«Region» Region CONTRACT «ContractNumber»/«ContractYear»» PREQUALIFICATION LEVEL: «Road » & «Structures » «ContractDesc» «RoadName» «SectionName» TENDER SUBMISSION DOCUMENT BOOK 1 TENDER DOCUMENTS ● BOOK 1 TENDER SUBMISSION DOCUMENT ○ BOOK 2 CONDITIONS OF CONTRACT ○ BOOK 3 GENERAL AND MANAGEMENT REQUIREMENTS (100 & 200 Series) ○ BOOK 4 ROADWORKS TECHNICAL SPECIFICATIONS (300 – 700 & 900 Series) ○ BOOK 5 STRUCTURES TECHNICAL SPECIFICATIONS (800 Series) ○ BOOK 6 ROADWORKS DRAWINGS ○ BOOK 7 STRUCTURES DRAWINGS ○ BOOK 8 INFORMATION FOR TENDERERS OTHER INFORMATION (medium) MAIN ROADS Western Australia D13#19116 – 12 May 2017 DIGITAL DESIGN MODEL Tender Submission Document Contract XXXX/XX Page 1 of 74 CONTENTS Clause Page No LOCALITY PLAN ......................................................................................................... 11 INVITATION TO TENDER ............................................................................................ 12 CONDITIONS OF TENDERING FOR MAJOR WORKS CONTRACTS ........................ 19 FORM 1 – PRINCIPAL SUPPLIED ITEMS................................................................... 36 TENDER SCHEDULE A – FORM OF TENDER ........................................................... 37 TENDER SCHEDULE A – FORM OF TENDER ........................................................... 38 TENDER SCHEDULE D – OTHER PROJECT/CONTRACT COMMITMENTS ............ 43 TENDER SCHEDULE E – CONSTRUCTION PROGRAM ........................................... 44 TENDER SCHEDULE F, PART 1 – BUY LOCAL QUESTIONNAIRE .......................... 45 TENDER SCHEDULE F, PART 2 – IMPORTED CONTENT QUESTIONNAIRE .......... 49 TENDER SCHEDULE F, PART 3 – LOCAL CONTENT QUESTIONNAIRE ................ 50 TENDER SCHEDULE G – UNIQUE AND CRITICAL CONSTRUCTION ACTIVITIES . 52 TENDER SCHEDULE H – OUTLINE SAFETY MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES ........................................................................................ 53 TENDER SCHEDULE I – OUTLINE TRAFFIC MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES ................................................................................................ 54 TENDER SCHEDULE J – OUTLINE COMMUNITY RELATIONS MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES ................................................................. 55 TENDER SCHEDULE K – OUTLINE ENVIRONMENTAL MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES ......................................................................... 56 TENDER SCHEDULE L – OTHER REQUIRED INFORMATION.................................. 57 TENDER SCHEDULE M – ALTERNATIVE TENDER .................................................. 58 TENDER SCHEDULE N – DECLARATION OF COMPLIANCE WITH THE CODE FOR THE TENDERING AND PERFORMANCE OF BUILDING WORK 2016 ...................... 59 TENDER SCHEDULE O – DECLARATION OF COMPLIANCE WITH BCI CODE ...... 64 TENDER SCHEDULE P – AUSTRALIAN GOVERNMENT BUILDING AND CONSTRUCTION WHS ACCREDITATION SCHEME ................................................. 65 TENDER SCHEDULE Q – DISCLOSURE OF CRIMINAL CONVICTIONS .................. 66 TENDER SCHEDULE R – WORKPLACE RELATIONS MANAGEMENT PLAN ......... 67 FORM 2 – FORM OF AGREEMENT ............................................................................ 68 FORM 2 – FORM OF AGREEMENT ............................................................................ 69 MAIN ROADS STANDARD METHOD OF MEASUREMENT FOR CONSTRUCTION WORKS ........................................................................................................................ 71 MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 2 of 74 CONTRACT SPECIFIC ADDITIONS AND AMENDMENTS TO THE MAIN ROADS STANDARD METHOD OF MEASUREMENT FOR CONSTRUCTION WORKS .......... 72 SCHEDULES OF RATES/BILLS OF QUANTITIES ..................................................... 74 RECENT CHANGES TO TENDER DOCUMENTS MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX (PINK PAGE) Page 3 of 74 The following amendments or additions to documents for this Contract are summarised for the attention of Tenderers: DATE 12 May 2017 LOCATION, AMENDMENT OR ADDITION CT20 & Tender Schedule P & SCC 40.5 - WHS Accreditation Scheme – Amended the Act referenced in establishing the WHS Scheme DOCUMENT Conditions of Tendering Special Conditions of Contract 4 May 2017 CT2 Codes of Practice – Amended to include reference to the Building Code 2016 & BCI Code Conditions of Tendering CT9 Completion of Tender – included BCI Code as item 9.13 CT13 Assessment of Conforming and Alternative Tenders – Included additional information regarding Assessment of Tenders. Special Conditions of Contract Tender Schedule N Declaration of Compliance with the Code for the Tendering and Performance of Building Work 2016 – Included declaration of compliance with new Building Code 2016. Tender Schedule O Declaration of Compliance with BCI Code – Included declaration of compliance with new BCI Code. Tender Schedule R Workplace Relations Management Plan – Included requirement of Workplace relations Management Plan SCC1 Interpretation – Included additional definitions for the BCI Code and Building Code 2016. SCC30 Dispute Resolution - Updated to correctly refer to the Resolution Institute. SCC34 External Requirements – Included authors Notes relating to the Building Code. SCC49 Compliance with the Code for the Tendering and Performance of Building Work 2016 (Building Code) – Included for compliance with the Building Code 2016. CT21 Use of Lobbyist – updated to reference the current Commissioner’s Instruction No. 16 and the Integrity (Lobbyists) Act 2016. 23 August 2016 MAIN ROADS Western Australia D13#19116 – 12 May 2017 CT20 WHS Accreditation Scheme & Tender Schedule P - Amended the Regulations referenced. Tender Submission Document Contract XXXX/XX Conditions of Tendering Page 4 of 74 28 June 2016 Tender Schedule F Part 1 – added reference to the Industry Capability Network (ICN) in Question 9. SCC 14 – amended requirement for the Contractors Representative to be a qualified Engineer and eligible to have one of the following three Professional Engineer membership grades at the Institution of Engineers, Australia – FIEAust, MIEAust, GradIEAust or to have equivalent professional qualifications suited to one of the these Professional Engineer membership grades. 18 December 2015 SCC 47 – Adjustment for Rise and Fall in Costs Schedule C. Amended the Australian Bureau of Statistics table referenced. 