifications Page 8 In the event that an accident occurs on an occupied site (i.e. the Contractor was on site at the time of accident), the Contractor shall provide the following: Notification within 12 hours of the accident site Full details of the event Confirming that the site complied in all aspects with any TMP and Health and Safety Plan A Contractor assessment of whether there is a possibility that traffic control or worksite conditions deficiencies may have contributed to the accident. In the event that an accident occurs at an unoccupied site (i.e. Contractor not present at the time of the accident), the Contractor shall provide the following: Notification within five days for any accident that the Contractor becomes aware of Confirmation of the status of: (a) Safety signage (b) Site conditions at the time (c) General details of the accident Working Within a Hazardous Site The Contractor s attention is directed to Clause above which advises that there are potentially hazardous substances below surface level (left over from an old timber treatment site and a capped-off City waste disposal site) and that suitable precautions shall be taken when working in these areas. In particular: Wear suitable PPE when working with hazardous material Cordon off the site when such materials are exposed or being excavated Cart the materials off site using appropriate safety precautions and transport to a disposal site certified to take such material PROTECTION OF PUBLIC AND PRIVATE PROPERTY AND SERVICES The Contractor's attention is particularly drawn to the necessity of adopting measures to protect from damage, trees, fences, hedges, walls, paths, sealed surfaces, entrances, and other service installations, whether in reserves or on adjacent private property. Damage caused by the Contractor s operations shall be remedied at the Contractor s expense. The Contractor shall not operate plant with steel tracks on any sealed or concrete surface, except where tyres or planks are provided to protect the surface. The Contractor shall be responsible for the cost of making good any damage to existing services in the execution of the work WORKMANSHIP This is a high-profile contract and therefore a first-class standard of finish is expected through each phase of the work. All construction and maintenance shall be carried out by workers experienced in such work and shall be completed in a workmanlike manner. Any work not specified in detail but necessary for the completion of the Contract in accordance with the letter and spirit of the Specification shall be carried out by the Contractor as if it had been so included. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

63 3.0 Specifications Page DUST CONTROL, NOISE CONTROL AND HOURS OF WORK The Site is within a park area and which has residential property nearby, and is also close to school grounds. As such the Contractor shall minimise as much as possible the risk of nuisance being caused by his construction activities. In particular the Contractor shall ensure that dust generated through the construction area is controlled to an acceptable level so there is no dust nuisance that could cause harm to the general public or to workmen. The Contractor will be liable for any claims for compensation, damages or otherwise as a result of dust generated through negligence or ineffective control. The Contractor shall ensure that all plant items have suitable noise suppressant devices fitted and working. Noise limits applying to the area in which the work is to be carried out are: Average maximum noise level (L10) Mon-Sat (incl.) Sun & Public Holidays At all times Where possible the Contractor shall programme and undertake the noisiest work during normal daylight hours when the ambient background noise is high. Noisy equipment shall not be operated between the hours of 7.00 p.m. to 8.00 a.m. except with the written approval of the Engineer. No work shall be permitted on Sundays except with the written approval of the Engineer QUALITY MANAGEMENT General The Principal regards quality as an integral part of the contract works and has assessed the minimum quality requirements to be in accordance with TQS2 (1995). Any quality assurance system adopted by the Contractor shall be used only as an aid to achieving compliance with the Contract and to document such compliance. The Contractor s quality assurance requirements shall not affect in any way the Contractor s other obligations under the Contract. Knowledge of, or involvement in, the Contractor s quality assurance system or the provision of any apparent approval resulting therefrom by the Engineer shall not in itself release the Contractor from any requirements of the Contract Quality Plan The Contractor is required to prepare and operate a Quality Plan specific to this Contract. The plan as a minimum shall meet the requirements of TQS2. Throughout the Contract the Contractor shall: review and where required amend the Quality Plan, complete the Contract Works in accordance with the Quality Plan, co-operate with the Engineer to audit the Contractor s records. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

64 3.0 Specifications Page 10 The Contractor shall submit his quality plan for acceptance by the Engineer within 5 days of acceptance of tender. On receipt of the Quality Plan, the Engineer shall make immediate and formal acknowledgement of its receipt to the Contractor, and in the next three working days the Engineer will advise acceptance of the Quality Plan or advise of indicative amendments that are required. The Quality Plan is to be revised and resubmitted for formal acceptance. Work shall not commence until this acceptance procedure is complete. This is a Hold Point. In the period following receipt of the agreed Quality Plan, the Engineer and the Contractor will review that Plan and monitor that the contract requirements are continuing to be met. The Engineer will have the right to make comment or require amendments to the Quality Plan at any time Quality Plan Requirements The Contractor shall produce a contract specific Quality Plan demonstrating how the Contractor will meet the requirements of this contract and the requirements of the Contractor s own quality systems. The Quality Plan shall: Define the test methods, standards and frequency of testing. Define responsibilities and roles of the Contractor s personnel. Show procedures for reporting test results to the Engineer. List the proposed Subcontractors and Suppliers. Show how the works will be checked and how non-conformances will be dealt with. Define the frequency of formal internal quality audits. Include a H&S Management Plan JOB INSPECTIONS During Works The inspection of any work by the Engineer or the Engineer s Representatives will be undertaken between 8.00 am and 5.00 pm on Working Days as defined in NZS 3910, unless otherwise agreed by the Engineer. The Contractor shall give the Engineer s Representatives 24 hours advance written notice of work required to be inspected. The notice should outline the elements to be inspected and the date and time that the work will be available for inspection. Should any work not be ready to be inspected or supervised within one hour of the time nominated in the notice, or agreed by the Contractor and the Engineer, then a deduction shall be made by the Principal for costs and disbursements resulting from any delay beyond one hour, or for any revisits to the site as a consequence of the delay or rework. For the purposes of assessing costs, time will be measured to the nearest quarter hour. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

65 3.0 Specifications Page On Completion or During Period of Defects Liability After being advised by the Contractor that all items for attention under Clauses 10.4 and 11.2 of the General Conditions of Contract have been satisfactorily completed, the Engineer will carry out his inspection of the works. If, after the inspection, items are still not properly completed, the Engineer will so advise the Contractor and will later make further inspection(s) as required to accept all the work. A deduction shall be made by the Principal for costs and disbursements incurred by the Engineer in the second and subsequent inspections Reimbursements Such reimbursements as outlined above may be deducted by the Engineer from any money that is due or becoming due to the Contractor. The costs of the Engineer, the Engineer s Representative or any assistant shall be based on the following rates: Engineer to Contract $150/hour Other Professional personnel $110/hour Vehicle running $0.80/km (All costs exclusive of GST) CONTRACT MEETING An initial contract meeting shall be held at least one week prior to the start of work on-site. The meeting is to be held at the office of Opus Consultants. At the meeting, the Contractor shall present for discussion and review, at least the following: Confirmation of the Contractor s key personnel, and their responsibilities The Contractor s after hours and normal working hours contact telephone and fax numbers. The programme of work The Quality Plan and H&S Plan The Contractor s Health and Safety policy in accordance with the Act Evidence of Consents obtained Any other topics the Contractor or Engineer may wish to discuss PROGRESS PAYMENT AND FINAL CLAIM Monthly Progress Claim Further to Clause of NZS 3910, the Contractor s monthly progress claims shall be set out in the format of the Schedule of Prices. For each item in the schedule the item number, item description, tendered quantity, tendered rate, quantity claimed previously, quantity claimed for the month, amount claimed for the month and total amount claimed to date shall be set out across the page. The Contractor shall list separately all additions and amendments to the accepted tender schedule as Unscheduled Items (e.g. U1, U2 etc). The Contractor shall also provide an accurate Forecast of Expenditure to the end of the contract with each monthly claim. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

66 3.0 Specifications Page Final Claim The Contractor s Final Claim shall be submitted in accordance with Clause of NZS 3910 and shall be in the format of the Schedule of Prices listing all Variations (Unscheduled Items) to the Contract AS-BUILT INFORMATION The Contractor shall provide as built information on the construction drawings. The drawings shall be neatly marked-up in red-ink where actual construction is different from that shown on the drawings. An A3 size copy of the construction drawings will be provided for the purposes of recording as-built information. As-built information must be recorded by the Contractor as the work progresses and kept on site for inspection by the Engineer s Representative at any time. In addition the Contractor shall provide an as-built drawing of the bridge superstructure. The as-built information shall be provided before the issuing of the Certificate of Practical Completion PRACTICAL COMPLETION/DEFECTS LIABILITY CERTIFICATE Completion of the Contract Works Further to Clause 10.4 of NZS 3910 the Contractor shall within 5 working days of the completion of the Contract Works: Advise the Engineer in writing that the works associated with the Contract Works are complete and comply in all respects with the requirements of the Contract Documents, and Request the issue of the Certificate of Practical Completion for the Contract Works Period of Defects Liability Further to Clause , the Contractor shall within five working days of completion of the Period of Defects Liability: Advise the Engineer in writing that the period of defects liability has ended and the Contract Works comply in all respects with the requirements of the Contract Documents, and Request the issue of the Defects Liability Certificate STATEMENTS TO THE MEDIA The Contractor shall not make statements to news media regarding policy, local conditions or contractual matters. All enquiries from the media are to be directed to the Engineer or to the Principal ARCHAEOLOGICAL DISCOVERIES There is the potential for archaeological sites to be present in the area in which the works are being carried out. Work in certain areas may be subject to special observation by representatives of interested parties. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

67 3.0 Specifications Page 13 The Contractor shall allow in his programme for delays of up to one week in the event of a halt to work while investigations are carried out should artefacts be uncovered WORKING ALONGSIDE RAILWAY A portion of the site is adjacent to the existing live railway tracks. The use of these tracks is rare but requires that Contractors abide by the conditions applicable to working in the vicinity of railway property and ensure that the track is left clear and no work is being carried out on the tracks on dates in which the railway is being used. The railway is managed by Gisborne City Vintage Railway (Contact: Geoff Joyce, The dates in trains will be using the railway are listed below: 17th October 9.30am and again at 2pm 26th October 10.30am and 1.30pm 8th November all day 11th November 11am 12th November all day 16th December 2 trips times to be confirmed GEOTECHNICAL REPORT A geotechnical report has been prepared for this project and a copy is available for viewing at the Gisborne offices of Opus International Consultants Limited. The Contractor shall make his own conclusions as to the expected site conditions likely to be encountered MATERIALS All materials shall comply in full with the relevant New Zealand Standards (NZS) (or British Standards (BS) where appropriate NZS do not exist) or NZ Transport Agency s Standards. Reference to any Standard shall include any amendments or substitutions. Where an item is mentioned by a trade name or other specific reference, it shall be deemed to mean the type of item so mentioned, or any other approved equivalent in quality, finish, durability and serviceability for the purpose intended. The quoting of a trade name shall not be construed as any desire to restrict the use of competitors materials, and the Contractor is at liberty to offer, for the Engineer s approval, any materials he considers equivalent. No warranty is expressed or implied that materials specified are regularly stocked by merchants PUBLIC NOTIFICATION The Contractor shall notify, in writing, at least two days prior to work commencing, all adjoining property owners of the following details: Contractor s Company name Description of work Date of work commencement Duration of work Contractor s contact person and phone number (including after-hours number). PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

68 3.0 Specifications Page TECHNICAL SPECIFICATION In general the following clause numbers match the item numbers in the Schedule of Prices GENERAL ITEMS Establish, disestablish and clean up on completion Refer Clause & 12 of the Specification Survey and setting out The Contractor shall set out the Works using the information (dimensions and co-ordinates) supplied on the drawings. A list of co-ordinates has been supplied for the setting out of the bridge and abutment. The Contractor shall peg out the given setout points (refer drawings Sheet 01) to provide an indication of the bridge location, and to allow the Engineer to confirm or make adjustments to the location (this is a Hold Point). The Contractor shall programme reasonable time to have the proposed work inspected Relocation of services (Provisional Sum) Refer Clause of the Specification. Should any relocation of services be required then this will be treated as a Variation for which a Provisional Sum has been included in the Contract QUALITY ASSURANCE TESTING & CHECKING Prepare and implement quality plan Refer Clause of the Specification Provide quality assurance testing Refer Clause of the Specification SITE CLEARANCE & EARTHWORKS This section covers site clearing and general earthworks including stripping of topsoil to stockpile (refer cl ), excavation to footpath depth, and preparation of the subgrade surface. All earthworks shall comply with TNZ F/1 unless stated otherwise. The control of surface drainage shall be undertaken early in the work so as to maintain the natural water drainage facilities and limit the introduction of water into the earthworks. Additional temporary surface drainage works shall be carried out during construction as required to safeguard the integrity of the works. The earthworks shall be carried out in such a manner that their surfaces have, at all times, a sufficient fall to shed water and prevent ponding. Adequate provision shall also be made for the control of water borne soils. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

69 3.0 Specifications Page Strip topsoil to stockpile The areas to be cleared shall be stripped of all topsoil, roots, organic and other unsuitable matter. Stripping techniques shall be such as to minimise excavation of the material underlying the topsoil cover. Volumes have assumed a salvageable depth of 100mm. Topsoil shall be stockpiled in locations which facilitate later uplifting for respreading. Stockpile heights shall not exceed 1m. Stockpiles shall not be placed in locations that may endanger the stability of the stockpile or supporting ground and should not obstruct the public. Usable topsoil must be kept separate from subgrade material in order to avoid contamination Excavate for concrete work Once the available topsoil has been stripped from the site, excavation to the required abutment founding layer is required. The Contractor shall limit excavation to that which is required. The Contractor is to take into account the tidal range of the stream and possible high flow events and shall provide dewatering measures if deemed necessary. The material is to be stockpiled onsite and placed and compacted around the abutments a minimum of 10 days after pouring the abutment concrete Respread topsoil The Contractor shall spread the stockpiled topsoil within the limits of the excavated/disturbed areas to a depth of 100 mm min. when lightly compacted BRIDGE FOUNDATIONS Borehole to proof Papa level (Provisonal Item) The Contractor shall carry out a borehole on the railway bank to confirm that the founding material is Papa. The borehole is to extend 10 times the diameter of the bore into the papa which is at approximately 12.5m below ground level. The cores are to be recovered and handed over to Opus Laboratory - 59 Awapuni Road Gisborne Tel This is a Hold Point. This is a Provisional Item to be utilised at the instruction of the Engineer. The Engineer is to confirm the depth of the required piling before any driving commences This is a Hold Point Install 310UC118 Columns to 12.5m depth 310UC118 Piles are to be driven to approximately 12.5m to the Papa. The piles are to be installed as per T-CES404: Specification for Steel H Piles (Appendix 5.2). No redrive test is required. The required Ultimate bearing value is 340kN per pile. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