1 October 2015 CT18 – Government Building Training Policy. Renamed from the Priority Start Building Policy and amended requirements to match the new Government Building Training Policy. Conditions of Tendering Special Conditions of Contract Special Conditions of Contract Conditions of Tendering Tender Schedule O – Priority Start Building Policy. Removed requirements of Tender Schedule O. SCC1 – Interpretation. Included additional definitions to match terms used in the new Government Building Training Policy. SCC26 – Payment Claims, Certificates, Calculations and Time for Payment. Amended Special Conditions of Contract clause to reference new Government Building Training Policy. SCC44 – Government Building Training Policy. Renamed from the Priority Start Building Policy and amended requirements to match the new Government Building Training Policy. Annexure Part A to the AS2124 General Conditions of Contract. Removed minimum number of trainees/apprentices requirement. 18 May 2015 Tender Schedule F, Part 3 – Local Content Questionnaire – included additional dot point to Conditions of Tendering cover Aboriginal Businesses contribution to the Buy Local, Local Content score. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 5 of 74 30 March 2015 CT 20, SCC 40.5, OSH (WHS) Accreditation Scheme: updated title and author notes to amended Conditions of Tendering thresholds for when policy applies. Amended text to include Alliance/JV requirements including an unaccredited builder. Included additional response to Appendix P for an Alliance or JV including an unaccredited builder when the Federal WHS Scheme applies. SCC 15 – Contractor’s Surveyor Removed reference to ISO 9001:2001 Special Conditions of Contract SCC 16 – Quality Removed reference to ISO 9001:2001 16 January 2015 CT9.8 – Buy Local Policy, CT13.2 – Assessment Finalisation & Tender Schedule F Parts 1-3: Amended to include Korea-Australia Conditions of Tendering Free Trade Agreement (KAFTA) and Japan-Australia Economic Partnership Agreement (JAEPA) requirements. 17 January 2014 20 December 2013 Tender Schedule A – amended to include Tenderers ABN and ACN. Tender Schedule A Tender Schedule F Part 3 – amended Information To Be Supplied by Tenderer. Tender Schedule F Part 3 Invitation to Tender – added Electronic Tender Lodgement to Clause 6. Invitation to Tender CT 13 – Assessment of Conforming and Alternative Tenders – modified Scoring Methodology in the Non-Price Assessment Table for Item 2.2 Local Industry Development. Conditions of Tendering Tender Schedule A - Form of Tender – added requirement for Tenderers claiming a Regional Business Preference to state their Regional Business bid address in the Form of Tender. 29 November 2013 CT 1 – Pre-Qualification – added the reference “National Prequalification System for Civil (Road and Bridge) Construction Contracts”. Conditions of Tendering CT 4 – Addenda – modified addenda clause. Tender Schedule F Part 3 – changed Department of Industry and Resources to Department of Commerce. 19 July 2013 MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Schedule F Part 1 – updated maximum Regional Business Preference and Regional Content Preference amounts to $250,000. Tender Submission Document Contract XXXX/XX Conditions of Tendering Page 6 of 74 26 March 2013 CT 2 - National Code of Practice – updated to include the Building Code 2013. Conditions of Tendering Tender Schedule N - Declaration of compliance – updated to include the Building Code 2013. SCC 34 – External Requirements – updated to include the Building Code 2013 Special Conditions of Contract SCC 49 – National Code of Practice – updated to include the Building Code 2013. 25 January 2013 CT 2 - National Code of Practice - modified link to Code and Guidelines. CT18 – Priority Start Building Policy – modified website link. SCC 26 – Payment Claims – modified the Department of Training and Workforce Development contact details for Priority Start. Conditions of Tendering Special Conditions of Contract SCC 34 – External Requirements - modified to reflect May 2012 Implementation Guidelines. SCC 44 – Priority Start Building Policy – modified contact details for the Department of Training and Workforce Development & The ROADS Foundation SCC 49 – National Code of Practice – modified to reflect May 2012 Implementation Guidelines and link to Code and Guidelines. 4 January 2013 CT 2 - National Code of Practice and Tender Schedule N - modified to reflect the May 2012 Implementation Guidelines. Conditions of Tendering CT18 – Priority Start Building Policy – modified contact details for the Department of Training and Workforce Development Form 2 – Form of Agreement – modified signature block C49 - National Code of Practice - modified to reflect May 2012 Implementation Guidelines and requirement for a statutory declaration of compliance with the Code and Guidelines. 23 February 2012 MAIN ROADS Western Australia D13#19116 – 12 May 2017 Updated hyperlinks to Main Roads and external websites. Tender Submission Document Contract XXXX/XX Special Conditions of Contract Conditions of Tendering Page 7 of 74 23 March 2011 Tender Schedule C – modified layout CT18 - Priority Start Building Policy – change of name and contact details for the Department of Training Conditions of Tendering CT21 – Use of Lobbyist – modify reference to new Circular 8 March 2011 CT9.12 – Schedule of Rates and Bill of Quantities – added requirement for electronic copies of Schedule of Rates and Bill of Quantities to be submitted with the tender. Conditions of Tendering 27 July 2010 Form of Agreement - modified Conditions of Tendering 13 May 2010 CT9.8 – Buy Local Policy & Tender Schedule F Parts 1-3: modified to include Australia – Chile Free Trade Agreement Conditions of Tendering CT13 – Assessment of Conforming and Alternative Tenders modified financial capacity assessment SCC1 Interpretation –Contractor comprising more than one person modified SCC13 – Contractor’s Insurance – Other Rights and Obligations of Contractor comprising two or more persons under sub clause 21.8 modified Special Conditions of Contract SCC47 – Rise and Fall & Schedule C modified SCC51 Application of Civil Liability Act - new clause added SCC52 – Financial Capacity - new clause added Attachment 1 – Statutory Declaration – modified to include financial capacity requirements MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 8 of 74 1 April 2010 CT 2 - National Code of Practice and Tender Schedule N - modified to reflect the August 2009 Implementation Guidelines. Conditions of Tendering CT 20 - Federal OSH Accreditation Scheme includes provision for joint venture requirements. SCC40.5 – modified requirements under the Australian Government Building and Construction OHS Accreditation Scheme Special Conditions of Contract SCC47 – Adjustment for Rise & Fall - index changed from (4121) to (3101). SCC49 - National Code of Practice - modified to reflect August 2009 Implementation Guidelines and requirement for a statutory declaration of compliance with the Code and Guidelines. 