70 3.0 Specifications Page Drive piles 310UC118 columns deeper than 12.5m (Provisional Item) If the papa level is found to be below the nominated 12.5m depth the UC piles shall be driven to the papa level. This is a Provisional Item and is to required depth of the piles is to be reviewed the Engineer before driving REINFORCED CONCRETE ABUTMENTS Construction of the reinforced concrete abutments shall be in accordance with Opus Standard T-CES 101 (copy attached) and as per the drawings. All reinforcement is to be grade 500E HD steel. Concrete is to be 40MPa minimum 28day strength. The abutments shall be founded on a 100mm layer of well-compacted subbase. The exposed face and surfaces of the abutments shall be an F3 finish in accordance with NZS 3114 Specification for concrete surface finishes. Vertical faces in contact with the ground shall have two layers of bitumen paint applied SUPERSTRUCTURE CONSTRUCTION The Contractor is responsible for the design of the bridge superstructure in accordance with the following specifications: The superstructure shall be designed to NZS1170 loading combinations. Appearance the appearance of the bridge shall be as per the concept drawing (Sheet XX). The bridge is to be a 22m laminated timber beam, single span bridge with a vertical arch and timber handrails. Beams the beams shall be Glulam timber as per the specifications included in the Appendices (Appendix 5.3) Handrails shall be constructed of H4 treated timber and be designed for NZS1170 loading. The handrail should be 1.2m high and meet the Building Code (Clause F4 - Safety from Falling) requirements. The handrail shall have vertical timber infill panels with a maximum gap of 100mm between vertical members. The handrail shall be suitable for cyclists and pedestrians. Decking - The deck is to have non-slip strips (WizardGrip or similar approved) applied at a minimum of 150mm spacing or at the manufacturers recommended spacing (whichever is lesser). The decking is to be H4 treated. Loading loadings shall be as per NZS1170 with a live load of 4kPa on the bridge deck. Earthquake loading to be included (Z=0.36 Gisborne, Site Soil Category D). The beams are to have a vertical arch of approx. 150m radius (±10% tolerance). All steelwork (fixings etc.) is to be 316 stainless steel. The connection of the bridge to the abutments shall be designed to transfer the horizontal earthquake loading. No thermal expansion shall be transferred to the abutments Opus is to review design and drawings of superstructure and connections prior to final issue of drawings It is expected that the Contractor is familiar with the relevant standards and codes. If the traffic is to be disrupted during the delivery of any superstructure components (or any other materials) the Contractor shall supply a Traffic Management Plan. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

71 3.0 Specifications Page ROCK RIP RAP General All Rock Rip Rap shall be a sound, hard, durable rock following a well graded size distribution and shall conform to the grading by weight shown in the table below. The Equivalent Spherical Diameter has been calculated using a density of 2350kg/m Grading for Rock Percentage by weight Weight ESD*(mm) 100% smaller than At least 20% greater than At least 50% greater than At least 80% greater than *Equivalent Spherical Diameter. Calculated on density of 2350kg / m3 The rock rip-rap shall be constructed to the dimensions shown on the drawings. The rocks shall generally be cuboidal or spherical in shape. Other shapes, particularly lenticular or slabal will not be accepted. For each rock the limiting ratio of least dimension to greatest dimension shall be 1 to Rock Rip-Rap Placement The Contractor shall excavate to the lines and levels shown on the drawings to construct the rip-rap protection. All rock rip rap shall be placed using a hydraulic excavator. Dropping of rocks from any appreciable height should be avoided. Placing of rocks by dumping will not be permitted. Rock rip rap placing shall proceed from the founding level and move progressively up to the levels shown. All rock shall be placed in a stable secure position utilising three point bearing on the underlying rocks. Bearing on smaller rocks which may be used for chinking voids will not be accepted. In placing rocks in position, selection of size should be made so that the entire mass will approximate an integral unit with the larger rocks utilised on the face. Local surface irregularities of the rip rap protection shall not vary from the planned slope by more than 300mm measured at right angles to the slope. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

72 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 4.0 BASIS OF PAYMENT

73 4.0 Basis of Payment Page BASIS OF PAYMENT 4.1 GENERAL The Schedule of Prices shall be read in conjunction with the contract documents and shall be paid at the appropriate rates set out in the priced schedule for final quantities determined by the Engineer. Attention is drawn to Clauses and of the General Conditions of Contract, which require the Contractor to allow for all costs in carrying out the work as specified in the documents, unless expressly excluded. The Contractor shall not rely on the quantities given in the schedule for the purpose of ordering materials. The following abbreviations are used in the Schedule of Prices: Lump Sum - LS Lineal metre - m Square metre - m 2 Cubic metre - m 3 Each - EA Provisional Sum - PS Kilogram - kg Establish, disestablish and clean-up on completion Payment for establishment will be a lump sum. The payment will cover all direct and indirect costs, and any other general costs which are not directly chargeable to any other scheduled items. Payment not exceeding 60% of the lump sum will be made to the Contractor when the Contractor has fully established and work is progressing to the satisfaction of the Engineer. The remaining 40% will be paid after the site has been vacated and all clean-up and restoration work completed to the satisfaction of the Engineer and any affected landowners. This item shall also cover all costs associated with management of the following aspects of the contract work: Attendance at contract meetings Liaison with land owners and service authorities (if required) Handling complaints Reporting Preparation and submission of Programme of Works Survey and setting out The Lump Sum tendered shall be in full compensation for all survey and setting out as specified Relocation of services (Provisional Item) A Provisional Sum has been included in the Pricing Schedule for work requiring relocation of conflicting services. This item will only be utilised on the instruction of the Engineer. The cost of relocation will be treated as a Variation. PRJ August 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

74 4.0 Basis of Payment Page QUALITY ASSURANCE TESTING AND CHECKING Prepare and implement quality plan The lump sum shall be in full compensation for the preparation, submission and implementation of the Quality Plan and Health and Safety Plan (and Traffic Management Plan if required). Half the tendered sum will be paid upon acceptance of the plans and the remaining 50% paid progressively as an assessment by the Engineer of the work completed. The sum shall include for all costs in the preparation, presentation of the plans, and for implementation of the plans Provide quality assurance testing The Lump Sum tendered shall be in full compensation for all testing and submission of results to show evidence of compliance with the Contract Specification and the Contractor s Quality Plan and Health and Safety Plan. 4.3 SITE CLEARANCE AND EARTHWORKS Strip topsoil to stockpile The tendered unit rate will be paid for each cubic metre of topsoil stripped from the Site and stockpiled as specified. Measurement will be based on an existing (compacted) depth of 100mm over the area of the Site that is to be stripped. Volumes will be reassessed should the depth prove to be significantly different Excavate for concreting work The tendered unit rate will be paid for each cubic metre of subgrade excavated to allow the abutments to be constructed. This item shall include dewatering if necessary and placing and compacting material around abutment as specified Respread topsoil The tendered unit rate will be paid for each square metre of topsoil uplifted from stockpile and spread at the appropriate depth as specified. 4.4 BRIDGE FOUNDATIONS Borehole to proof Papa level (Provisional Item) The tendered unit rate will be paid for each test borehole carried out to proof the papa level to a depth (into the papa) 10 times the diameter of the bore used. The sum shall include for delivery of the retrieved sample to the opus laboratory Establish piling rig on site The Lump Sum tendered shall be in full compensation for the establishment to site of any equipment and plant required for the installation of the piles Install 310UC118 Columns to 12.5m depth The tendered unit rate will be paid for each steel UC pile driven to 12.5m below ground level. The Rate shall include for any splicing, welding or cutting necessary. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

75 4.0 Basis of Payment Page Drive piles 310UC118 columns deeper than 12.5m (Provisional Item) The tendered unit rate will be paid for each metre of additional UC pile driven past 12.5m deep to ensure the piles are founded at the Papa level. To be agreed upon with the Engineer. The rate is to include for any splicing, welding or cutting necessary. 4.5 REINFORCED CONCRETE ABUTMENTS Railway Side Abutment Supply and place 40 MPa Concrete The tendered unit rate will be paid for each cubic metre of concrete placed in the reinforced concrete abutment on the railway side of the river. This also includes formwork, bitumen paint and any dewatering deemed necessary Supply and place reinforcing steel The tendered unit rate will be paid for kilogram of reinforcing steel placed in the reinforced concrete abutment on the railway side of the river Alfred Cox Park Side Abutment Supply and place 40 MPa Concrete The tendered unit rate will be paid for each cubic metre of concrete placed in the reinforced concrete abutment on the Alfred Cox Park side of the river. This also includes formwork, bitumen paint and any dewatering deemed necessary Supply and place reinforcing steel The tendered unit rate will be paid for kilogram of reinforcing steel placed in the reinforced concrete abutment on the Alfred Cox Park side of the river. 4.6 SUPERSTRUCTURE CONSTRUCTION Supply and Install Timber Footbridge The Lump Sum tendered shall be in full compensation for the construction of a timber footbridge which meets all the requirements detailed in the specifications and drawings. It also includes all design work associated with the bridge, fabrication, supply to site and placement and the supply of any documentation required for consents (Producer Statements, Drawings, calculations etc.). The holding down brackets which connect the bridge to the abutment are to be included in this item. 4.7 ROCK RIP RAP Place rock protection below abutments (incl. filter fabric) The tendered unit rate will be paid for each cubic metre of rock riprap placed as shown on the drawings. This item is to include the filter fabric beneath the rock riprap and any dewatering required to construct in the dry. 4.8 CONTINGENCIES (Provisional Item) This is a Contingency Sum in terms of Clause of the General Conditions of Contract. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