29 July 2009 SCC 15 – Contractor’s Surveyor: amended surveyor qualification Special Conditions of Contract 22 July 2009 CT1 – Prequalification includes provision for parent company guarantee (covenantor) if required. Conditions of Tendering CT 2 – National Code of Practice has been modified to include the requirement to submit all documents in the checklist at Tender Schedule N with the Tender. CT20 – Federal OSH Accreditation Scheme and Tender Schedule P: Tenderers required to be accredited at the time of tenders closing. CT21 - Use of Lobbyist clause added. CT22 – Criminal Convictions clause added. Tender Schedule P – modified to reflect changes to CT20. New Tender Schedule Q – Disclosure of Criminal Convictions Form of Tender and Form of Agreement includes parent company guarantee clause (if applicable). MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 9 of 74 22 July 2009 SCC 1 – Additional definitions for Approvals, Claim, Convenantor Indirect or Consequential Loss, Law, Legislative Requirement, Loss, Principals Personnel and Third Party. Special Conditions of Contract SCC 4A - New clause “Deed of Guarantee, Undertaking and Substitution” to replace General Conditions GC 5.10. SCC 4B – New clause “Formal Instrument of Agreement” to modify General Conditions GC 6.2. SCC 8 – Subcontracting: subclause (d) has been modified to include disclosure of criminal convictions. SCC 12 & SCC 13 – Indemnity and Insurance clauses reworded. SCC 19 – Construction Program: modified to include “work under the Contract”. 22 July 2009 SCC 40.3 - OSH and Traffic Management Representatives qualifications modified to comply with Specification 202. Special Conditions of Contract SCC 44 – Priority Start Building Policy: Reach Foundation contact details changed. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 10 of 74 LOCALITY PLAN «ContractNumber» MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 11 of 74 INVITATION TO TENDER NOTE: (delete all Notes and text in red before printing) All edits to the downloaded Tender Documents shall be in tracked changes mode. If all information relating to a clause is deleted then the clause number shall be retained and the words "NOT USED" shall be inserted against the clause number. The proposed documents with tracked changes shall be submitted for review by an SPM/Project Director, the Superintendent, and a Procurement Manager prior to printing the final batch of documents (refer to Tender Document Procedure 07/4351 Checklist). When all sections of the Checklist have been signed off, the tracked changes option is to be turned off, all author’s notes deleted, formatting within the document checked and the document made Final and placed on the appropriate TRIM Tendering File. SLK INFORMATION This is not automatically added to the Cover Sheet - it may be added after or in place of the "Section Details". Font sizes may need to be reduced to fit everything on one page 1 PROJECT This Invitation to Tender is for Contract «ContractNumber»/«ContractYear» «ContractDesc» It is a Quality Assurance Contract to AS/NZS ISO AS/NZS ISO 9001:2008 2 PREQUALIFICATION Invitation to Tender documents will only be issued to Tenderers prequalified to the appropriate prequalification category(s) at the date of calling tenders. Invitation to Tender documents will not be issued by Main Roads Western Australia to Subcontractors. NOTE: Select only one of the following boxed clauses (remove the border) as appropriate, but note that in all cases, the "(or higher)" qualification should be removed where the highest prequalification category has been nominated. Delete remaining non applicable boxes. This is a roadworks only contract. Tenderers must be suitably prequalified for the roadworks prequalification category «Road Prequalification» (or higher). OR This roadworks contract includes structures. The Tenderer must be suitably prequalified for the roadworks prequalification category «Road Prequalification» (or higher), and must either be prequalified for or engage a subcontractor who must be prequalified for the structures prequalification category «Bridge Prequalification» (or higher). MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 12 of 74 OR This is a structures only contract. Tenderers must be suitably prequalified for the structures prequalification category «Bridge Prequalification» (or higher). OR This structures contract includes roadworks. The Tenderer must be suitably prequalified for the structures prequalification category «Bridge Prequalification» (or higher), and must either be prequalified for or engage a subcontractor who must be prequalified for the roadworks prequalification category «Road Prequalification» (or higher). OR This contract includes both roadworks and structures. The Tenderer must be suitably prequalified for at least one of the following prequalification categories: «Road Prequalification» (or higher), «Bridge Prequalification» (or higher). In the case where a Tenderer is not prequalified for both categories, the Tenderer must engage a subcontractor who is prequalified for the prequalification category not held by the Tenderer. 3 INVITATION TO TENDER DOCUMENTS The Invitation to Tender comprises the following documents: BOOK 1 – Tender Submission Document which includes the following: Table of Contents Recent changes to Tender Document (Pink Page) Locality Plan Invitation to Tender Conditions of Tendering – contains: Form 1 – Principal Supplied Items Tender Schedules including – Form of Tender; and Schedule of Rates/Bill of Quantities Form 2 – Form of Agreement Special Conditions of Tendering Contract Specific Additions and Amendments to the Main Roads Standard Method of Measurement for Construction Works BOOK 2 – Conditions of Contract which includes the following: Table of Contents General Conditions of Contract AS 2124 Annexure A and B. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 13 of 74 Special Conditions of Contract, (includes Form 3 – Form of Security) BOOK 3 – General & Management Requirements which includes the following: Table of Contents General Requirements (refer to 100 Series) Management Requirements (refer to 200 Series) NOTE: Road Reference Control Information should be included in Annexure 100 H contained in Book 3 General and Management Requirements. BOOK 4 – Roadworks Technical Specifications which includes the following: Table of Contents (listing the following specifications) Earthworks (refer to 300 Series) Drainage (refer to 400 Series) Pavement and Surfacing (refer to 500 Series) Traffic Facilities (refer to 600 Series) Electrical and Lighting (refer to 700 Series) Miscellaneous (refer to 900 Series) NOTE: SPECIFICATIONS contained in Books 4 and 5 - the main body of the Technical Specification is designed not to be amended (except where guidance notes indicate otherwise). All edits of any Technical Specification whether initiated by the PM or a Consultant, needs to be tracked by using track changes which allows for easy identification of what changes have been made and aids the review and approval process. If all information relating to a specific clause is deleted then the clause number shall be retained and the words "NOT USED" must be inserted. It is essential that any amendments to the specification (other than those allowed by the guidance notes) be reviewed and endorsed by the Specification Custodian before being included. A record of the review and endorsement by the specification Custodian must be placed on the TRIM file. The Project Manager must complete the specification amendment checklist located at the back of each specification to be used for the tender. On completion of the approval process, prior to final printing of the documents, the tracked changes option is to be turned off and the document made Final. The Contents lists in Technical Specifications – Books 3 & 4 should be amended to match the actual specifications required for this contract. BOOK 5 – Structures Technical Specifications which includes the following: Table of Contents (listing the following specifications) Structures (refer to 800 Series) BOOK 6 – Roadworks Drawings MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 14 of 74 which includes the following: Roadworks Drawings Cross Sections (as Book 5B) Note: - for smaller contracts it may be appropriate to have all drawings in a single book. -for larger contracts it would be appropriate to reduce the size of the Book, eg Book 6A – Roadworks Drawings Book 6B – Cross Sections etc. BOOK 7 – Structures Drawings which includes Bridges and Major Structures drawings. Standard Drawings referenced within the Invitation to Tender documents, but not included within the Books of Drawings above, may be down loaded from the Main Roads' website at https://www.mainroads.wa.gov.au/BuildingRoads/StandardsTechnical/Pages/ home.aspx BOOK 8 – Information for Tenderers which includes the following: Table of Contents (listing the following) Disclaimer; Ground Investigations; Principal Supplied Material; Consultants’ Reports (Including Designers OSH Report). Tenderers’ attention is drawn to the disclaimer contained in the Information for Tenderers document. In making use of any of the information contained therein, Tenderers will be assumed to have made use of the information based on the advice presented in the document. Reference Documents to the Invitation to Tender documents shall include, but not be limited to, the Code of Practice for the Western Australian Building and Construction Industry, and the Australian Standard Code of Tendering AS 4120 - 1994. Survey Information Survey information shall be captured in accordance with Main Roads Survey and Mapping Standards available at https://www.mainroads.wa.gov.au/BuildingRoads/StandardsTechnical/Pages/ home.aspx Digital Design Model The digital design model in MX GenIO default output Double Precision D23.17 format is provided on compact disc. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 15 of 74 4 PRE-TENDER MEETING NOTE: Select from one of the following options (remove border) and delete boxes not required. Pre-tender briefings and Site meetings for most Major Works Contracts should be optional for tenderers to attend, unless there are issues unique to the Site that may affect tender submissions or crucial to the understanding of the Works, and can only be addressed by pre-tender briefings and/or by observations at the Site. Project Managers must be mindful of possible travel and accommodation costs that may be incurred by Tenderers in respect to the estimated value of the Project, and the real need for the meeting/s to be mandatory. Reasons for MANDATORY site meeting/s or pre-tender briefing/s must be documented on the contract tendering file by the Project/Contract Manager. A non mandatory pre-tender meeting, including a site inspection, will be held on «date» at «location» commencing at «time». OR A mandatory pre-tender meeting, including a site inspection, will be held on «date» at «location» commencing at «time». Refer to CT7 of the Conditions of Tendering. OR A pre-tender meeting will not be held. Tenderers may visit the site as they wish, provided that any relevant approvals to enter the site are first obtained. 5 ENQUIRIES Tenderers seeking clarification of any details provided in the Invitation to Tender documents must contact: «ContactName» «ContactPhone» «ContactFax» «Email» 6 Project Manager number number email address TENDER LODGEMENT REQUIREMENTS The completed Tender Submission document (the Tender) shall be enclosed in a sealed package and endorsed clearly on the outside with the words: “Tender for the Contract No. «ContractDesc» «ContractNumber»/«ContractYear»”. Tenders shall be addressed to: Manager Supply and Transport Main Roads Western Australia Don Aitken Centre Waterloo Crescent EAST PERTH WA 6004 Tenders must be lodged no later than 2.30pm WST on «tender closing day and date». Tenders delivered by hand, Australia Post or courier are to be lodged in the Tender Box situated on the Ground Floor of the Don Aitken Centre, Waterloo Crescent, East Perth. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 16 of 74 Tenders sent by post shall be posted early enough to ensure delivery prior to the time stated above. Whether the Tenderer delivers the Tender by hand or post (e.g. Australia Post or courier), it is the Tenderer’s responsibility to ensure the Tender is lodged into the Tender Box before the nominated closing time. Tenders delivered electronically are to be submitted by the closing time to www.tenders.wa.gov.au. Tenderers choosing to submit their tender electronically should note: • the Tender can only be submitted to www.tenders.wa.gov.au if the size of the Tender is equal to or less than 100 megabytes. • the Tenderer must be registered to submit a Tender electronically. If the Tenderer submits the Tender electronically, then the Tenderer must ensure that the electronic copy of the Tender is in either .doc, .docx, .pdf, .xls or .xlsx file format and extensions. Zipped files containing documents in these formats are also acceptable. If the Tenderer submits the Tender electronically, the Tenderer agrees that: (a) receipt of the Tender will be determined by the date and time shown on the electronic tender lodgement service receipt issued or, if no receipt is issued, the date and time which the Principal’s computer records that the Tender was received; (b) if the electronic copy of the Tender contains a virus then, notwithstanding any disclaimer made by the Tenderer in respect of viruses, the Tenderer must pay to the Principal all costs incurred by the Principal arising from, or in connection with, the virus; (c) lodgement of electronic files may take time and the Tenderer must make its own assessment of the time required for full transmission of its Tender; (d) the Principal will not be responsible in any way for any loss, damage or corruption of the electronic copy of the Tender; (e) if the electronic copy of the Tender becomes corrupted, illegible or incomplete as a result of transmission, storage, encryption or decryption, then the Principal may request the Tenderer to provide another copy of the Tender either electronically or in hard copy or both; (f) if the Principal requests the provision of another copy of the Tender, then the Tenderer must; (i) provide the copy in the form or forms requested within the period specified by the Principal; (ii) provide a statutory declaration that the copy is a true copy of the Tender which was electronically submitted by the Tenderer and that no changes to the Tender have been made after the initial attempted electronic submission; and (iii) provide a copy of the electronic tender lodgement service receipt for the initial attempted electronic submission. Late tenders will not be accepted, except where it is clear that Main Roads has contributed to the lateness. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 17 of 74 Tenderers must not withdraw their Tender prior to the expiration of three calendar months from the date of closing of Tenders. TENDERS SUBMITTED BY FACSIMILE MAIL WILL NOT BE ACCEPTED. Late or Informal Tenders received after the closing time will only be accepted if explicit and conclusive evidence of mishandling by Main Roads exists. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 18 of 74 CONDITIONS OF TENDERING FOR MAJOR WORKS CONTRACTS NOTE: The Conditions of Tendering shall be modified in accordance with the Author Notes for the respective CT. Any additional “Special “ Conditions of Tendering shall be approved by Manager Supply and Transport. CT 1 PRE-QUALIFICATION To be eligible to Tender, Tenderers must be pre-qualified with the Principal in accordance with the National Prequalification System for Civil (Road and Bridge) Construction Contracts (refer to the Guidelines at www.mainroads.wa.gov.au) and to the pre-qualification requirements shown in the Invitation to Tender. If the Tender price exceeds the Tenderers financial limit for the relevant pre-qualification category, the Principal will consider the Tender. Where the conditions of a Tenderer’s prequalification required the Tenderer’s parent company or another covenantor to give an undertaking to provide a guarantee and indemnity, the Principal will require that parent company or other covenantor to be a party to the contract and provide the covenants contained in Clause 5.10 of the General Conditions (see SCC 4A). If there has been any material change in that parent company’s or other covenantor’s financial circumstances since the date of the last annual financial statements submitted to Main Roads, the Tenderer must include full details of that change with its Tender. CT 2 2.1 CODES OF PRACTICE Code of Practice for the Western Australian Building and Construction Industry In consideration of being permitted to Tender, Tenderers must undertake as a fundamental condition to act in accordance with the Code of Practice for the Western Australian Building and Construction Industry in this Tender and in any Contract arising out of this Tender. 2.2 Australian Standard Code of Tendering Tenderers must also undertake to comply with the Australian Standard Code of Tendering AS 4120 - 1994. 2.3 Building Code 2016 NOTE: The Building Code applies where the building work under a contract is indirectly funded (through grant and other programmes) by the Australian Government and where the Commonwealth contribution is: At least $5 million and represents at least 50% of the total construction value; or $10 million or more irrespective of the proportion of Commonwealth funding. Contact Budget & Programming Branch to determine if this contract satisfies the above criteria. If not applicable, remove text below and replace with “Not Applicable”. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 19 of 74 The Australian Building and Construction Commission (ABCC) will determine if a Workplace Relations Management Plan (WRMP) is required. Refer to Tender Schedule N item 8(d) should a WRMP not be required and replace Tender Schedule R with NOT USED. Delete this instruction prior to printing. 2.3.1 In this clause 2.3: ABCC means the body referred to in subsection 29(2) of the Act. Act means the Building and Construction Industry (Improving Productivity) Act 2016. Building Code means the Code for the Tendering and Performance of Building Work 2016, which is available at https://www.legislation.gov.au/Details/F2017C00125 Building Work has the same meaning as in subsection 3(4) of the Building Code. Commonwealth Funded Building Work means Building Work in items 1-8 of Schedule 1 of the Building Code. Exclusion Sanction has the same meaning as in subsection 3(3) of the Building Code. Related Entity has the same meaning as in subsection 3(2) of the Building Code. 2.3.2 The Building Code applies to the Works. 