76 4.0 Basis of Payment Page 4 All variations must be authorised in writing by the Engineer prior to commencing the work. Payment will either be at approved Variation rates or at Scheduled Dayworks rates as appropriate. PRJ September 2013 Contract EW13/15 WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION

77 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE 5.0 APPENDICES

78 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 5.1 T-CES 101 (NZ): Specification for Normal Concrete in General Civil Engineering Works Materials, Plant, Mixing and Placing

79

80

81

82

83

84

85

86

87

88

89

90

91

92

93

94

95

96 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 5.2 T-CES 404: Specification for Steel H Piles

97

98

99

100

101

102

103

104 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 5.3 Glue Laminated Timber Specification

105

106

107

108 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 5.4 PS1 Producer Statement

109

110

111 GISBORNE DISTRICT COUNCIL CONTRACT Nº EW13/15 CONTRACT FOR: WAIKANAE CREEK PEDESTRIAN BRIDGE CONSTRUCTION 6.0 DRAWINGS LIST Drawing No./Revision Description/Title Date 3/174/459/ R0 Location Plan and Setout Points Sept 13 3/174/459/ R0 Railway Side Abutment (RHS Bank) Sept 13 3/174/459/ R0 Railway Side Abutment (RHS Bank) Sept 13 3/174/459/ R0 Alfred Cox Park Side Abutment (LHS Bank) Sept 13 3/174/459/ R0 Alfred Cox Park Side Abutment (LHS Bank) Details Sept 13

112 mm S S Location of Work mm R2 0 FOR TENDER PURPOSES Revision Amendment Approved Revision Date Project Waikanae Creek Pedestrian Bridge Gisborne District Council A mm Gisborne Office PO Box 49 Gisborne 4040 New Zealand Drawn Designed Approved Revision Date TC TC A Williamson Sept 13 Sheet Location Plan and Setout Points Original Sheet Size A3 [420x297] Plot Date 12 Sep 3:33 p.m. Path G:\GDC EW08-25 PS\2S8600 Community Facilities\02 Waikanae Stream Footbridge_Awapuni School\DESIGN 2 (Peter) 021GG\Waikanae Bridge TENDER.dwg 01 Project No. Scale Drawing No. Sheet. No. 2S GG NTS 3/174/459/ R0 Revision

113 m ABUTMENT RL 3.51 ABUTMENT RL 3.51 NEW CONCRETE PATH (TO BE DONE BY OTHERS) 2.50 RL 125M RADIUS mm 310UC118 PILE DRIVEN TO A DEPTH OF 12.5m. (APPROXIMATELY -THE REQUIRED ULTIMATE BEARING VALUE IS 261KN PER PILE.) SEE SHEET 3 FOR DETAILS OF RAILWAY SIDE ABUTMENT D mm ROCK SEE TABLE 1 BELOW EXISTING GROUND ESTIMATED 6HR 1 IN 150 YEAR WAIPAOA FLOOD TABLE 1 RIP RAP ROCK SIZE RANGE % by Weight Weight ESD(mm) 100% smaller than At least 20% greater than At least 50% greater than At least 80% greater than D mm ROCK SEE TABLE 1 BELOW SEE SHEET 4 FOR DETAILS OF ALFRED COX PARK ABUTMENT 310UC118 PILE DRIVEN TO A DEPTH OF 12.5m. (APPROXIMATELY -THE REQUIRED ULTIMATE BEARING VALUE IS 261KN PER PILE.) ENGINEER IS TO REVIEW DESIGN AND DRAWINGS OF SUPERSTRUCTURE AND CONNECTIONS PRIOR TO FINAL ISSUE OF DRAWINGS 0 10 mm FOR TENDER PURPOSES Revision Amendment Approved Revision Date Project Waikanae Creek Pedestrian Bridge Gisborne District Council A mm Gisborne Office PO Box 49 Gisborne 4040 New Zealand Drawn Designed Approved Revision Date TC TC A Williamson Sept 13 Sheet Elevation and Concept Original Sheet Size A3 [420x297] Plot Date 12 Sep 3:34 p.m. Path G:\GDC EW08-25 PS\2S8600 Community Facilities\02 Waikanae Stream Footbridge_Awapuni School\DESIGN 2 (Peter) 021GG\Waikanae Bridge TENDER.dwg 02 Project No. Scale Drawing No. Sheet. No. 2S GG NTS 3/174/459/ R0 Revision

114 A RL3.51m mm D12 PERIMETER BAR 8 D12 U-BAR A 4 15-D D12-185V 24 D12 STIRRUPS - PAIR AT SECTION C-C RAILWAY SIDE (RHS BANK) 3 D12 STIRRUPS D12 U BAR 3 D12 STIRRUPS 310UC118 PILE D12 PERIMETER BAR 8 D12 U-BAR 10 mm 0 5-D12 U SHAPED BARS ONE AT THE TOP AND BOTTOM AT 200 CENTERS IN WINGWALL SECTION B-B (BACKWALL) RAILWAY SIDE (RHS BANK) 5-D12 U SHAPED BARS ONE AT THE TOP AND BOTTOM AT 20-D CENTERS IN WINGWALL (10 PAIRS) 20-D12 U SHAPED BARS TOP AND BOTTOM AT 200 CENTERS FOR TENDER PURPOSES Revision Amendment Approved Revision Date Project Waikanae Creek Pedestrian Bridge Gisborne District Council A mm Gisborne Office PO Box 49 Gisborne 4040 New Zealand Drawn Designed Approved Revision Date TC TC A Williamson Sept 13 Sheet Railway Side Abutment (RHS Bank) Details Project No. Scale Drawing No. Sheet. No. 2S GG 1:25 (A3) 3/174/459/ R0 Revision Original Sheet Size A3 [420x297] Plot Date 12 Sep 3:36 p.m. Path G:\GDC EW08-25 PS\2S8600 Community Facilities\02 Waikanae Stream Footbridge_Awapuni School\DESIGN 2 (Peter) 021GG\Waikanae Bridge TENDER.dwg 03