2.3.3 The Principal will only enter into a contract in relation to the Works if the successful Tenderer: (a) is not subject to an Exclusion Sanction; (b) has not had an adverse decision, direction or order made by a court or tribunal for a breach of the Act, a designated building law, work health and safety law or competition and consumer law which has not been stayed or revoked and for which the period for compliance has expired without the Tenderer having complied with the decision, direction or order; (c) declares that it will only use products in relation to the Works that comply with the relevant Australian standards published by, or on behalf of, Standards Australia; and (d) has submitted a Workplace Relations Management Plan with their tender for approval by the ABCC in accordance with Part 6 of the Building Code, and that the Workplace Relations Management Plan has subsequently been approved by the ABCC. 2.3.4 The Principal will exclude Tenderers from further consideration if at any time before a contract is executed in relation to the Works the Principal considers that they do not comply with the requirements in clause 2.3.3. 2.3.5 The Principal may exclude Tenderers from further consideration if at any time before a contract is executed in relation to the Works they are excluded from performing Building Work funded by a state or territory government. 2.3.6 As part of their tender, Tenderers must submit: (a) a signed “Declaration of Compliance” as set out in Tender Schedule N; MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 20 of 74 (b) a response to the further information outlined in Attachment A to the “Declaration of Compliance”; and (c) a Workplace Relations Management Plan as set out in Tender Schedule R. 2.4 BCI Code The Western Australian Building and Construction Industry Code of Conduct 2016 (BCI Code) was developed to ensure that Western Australian government agencies, when expending public funds, contract with building contractors that conduct themselves in a reputable, fair, safe and responsible manner, both in dealings with the State of Western Australia and within the building and construction industry more broadly. A copy of the BCI Code is available from https://www.commerce.wa.gov.au/publications/wa-buildingand-construction-industry-code-conduct-2016 See CT 9.13 for more details. CT 3 INFORMATION PROVIDED BY THE PRINCIPAL Tenderers should note that information provided by the Principal and not forming part of the Tender Documents or any addenda: (a) is provided only for the convenience of Tenderers and is not part of the Contract. The Principal does not guarantee the information and the Principal accepts no responsibility for interpretations placed on it or for its use; (b) will not form part of the Contract; and (c) must not be taken as an exhaustive statement of conditions which may be encountered during the course of the work under the Contract. CT 4 ADDENDA Addenda to the Tender Documents may be issued prior to the close of the Tender Period for the purpose of clarifying the Tender Documents or to effect modification in the design or to Contract terms. Where Tenderers are in doubt as to the true meaning of any part of the Tender Documents they should notify the Principal and obtain clarification prior to delivering their Tenders. Any interpretation of the Tender Documents will be made only by formal Addenda to the Tender Documents. The Principal is not responsible for any other interpretation. Addenda will be distributed to all Tenderers to whom the Principal has a record of receiving the Tender Documents, provided that the Tenderer is still part of the procurement process at the time of issue of the addendum. All Addenda issued become part of the Tender Documents and one signed copy of every page of each Addendum must be attached to the Tender. CT 5 GENERAL CONDITIONS OF CONTRACT The General Conditions of Contract are the Australian Standard 2124 - 1992 incorporating Annexure A and B but not incorporating Australian Standard 2125 - 1992 and Australian Standard 2127 - 1992. Tenders must comply with and be based on the General Conditions of Contract (including Annexure A and B). The General Conditions of Contract will be deemed to have been issued and constitute part of the Tender Documents. CT 6 PRINCIPAL SUPPLIED ITEMS NOTE: Where there are no Principal Supplied Items, retain the heading and replace the clause text with "Nil". Also modify Form 1. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 21 of 74 Details of Principal supplied items are listed in the attached Form 1. CT 7 TENDERERS TO INFORM THEMSELVES Tenderers are required to and will be deemed to have: (a) examined carefully and to have acquired full knowledge of the contents of the Drawings, Specification, Tender Schedules, Schedule of Rates or Bill of Quantities as applicable, Conditions of Tendering, the General Conditions of Contract and the Special Conditions of Contract (if any), Main Roads Standard Method of Measurement for Construction Works (see CT 9.12) and any other information made available in writing by the Principal to the Tenderers for the purpose of tendering; and (b) examined all information relevant to the risks, contingencies and other circumstances having an effect on their Tender and which is obtainable by the making of reasonable inquiries; and (c) examined the site and its surroundings; and (d) satisfied themselves as to the correctness and sufficiency of their Tender for the work and that their tender rates and prices cover the cost of complying with all their obligations under the Contract whether expressed or implied and of all matters and things necessary for the due and proper performance and completion of the Contract. Failure to do all or any of the things deemed to have been done above will not affect the successful Tenderer's liability to perform and complete the obligations of the Contractor under the Contract. Failure to attend any mandatory pre tender meeting will result in the tender being ineligible for consideration. CT 8 BUILDING & CONSTRUCTION INDUSTRY TRAINING LEVY The Building and Construction Industry Training Levy, as required by the Government of Western Australia Building and Construction Industry Training Fund and Levy Collection Act (1990), is payable by the Contractor and must be allowed for in the Tender Price. CT 9 COMPLETION OF TENDER NOTE: Select from one of the following options depending on whether a single or two stage tender submission process is going to be used. (Option 1) - Single Stage Tender Submission Process The timing of this stage 1 will vary between contracts depending on the risks identified. The recommended minimum tender period is four (4) weeks but may be extended as required. 