115 mm 10 mm 0 2 D12 PERIMETER BAR 8 D12 U-BAR 5-D12 U SHAPED BARS ONE AT THE TOP AND BOTTOM AT 200 CENTERS IN WINGWALL A3 Original Sheet Size A3 [420x297] 12-D12 U SHAPED BARS ONE AT THE TOP AND BOTTOM AT 200 CENTERS mm 15-D SECTION C-C ALFRED COX PARK SIDE (LHS BANK) 2400 SECTION B-B (BACKWALL) ALFRED COX PARK SIDE (LHS BANK) Plot Date 12 Sep 3:50 p.m. Path G:\GDC EW08-25 PS\2S8600 Community Facilities\02 Waikanae Stream Footbridge_Awapuni School\DESIGN 2 (Peter) 021GG\Waikanae Bridge TENDER.dwg 04 A 4 A 4 Revision Amendment 20-D RL3.51m 12-D D12 PERIMETER BAR 8 D12 U-BAR 5-D12 U SHAPED BARS ONE AT THE TOP AND BOTTOM AT 200 CENTERS IN WINGWALL Approved Revision Date D 5 16MM SHEAR PLATE WELDED TO UC ON ALL EDGES 20-D12-185V 1700 B 3/4 B 200 C C 500 SECTION A-A BOTH SIDES 21-D12 U BARS UC118 pile RL3.08m 24 D12 STIRRUPS - PAIR AT D12-185V Notes: NOTES: 1. ALL DIMENSIONS SHALL BE VERIFIED ON SITE. REFER ANY DISCREPANCY IMMEDIATELY TO THE ENGINEER. 2. ALL BOLT HOLES SHALL BE DRILLED 2mm OVERSIZE UNLESS SHOWN OTHERWISE. 3. ALL ON SITE FABRICATION OF TREATED WOOD (INCLUDING NOTCHES, CROSS CUTTING, BORE HOLES) SHALL BE TREATED WITH 2% COPPER NAPHTHENATE SOLUTION LIBERALLY - PRODUCTS SUCH AS OSMOSE'S RESEAL OR METALLEX WOULD BE SUITABLE. 4. REINFORCED CONCRETE TO BE IN ACCORDANCE WITH NZS DAYS COMPRESSIVE STRENGTH = 40MPa 6. SURFACE FINISH TO COMPLY WITH NZS 3114, F3 FOR FORMED & U1 FOR UNFORMED SURFACES 7. CONCRETE COVER = 50mm. 8. VERTICAL CONCRETE SURFACES IN CONTACT WITH SOIL TO BE PAINTED WITH TWO COATS OF BITUMEN PAINT. 9. CAST INSITU ABUTMENT SHELF TO HAVE 1 IN 80 FALL TRANSVERSELY TO LOWER SIDE. 10. REINFORCEMENT GRADE TO BE 500E. 11. BOLT HOLES & BOLTS TO BE COATED WITH GREASE. 12. ALL ITEMS OF STEELWORK INCLUDING BOLTS, NUTS, BRACKETS, NAILS & WASHERS SHALL BE STAINLESS STEEL GRADE ALL CORNERS AND EDGES TO HAVE 25X25MM CHAMFERS Gisborne Office PO Box 49 Gisborne 4040 New Zealand Drawn Designed Approved Revision Date TC TC A Williamson Sept 13 Project Waikanae Creek Pedestrian Bridge Gisborne District Council Sheet Alfred Cox Park Side Abutment (LHS Bank) Details Project No. Scale Drawing No. Sheet. No. 2S GG 1:25 (A3) 3/4 3/4 3/4 3/174/459/ R0 D 5 FOR TENDER PURPOSES Revision

116 HD12 U BARS HD12 U BARS mm D12 U SHAPED BARS TOP AND BOTTOM AT 200 CENTERS D DRAINAGE SLOT AT 1 IN 40 SLOPE TO FREELY DRAIN TO EDGE OF ABUTMENT Bearing Shelf 20-D12-185V 24 D12 STIRRUPS - PAIR AT R10 SPIRAL BAR Ø500MM 100MM PITCH 450MM HIGH D12-185V 24 D12 STIRRUPS - PAIR AT 200 CENTRELINE OF BRIDGE A 4 BEARING SHELF R10 SPIRAL BAR Ø500MM 100MM PITCH 450MM HIGH 11-D PATH 8-HD12 U BARS HD12 U BARS-200 A 4 PATH 1200 CENTRELINE OF BRIDGE R10 SPIRAL BAR Ø500MM 100MM PITCH 450MM HIGH mm 0 A 4 A 4 SECTION D-D ALFRED COX PARK SIDE (LHS BANK) 45 5-HD12 U BARS HD12 U BARS-185 A3 Original Sheet Size A3 [420x297] mm SECTION D-D RAILWAY SIDE (RHS BANK) Plot Date 12 Sep 3:38 p.m. Path G:\GDC EW08-25 PS\2S8600 Community Facilities\02 Waikanae Stream Footbridge_Awapuni School\DESIGN 2 (Peter) 021GG\Waikanae Bridge TENDER.dwg 05 Revision Amendment Approved Revision Date Gisborne Office PO Box 49 Gisborne 4040 New Zealand Drawn Designed Approved Revision Date TC TC A Williamson Sept 13 Project Waikanae Creek Pedestrian Bridge Gisborne District Council Sheet Reinforced Concrete Abutments Details Project No. Scale Drawing No. Sheet. No. 2S GG 1:25 (A3) FOR TENDER PURPOSES 3/174/459/ R0 Revision

117 Opus International Consultants Ltd F2, Wilson James Centre, 75 Peel St PO Box 49, Gisborne 4040 New Zealand t: f: w:

Conditions of Contract

Conditions of Contract Amberley Main Street Upgrade Contract No. 10/21 10/21 - Amberley Main Street Upgrades CC Page 1 of 24 C Contents Conditions of Contract Table of Contents Page GENERAL CONDITIONS OF CONTRACT 3 FIRST SCHEDULE

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

More information

NZIA Standard Construction Contract

NZIA Standard Construction Contract New Zealand Institute of Architects Incorporated NZIA Standard Construction Contract NZIA SCC 2014 Between The Principal Norrie Family Trust And The Contractor For Contract Norrie Home At

More information

[Project Name] NZTA Contract No. [Contract Number] Schedule of Prices

[Project Name] NZTA Contract No. [Contract Number] Schedule of Prices [Project Name] NZTA Contract No. [Contract Number] Schedule of Prices Schedule of Prices SP1

More information

The New Standard Construction Contracts: NZS3910, 3916 and 3917

The New Standard Construction Contracts: NZS3910, 3916 and 3917 The New Standard Construction Contracts: NZS3910, 3916 and 3917 Brian Clayton, Partner FEBRUARY 2014 3258689.3 Chapman Tripp Introduction Standards New Zealand has recently completed the first review of

More information

GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES

GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES GENERAL CONDITIONS OF CONTRACT MINOR WORKS AND SERVICES GENERAL CONDITIONS OF CONTRACT FOR MINOR WORKS PAGE 1 BASE D ON WA LOCAL GOVERNMENT ASSOCIATION MODEL 2010 TABLE OF CONTENTS 1 INTERPRETATION 2 RISE

More information

Basic Guide. General Conditions of Contract for Construction Works (GCC 2004)

Basic Guide. General Conditions of Contract for Construction Works (GCC 2004) Basic Guide General Conditions of Contract for Construction Works (GCC 2004) February 2008 Preface The Construction Industry Development Board (CIDB) is a national body established by an Act of Parliament

More information

New-Gen Electrical (ABN 11 514 699 805) Terms & Conditions

New-Gen Electrical (ABN 11 514 699 805) Terms & Conditions ACRS Lic No. A021974 Lic No. 192237C New-Gen Electrical (ABN 11 514 699 805) Terms & Conditions *Definitions are in clause 19 1. FORMATION OF AGREEMENT 1.1 Acceptance of Quotation The Customer must accept

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

Schedule of Prices. Project Name Contract No. Contract Number

Schedule of Prices. Project Name Contract No. Contract Number Schedule of Prices Project Name Contract No. Contract Number C3-LS-BP-Issue 2 SP Page 1 Printed 1 March 2011 >: 1. When preparing the schedule

More information

(INDIVIDUALS ONLY) IndContPkge Version: 1.7 Updated: 18 Jul. 03

(INDIVIDUALS ONLY) IndContPkge Version: 1.7 Updated: 18 Jul. 03 INDEPENDENT CONTRACTOR PACKAGE (INDIVIDUALS ONLY) IndContPkge Version: 1.7 Updated: 18 Jul. 03 Contents Preface 2 Checklist 3 Helpful Hints 4 Frequently Asked Questions 5 Agreement with an Independent

More information

Asset Protection Agreement Templates - Customer Explanatory Notes. Explanatory Notes on Asset Protection Agreement

Asset Protection Agreement Templates - Customer Explanatory Notes. Explanatory Notes on Asset Protection Agreement Asset Protection Agreement Templates - Customer Explanatory Notes Explanatory Notes on Asset Protection Agreement Clause Heading Background The Asset Protection Agreement is intended for use where the

More information

CLIENT / PROJECT MANAGER AGREEMENT

CLIENT / PROJECT MANAGER AGREEMENT Authorship of this work is claimed by The Association of Construction Project Managers and any unauthorised reproduction constitutes an infringement in terms of the Copyright Act No 98 of 1978. CLIENT

More information

A JCT 2011 Minor Works Building Contract

A JCT 2011 Minor Works Building Contract A JCT 2011 Minor Works Building Contract A20 JCT MINOR WORK BUILDING CONTRACT (MW) Minor works transparency document Rev A A20 / A20 JCT MINOR WORK BUILDING CONTRACT (MW) JCT MINOR WORKS BUILDING CONTRACT

More information

ARTWORK COMMISSION AGREEMENT

ARTWORK COMMISSION AGREEMENT ARTWORK COMMISSION AGREEMENT THIS AGREEMENT is made the day of in the year BETWEEN the Minister for Works of Level 6, 16 Parkland Road, Osborne Park, WA 6017 being the body corporate created under Section

More information

LEAD PROVIDER FRAMEWORK CALL OFF TERMS AND CONDITIONS

LEAD PROVIDER FRAMEWORK CALL OFF TERMS AND CONDITIONS LEAD PROVIDER FRAMEWORK CALL OFF TERMS AND CONDITIONS 1 LEAD PROVIDER FRAMEWORK - CALL OFF TERMS AND CONDITIONS - SUMMARY Where an Order Form is issued by the Authority that refers to the Framework Agreement,

More information

PUBLIC SECTOR STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION WORKS

PUBLIC SECTOR STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION WORKS PUBLIC SECTOR STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION WORKS 2014 Public Sector Standard Conditions of Contract for Construction Works 2014 Building and Construction Authority First published 1995

More information

33.00 Conditions of Tendering & Conditions of Contract for Lump Sum Contracts

33.00 Conditions of Tendering & Conditions of Contract for Lump Sum Contracts Design Guidelines & Procedures Draft Version 18 33.00 Conditions of Tendering & Conditions of Contract for Lump Sum Contracts 33.01 Conditions of Tendering The Griffith University General Conditions of

More information

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note:

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note: TENDER NOTICE 1 Name of the work and place Electrical works at sbi.intouch BRANCH (KADAPA), Y.S.R. District, Andhra Pradesh. 2 Estimated Cost Rs.9,51,186/- 3 Date of issue of tender through 23/06/16 Bank

More information

Government of the Kingdom of Lesotho. Ministry of Public Works and Transport. Principal Building Agreement

Government of the Kingdom of Lesotho. Ministry of Public Works and Transport. Principal Building Agreement Government of the Kingdom of Lesotho Ministry of Public Works and Transport Project Employer Contractor Contract Date Contract No Principal Building Agreement MINISTRY OF PUBLIC WORKS & TRANSPORT BUILDING

More information

KITCHEN CONTRACT FOR WORK OVER $5000 COMPANY NAME: ADDRESS: DATE: CONTRACT PRICE: Please read all attached information and terms.

KITCHEN CONTRACT FOR WORK OVER $5000 COMPANY NAME: ADDRESS: DATE: CONTRACT PRICE: Please read all attached information and terms. KITCHEN CONTRACT FOR WORK OVER $5000 COMPANY NAME: ADDRESS: DATE: CONTRACT PRICE: Please read all attached information and terms. Page 1 of 14 OWNER CHECKLIST (To be completed by the owner prior to signing

More information

Professional Indemnity Proposal Form. for. Finance & Mortgage Brokers

Professional Indemnity Proposal Form. for. Finance & Mortgage Brokers Professional Indemnity Proposal Form for Finance & Mortgage Brokers Address: 5/3352 Pacific Highway Postal: PO Box 976 Springwood QLD 4127 Springwood QLD 4127 Phone: 07 3387 2800 Fax: 07 3208 2200 Email:

More information

Doral Mineral Sands Pty Ltd. Standard Terms and Conditions

Doral Mineral Sands Pty Ltd. Standard Terms and Conditions Doral Mineral Sands Pty Ltd Standard Terms and Conditions 1 Definitions Doral Mineral Sands Pty Ltd Standard Terms & Conditions (2002) 1 1.1 In this Agreement, unless the context otherwise requires: Agreement

More information

PERFORMANCE BOND INSTRUCTIONS (FEB 2015)

PERFORMANCE BOND INSTRUCTIONS (FEB 2015) PERFORMANCE BOND INSTRUCTIONS (FEB 2015) 1. Introduction a. Procurement Services Division has posted two distinct performance bond forms. One is an indemnity bond. The other is a completion bond. The nature

More information

Conditions of Contract for Consultancy Services

Conditions of Contract for Consultancy Services Conditions of Contract for Consultancy Services INGENIUM PO Box 118, Thames; Ph 07 868 3930, Fax 07 868 3930 www.ingenium.org.nz NZ Transport Agency Private Bag 6995, Wellington 6441; Ph 04 894 5400, Fax:

More information

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT. Notice No... 2011

BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT. Notice No... 2011 BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT Notice No.... 2011 NOTICE IN TERMS OF THE COUNCIL FOR THE BUILT ENVIRONMENT ACT, 2000 (ACT NO. 43 OF 2000) The Council for the Built Environment has under

More information

Tender forms and letters 1. Final accounts 7 Cost items 7 Presenting the final account 9. Retention and defects liability period 11.

Tender forms and letters 1. Final accounts 7 Cost items 7 Presenting the final account 9. Retention and defects liability period 11. Contents Tender forms and letters 1 Final accounts 7 Cost items 7 Presenting the final account 9 Retention and defects liability period 11 Summary 14 Tender forms and letters Often clients/architects require

More information

NZS 3910:2013. Conditions of contract for building and civil engineering construction NZS 3910:2013. New Zealand Standard

NZS 3910:2013. Conditions of contract for building and civil engineering construction NZS 3910:2013. New Zealand Standard New Zealand Standard Conditions of contract for building and civil engineering construction Superseding (in part) NZS 3910:2003 NZS 3910:2013 COMMITTEE REPRESENTATION This Standard was prepared under the

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office)

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office) Certificate of Entitlement (COE) Bidding Agreement VENDOR S NAME (Addresses and details of Head Office and Branch Office) THIS PURCHASER S REQUEST AND AUTHORISATION TO BID FOR A COE AGREEMENT ("the Agreement")

More information

Village of Nakusp RFQ 2016-1 Source Protection Plan

Village of Nakusp RFQ 2016-1 Source Protection Plan RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

MDB Harmonised Particular Conditions

MDB Harmonised Particular Conditions FIDIC Plant and Design-Build Contract MDB Harmonised Particular Conditions 1. Introduction There is a need for FIDIC to provide sample Particular Conditions that render the General Conditions of the 1st

More information

Thames Water Utilities Limited. Settlement deed

Thames Water Utilities Limited. Settlement deed Thames Water Utilities Limited Settlement deed DATED [ ] THAMES WATER UTILITIES LIMITED the Undertaker [ ] the Owner DEED relating to the mitigation of the effects of settlement arising from the construction

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

Tender for. Provision of Risk Management Services for the Eyre Peninsula Local Government Association and Member Associations

Tender for. Provision of Risk Management Services for the Eyre Peninsula Local Government Association and Member Associations Tender for Provision of Risk Management Services for the Eyre Peninsula Local Government Association and Member Associations Select request for tenders Table of Contents Page No 1. Structure of this RFT...

More information

Prequalification of Roading Contractors

Prequalification of Roading Contractors Prequalification of Roading Contractors Manual for Roading Contractor Prequalification for Authorised CCC Roading Work Please send prequalification applications to Chris Nordstrom Project Manager Capital

More information

Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... NIC No:...Nationality:...

Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... NIC No:...Nationality:... Business Credit Card Application Form (Nominee) Nominee Details Title: Mr Mrs Ms Others... Family Name (in block letters):... First Names (in block letters):... Embossing name on card (in block letters

More information

PROPOSAL FORM FOR CONTRACTORS ALL RISKS INSURANCE

PROPOSAL FORM FOR CONTRACTORS ALL RISKS INSURANCE 1 2 Name of Proposer (in full) Address PROPOSAL FORM FOR CONTRACTORS ALL RISKS INSURANCE 3 4 Trade or business Name and address of Principal for whom contract is to be undertaken 5 6 7 Description of Contract.

More information

Scheme Rules. The JLT (Schools PA) Discretionary Trust Arrangement. Distinctive. Choice. JLT GROUP SERVICES PTY LTD

Scheme Rules. The JLT (Schools PA) Discretionary Trust Arrangement. Distinctive. Choice. JLT GROUP SERVICES PTY LTD Scheme Rules The JLT (Schools PA) Discretionary Trust Arrangement Distinctive. Choice. JLT GROUP SERVICES PTY LTD Version (SchoolsPA) 2014 Distinctive Choice JLT is an international group of Risk Specialists

More information

Regional Council of Goyder

Regional Council of Goyder Regional Council of Goyder Request for Quotation for the design/supply and installation of a Solar Photovoltaic System to the Eudunda Swimming Pool. RFQ Number 07.2015.15 Tender Closing Time: 3:00pm on

More information

Code of Practice for Agents Undertaking Renovation Grants

Code of Practice for Agents Undertaking Renovation Grants Code of Practice for Agents Undertaking Renovation Grants July 1998 Contents Introduction Page 1 Approved List of Agents Page 1 Procurement Page 2 Approval Page 5 Works in Progress Page 6 Completion Page

More information

FACTORING AGREEMENT ARGYLL COMMUNITY HOUSING ASSOCIATION LIMITED

FACTORING AGREEMENT ARGYLL COMMUNITY HOUSING ASSOCIATION LIMITED ARGYLL COMMUNITY HOUSING ASSOCIATION LIMITED This is a FACTORING AGREEMENT between Argyll Community Housing Association Limited, having our registered office at 63-65 Chalmers Street, Ardrishaig, Argyll,

More information

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT CONDITIONS OF TENDER TENDER NO : XXX TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT EVALUATION CRITERIA 1. Unless otherwise allowed by the Ministry

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

Contract for Capital Purchase N [reference of the COMPANY]

Contract for Capital Purchase N [reference of the COMPANY] Contract for Capital Purchase N [reference of the COMPANY] Between [ ].... represented by the duly authorized persons designated on the signature page of the present CONTRACT, hereinafter referred to in

More information

This AGREEMENT made the... day of... between the HUNTER WATER CORPORATION (hereinafter called the Corporation ) and ...

This AGREEMENT made the... day of... between the HUNTER WATER CORPORATION (hereinafter called the Corporation ) and ... MINOR WORKS NO.... This AGREEMENT made the... day of... between the HUNTER WATER CORPORATION (hereinafter called the Corporation ) and of... Hereinafter called the Developer ) It is agreed that the Developer

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

MOBILE VOICE SERVICES PROVISION AGREEMENT

MOBILE VOICE SERVICES PROVISION AGREEMENT MOBILE VOICE SERVICES PROVISION AGREEMENT A. CUSTOMER INFORMATION Please select if you re an existing Customer Contract #. Corporate/Individual Name.. TIN...... Physical Address.. Postal Address......

More information

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business.

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business. JRI S STANDARD TERMS OF PURCHASE 1. INTERPRETATION 1.1 Definitions. In these Conditions, the following definitions apply: Business Day: a day (other than a Saturday, Sunday or public holiday) when banks

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

SUB CONTRACTORS AGREEMENT

SUB CONTRACTORS AGREEMENT DATED NR EVANS AND SON LIMITED and SUB CONTRACTORS AGREEMENT NR EVANS & SON LIMITED LLWYN YR EOS CROSS HANDS BUSINESS PARK LLANELLI CARMARTHENSHIRE SA14 6RA CONTRACT TERMS AND CONDITIONS SUB-CONTRACTORS

More information

1.3 These Conditions may only be amended or varied by written agreement signed by both Parties.

1.3 These Conditions may only be amended or varied by written agreement signed by both Parties. TERMS AND CONDITIONS OF SALE AND PROVISION OF SERVICES 1. Sale of goods / Provision of services 1.1 Monash University ( Monash ) provides the goods and/or services subject to these terms and conditions,

More information

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

FOR INFORMATION PURPOSES ONLY

FOR INFORMATION PURPOSES ONLY On December 23, 2013, the debtor Metropolitní spořitelní družstvo v likvidaci, having its registered office at Balbínova 404/22, Prague 2, Postal Code 120 00, Identification Number: 255 71 150, registered

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

Agent Agreement WITNESSETH

Agent Agreement WITNESSETH PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and

More information

SPECIFIC SAFETY OBLIGATIONS FOR CONTRACTORS ENGAGED WITH THE CITY OF BUNBURY.

SPECIFIC SAFETY OBLIGATIONS FOR CONTRACTORS ENGAGED WITH THE CITY OF BUNBURY. SPECIFIC SAFETY OBLIGATIONS FOR CONTRACTORS ENGAGED WITH THE CITY OF BUNBURY. The City of Bunbury acknowledges that it has a Duty of Care obligation under the Occupational Safety and Health Act 1984 (Section

More information

SM031 APPENDIX G4. Procedures for introducing a consultant s deed of professional care (DoPC) into a D&C contract following Contract Award

SM031 APPENDIX G4. Procedures for introducing a consultant s deed of professional care (DoPC) into a D&C contract following Contract Award SM031 APPENDIX G4 SUBJECT: Procedures for introducing a consultant s deed of professional care (DoPC) into a D&C contract following Contract Award Purpose Detail the procedure to amend the contract documents

More information

EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER

EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER Close of Tenders Tenders close at Time AEST on Date Month Year Invitation to Tender Contract No: XXXX Name of Procurement Tenders are invited from suitably qualified

More information

香 港 特 別 行 政 區 政 府. The Government of the Hong Kong Special Administrative Region. Development Bureau Technical Circular (Works) No.

香 港 特 別 行 政 區 政 府. The Government of the Hong Kong Special Administrative Region. Development Bureau Technical Circular (Works) No. 香 港 特 別 行 政 區 政 府 The Government of the Hong Kong Special Administrative Region 政 府 總 部 發 展 局 工 務 科 香 港 添 馬 添 美 道 2 號 政 府 總 部 西 翼 1 8 樓 Works Branch Development Bureau Government Secretariat 18/F, West

More information

Conditions of Contract for CONSTRUCTION

Conditions of Contract for CONSTRUCTION Conditions of Contract for CONSTRUCTION FOR BUILDING AND ENGINEERING WORKS DESIGNED BY THE EMPLOYER Multilateral Development Bank Harmonised Edition June 2010 General Conditions This publication is exclusive

More information

GCB Debit Card Corporate Application Form

GCB Debit Card Corporate Application Form GCB Debit Card Corporate Application Form Supporting Documents Required Companies Company Regulations Certificate of Incorporation, Certificate to Commence Business Certified copy of a Resolution of Board

More information

Single Project Professional Indemnity Insurance Proposal Form. Note: This is a proposal form for a claims made policy

Single Project Professional Indemnity Insurance Proposal Form. Note: This is a proposal form for a claims made policy Single Project Professional Indemnity Insurance Proposal Form Note: This is a proposal form for a claims made policy Please provide any necessary explanations or additional details by attaching separate

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

Calliden Construction Work and Legal Liability

Calliden Construction Work and Legal Liability Calliden Construction Work and Legal Liability Insurance Proposal Important tices You must read the tices below. If you have any questions please contact your insurance adviser direct or our office. Visit

More information

UNIT TRUST INVESTMENT APPLICATION FORM Companies, Close Corporation and other legal entities

UNIT TRUST INVESTMENT APPLICATION FORM Companies, Close Corporation and other legal entities UNIT TRUST INVESTMENT APPLICATION FORM Companies, Close Corporation and other legal entities Namibia Unit Trust Managers Limited Registration Number: 96/308 All sections must be completed in full using

More information

Willis & Ainsworth Ltd Terms and Conditions

Willis & Ainsworth Ltd Terms and Conditions Willis & Ainsworth Ltd Terms and Conditions 1. DEFINITIONS "The Company" means Willis and Ainsworth Ltd (company number 7563552) "the Customer" means the party with whom the Company contracts; "Contract"

More information

ANNEXURE TO Australian Standard Minor Works Contract Conditions (Superintendent Administered) AS 4905 2002. Part A

ANNEXURE TO Australian Standard Minor Works Contract Conditions (Superintendent Administered) AS 4905 2002. Part A ANNEXURE TO Australian Standard Minor Works Contract Conditions (Superintendent Administered) AS 4905 2002 Part A This Annexure shall be completed and issued as part of tender documents and subject to

More information

International Construction Warranties Limited. Terms & Conditions. Version UK1

International Construction Warranties Limited. Terms & Conditions. Version UK1 International Construction Warranties Limited Terms & Conditions Version UK1 Rules of Registration Version 5 All Companies applying for or taking out a Warranty on a New Development with ICW shall comply

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project

More information

Personal Loan Agreement

Personal Loan Agreement March 2014 HSBC Bank Middle East Limited - PERSONAL LOAN AGREEMENT HSBC Bank Middle East Limited Personal Loan Agreement Copyright. HSBC Bank Middle East Limited 2014 ALL RIGHTS RESERVED. No part of this

More information

Appendix 18 NEC3 Options

Appendix 18 NEC3 Options Appendix 18 NEC3 Options December 2007 Page 449 Appendix 18 NEC3 Options NEC3 Main Options There are six main options as set out below. The Contractor carries the greatest risk under options A and B, and

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions "Avanade" means Avanade Asia Pte Ltd (Company Registration No.: 20005969E), a company incorporated in Singapore, having its offices at 238A Thomson Road, #25-01 Novena

More information

QUEST - QBE COMPREHENSIVE MOTOR INSURANCE MASTER POLICY

QUEST - QBE COMPREHENSIVE MOTOR INSURANCE MASTER POLICY QUEST - QBE COMPREHENSIVE MOTOR INSURANCE MASTER POLICY CONTENTS PAGE SECTION 1: LOSS OR DAMAGE TO VEHICLE 1 INSURING CLAUSE 1 AUTOMATIC EXTENSION 1 LIMIT OF INDEMNITY 1 EXCLUSIONS 1 EXCESS FOR SECTION

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

Republic of Zambia Ministry of Works and Supply Roads Department Labor-based Routine Maintenance Contract Agreement. C. Kalangwa - Box 33545, Lusaka

Republic of Zambia Ministry of Works and Supply Roads Department Labor-based Routine Maintenance Contract Agreement. C. Kalangwa - Box 33545, Lusaka August 2000 1) Parties to the Agreement Republic of Zambia Ministry of Works and Supply Roads Department Labor-based Routine Maintenance Contract Agreement 1.1 The Employer: The Roads Training School for

More information

AIA Document A310 TM 2010

AIA Document A310 TM 2010 AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections

More information

Permit Number: Date Issued: Permit Fee: Invoice Number:

Permit Number: Date Issued: Permit Fee: Invoice Number: City of Burnaby Page 1 of 4 Encroachment Application and Permit Agreement (Testpit, Monitoring Well, Borehole or Vacuum-Hole Installation, Minor Excavation or other Non-Intrusive Work) Rev. 5-2013 Permit

More information

Registration Form for DCB Business Internet Banking

Registration Form for DCB Business Internet Banking Registration Form for DCB Business Internet Banking Branch : Account Name: Corporate ID (Customer ID) : 1. Account Holder's Declaration, Request and We: (a) Maintain an account with the DCB Bank Limited

More information

BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS

BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS BP NEW ZEALAND PURCHASE ORDER GENERAL TERMS 1. DEFINITIONS AND INTERPRETATION 1.1 In these General Terms, the following terms shall have the following meaning: BP Affiliate shall mean the BP entity stated

More information

IN FIDIC 99 RED BOOK COULD IT BE SUPERVISION CONSTRUCTION. Dr. Munther M. Saket. The Role of the Engineer

IN FIDIC 99 RED BOOK COULD IT BE SUPERVISION CONSTRUCTION. Dr. Munther M. Saket. The Role of the Engineer THE ROLE OF THE ENGINEER IN FIDIC 99 RED BOOK COULD IT BE PERFORMED BY A SUPERVISION CONSULTANT & A CONSTRUCTION MANAGER? Dr. Munther M. Saket December 2010 The Role of the Engineer 1 The ENGINEER S ROLE

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than

More information

Article 1: Subject. Article 2: Orders - Order Confirmation

Article 1: Subject. Article 2: Orders - Order Confirmation GENERAL CONDITIONS OF PURCHASE Article 1: Subject 1.1 The following general conditions of purchase (the "General Conditions") establish the contractual conditions governing the purchase of raw materials,

More information

SERVICES AGREEMENT Agreement Consultant MBA SERVICES Consultancy Terms Consultant Notification Form FEES EXPENSES

SERVICES AGREEMENT Agreement Consultant MBA SERVICES Consultancy Terms Consultant Notification Form FEES EXPENSES SERVICES AGREEMENT This Services Agreement ( Agreement ) is a contract between you (the Consultant ) and MBA & Company Consultancy Limited ( MBA ), a company incorporated and registered in England and

More information

SUBSIDIARY LEGISLATION 104.01 MOTOR VEHICLES INSURANCE REGULATIONS

SUBSIDIARY LEGISLATION 104.01 MOTOR VEHICLES INSURANCE REGULATIONS MOTOR VEHICLES INSURANCE [S.L.104.01 1 SUBSIDIARY LEGISLATION 104.01 MOTOR VEHICLES INSURANCE REGULATIONS 1st August, 1947 GOVERNMENT NOTICE 611 of 1939, as amended by Government Notice 221 of 1947 and

More information

HSBC Renminbi Business Credit Card Programme Agreement

HSBC Renminbi Business Credit Card Programme Agreement HSBC Renminbi Business Credit Card Programme Agreement The following terms and conditions govern (a) the use by a Cardholder of a Business Card being an HSBC Renminbi Business Credit Card (a Card ) issued

More information

TENDER APPLICATION FORM

TENDER APPLICATION FORM NEIGRIHMS North Eastern Indira Gandhi Regional Institute of Health and Medical Sciences, Shillong (An Autonomous Institute, Ministry of Health and Family Welfare, Government of India) Director s Block,

More information

Professional Indemnity Proposal Form. for. Accountants. Address: 5/3352 Pacific Highway Postal: PO Box 976. Springwood QLD 4127 Springwood QLD 4127

Professional Indemnity Proposal Form. for. Accountants. Address: 5/3352 Pacific Highway Postal: PO Box 976. Springwood QLD 4127 Springwood QLD 4127 Professional Indemnity Proposal Form for Accountants Address: 5/3352 Pacific Highway Postal: PO Box 976 Springwood QLD 4127 Springwood QLD 4127 Phone: 07 3387 2800 Fax: 07 3208 2200 Email: [email protected]

More information

AIA Document A312 - Electronic Format. Performance Bond

AIA Document A312 - Electronic Format. Performance Bond AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION

More information