9.1 The Tender submission process is single stage. This requires all Tenderers to complete the Tender Schedules as indicated. See CT 13 for more details. OR MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 22 of 74 (Option 2) - Two Stage Tender Process The time period for this stage 2 will vary between contracts depending on the amount of detailed information that is being sought from the Preferred Tenderer in Tender Schedules G – K. Three (3) weeks is the recommended maximum, while the minimum could be Nil - in which case, the Single Stage Tender Process clauses may be used. 9.1 The Tender submission process is in two stages. Stage One requires all Tenderers to submit the requested information, including outline details of any identified unique and critical construction activities and the requisite Outline Management Plans as described in CT9.9 and CT9.10 respectively. The outline details and Plans need to be in sufficient detail to demonstrate the Tenderers’ understanding of the work, issues, risks and costs. A Preferred Tenderer may be selected, generally based on its lowest priced conforming Tender or best value alternative Tender. Stage Two requires the Preferred Tenderer to submit, within the time specified by the Principal in its notice of Preferred Tenderer status, a detailed submission in respect of any identified unique and critical construction activities together with the requisite Detailed Management Plans to provide assurance to the Principal that the Tenderer can manage the Works to achieve the specified outcomes. Acceptance of its Tender will be subject to meeting these requirements. Failure to satisfy these requirements within the allocated time may result in the Tender being treated as non-conforming. See CT 13 for more details. 9.2 Conformity of Tenders and Qualifying Conditions Tenderers must submit a Conforming Tender in accordance with the Tender Documents. A Tender that is claimed to be a Conforming Tender, but which contains non-conformances, will only be considered if the resolution of such non-conformances is fair and reasonable to each of the other Tenderers. In addition to a Conforming Tender, a Tenderer may also submit one or more Alternative Tenders. An Alternate Tender may contain conditions or exceptions and the consequential price adjustments that differentiate the Alternative Tender from the Conforming Tender. All Tenderers must complete the first section of Tender Schedule M. Where an Alternative Tender contains conditions or exceptions and the consequential price adjustments which differentiate the Alternative Tender from the Conforming Tender have not been included in the Alternative Tender, a Tenderer will not be given the opportunity to submit consequential price adjustments during the Tender assessment period. However, during the Tender assessment period the Tenderer may be given the opportunity to withdraw the conditions or exceptions contained in the Alternative Tender. When a Tenderer elects to submit an Alternative Tender, it must be detailed in Tender Schedule M. Where more than one alternative is submitted, each must be clearly identified. Where conditions or exceptions are priced, the Tenderer must summarise these in Tender Schedule M, giving details of the consequential price adjustments associated with the conditions or exceptions that differentiate the Alternative Tender from the Conforming Tender, and the Alternative Tender price. 9.3 Form of Tender MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 23 of 74 The Form of Tender is to be completed without alteration and must be signed by a Principal of the Organisation (Tender Schedule A). 9.4 Collusive Tendering Tenderers must submit with their Tender the completed Statutory Declaration in Tender Schedule B. 9.5 Contract Resource Plan Tenderers must provide details of their proposed Contractor's Representative, Management Representative, key supervisory staff, and key plant if applicable to be used in the Works (Tender Schedule C). Tenderers must also include details of key sub-contractors and major suppliers to whom it is intended to subcontract any critical or substantial portion of the Works. Where the value of the work to be subcontracted to any Subcontractor exceeds $1.5M (GST inclusive) a financial due diligence check on the Subcontractor must be conducted by the Tenderer and a signed statement certifying that the Subcontractor has satisfied this check must be included in Tender Schedule C. 9.6 Other Project/Contract Commitments Tenderers must include details of other projects/contracts which are likely to be managed at the same time as the Works and which may affect allocation of resources (Tender Schedule D). 9.7 Construction Program Tenderers must submit with their Tender their proposed detailed Construction Program showing the sequence of activities by which it is proposed to execute the Works (Tender Schedule E). 9.8 Buy Local Policy The Buy Local Policy is a government supply policy designed to benefit regional Western Australia by giving regional suppliers and contractors an enhanced opportunity to successfully bid for Government contracts. The Western Australian Government provides price preferences to local Western Australian businesses when they are in competition for regionally based Government contracts. However, price preferences are not applied when Western Australian local businesses are in direct competition and are in the final analysis with compliant bids received from other States or Territories of Australia or New Zealand due to the Australian and New Zealand Government Procurement Agreement (ANZGPA), the United States, Chile, Korea and Japan (when the purchase is a “covered procurement”) under the Australia – United States Free Trade Agreement (AUSFTA) or Australia – Chile Free Trade Agreement (ACI-FTA) or Korea-Australia Free Trade Agreement (KAFTA) or JapanAustralia Economic Partnership Agreement (JAEPA). In addition, Australian, New Zealand, the United States, Chile, Korean and Japanese content receives a price preference when in direct competition with imported goods and services. This is applied as a 20% price impost on the non-ANZ or non - USA or nonChile or non – Korea or non - Japan value of the tendered price. Further information on the ANZGPA, AUSFTA, ACI-FTA, KAFTA and the JAEPA can be found at the State Supply Commission's website at www.finance.wa.gov.au/cms/State_Supply_Commission/Free_Trade_Agreements.aspx MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 24 of 74 Bona fide regional businesses located within a prescribed distance from a contract delivery point are eligible to receive a Regional Business Preference and a Regional Content Preference. Local Western Australian businesses located outside the prescribed distance are eligible to receive a Regional Content Preference. Tenderers should enlist the assistance of the Industry Capability Network (ICN) regarding opportunities for local WA businesses to be used on this Contract. Contact details are www.icnwa.org.au and email: [email protected]. Regional purchasing preferences other than imported content impost do not apply to contracts within the Perth metropolitan area (Zone 1). The prescribed distance, as defined in the Buy Local Policy, in regional areas from Jurien to Bremer Bay (Zone 2) is 200 km from the point of delivery and 400 km for the remainder of the State (Zone 3) {refer to Buy Local Policy for Maps of Zones}. Regional purchasing preferences apply to the price component only, and come into effect as a notional deduction for Tender assessment purposes. Preferences do not have any lasting effect on the tendered sum. Offers must represent value for money and satisfy other criteria such as conformance to specifications and conditions of contract. To receive any policy preference, the Tenderer must clearly state the eligible regional content of its bid and the dollar preference claimed in Tender Schedule F of these Conditions of Tendering. Tenderers should ensure that they are aware of the preferences available under the Buy Local Policy and their application in Tenders. Copies of the Buy Local Policy are available from the Department of Treasury and Finance (formerly State Supply Commission), 5th Floor Dumas House, 2 Havelock Street West Perth. Supporting information and assistance is also available to help Tenderers and Suppliers as follows: Helpline: Country Callers 1 800 806 599 City Callers 9222 5700 [email protected] Email: Website Publication: www.finance.wa.gov.au/cms/State_Supply_Commission/Other_Government_Policies.a spx 9.9 Unique and Critical Construction Activities and Alternative Tenders NOTE: Not required if Single Stage Tender Submission Process is used. Retain heading and remove boxed text below. Tenderers must submit with their Tender certain outline details for any unique and critical activities listed in Tender Schedule G. Where the method of construction is specified in the Tender Documents, consideration may be given to proposals for an alternative method of construction if the method is adequately set out with full implications as to the design modifications involved (Refer to Clause 9.2 and Tender Schedule M). 9.10 Outline Management Plans NOTE: Not required if Single Stage Tender Submission Process is used. Retain heading and replace text below with “Not Applicable”. Tenderers must submit with their Tender certain Outline Management Plans for any unique and critical activities listed in Tender Schedules H to K. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 25 of 74 The Outline Management Plans submitted by Tenderers will form the basis for the Detailed Management Plans which must be submitted by the Preferred Tenderer during Stage Two of the Tender process, and which will form part of the contract. 9.11 Other Required Information Tenderers must submit details of other requirements as specified in Tender Schedule L. 9.12 Schedule of Rates and Bill of Quantities In addition to the requirements of CT5, Tenders must also comply with and be based on the Main Roads Standard Method of Measurement for Construction Works. The Main Roads Method of Measurement for Construction Works will be deemed to have been issued and constitute part of the Tender Documents and are available from www.mainroads.wa.gov.au/Building Roads/Tender Preparation/Main Roads Standard Method of Measurement for Construction Works (SMM). Furthermore: a) All rates shall be expressed to two places of decimal. b) A rate shall be entered against every item in the Schedule of Rates or Bill of Quantities and items shall not be grouped together. c) Where both the rate and amount against any item contained in a Schedule of Rates or Bill of Quantities have been omitted then the amount payable against that item shall be zero. d) Where there is a discrepancy between the rate and the associated amount entered in a Schedule of Rates, the rate shall apply and the amount shall be adjusted accordingly. e) Where there is a discrepancy between the rate and the associated amount entered in a Bill of Quantities, the amount shall apply and the rate shall be adjusted accordingly. f) For tenders submitted not marked as alternative tenders: (i) All items and quantities shall be included in accordance with the Schedule of Rates or Bill of Quantities as provided at time of tender by the Principal or as amended by the Principal by the issue of an Addendum or Addenda. (ii) Where an item has been removed the item shall be reinserted into the respective Schedule of Rates or Bill of Quantities and the amount payable against that item shall be zero. (iii) Where a different quantity has been entered against an item in a Schedule of Rates, the different quantity shall be replaced with that issued by the Principal and the corrected quantity multiplied by the tendered rate to arrive at a new amount for that item. (iv) Where a different quantity has been entered against an item in a Bill of Quantities, the different quantity shall be replaced with that issued by the Principal and the tendered amount divided by the corrected quantity to arrive at a new rate for that item. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 26 of 74 (v) Where a different unit has been entered against an item in a Schedule of Rates or Bill of Quantities, the different unit shall be replaced with that issued by the Principal. (vi) Where a different description has been entered against an item in a Schedule of Rates or Bill of Quantities, the different description shall be replaced with that issued by the Principal. g) 9.13 Tenderers must also submit an electronic copy of the Schedule of Rates or Bill of Quantities in Microsoft Compatible Excel .xlsx or .xls file format and extensions. Zipped files are acceptable. The hard copy takes precedence should there be any inconsistencies or errors in the data contained in the electronic copy. BCI Code (a) By submitting a Tender, Tenderers acknowledge and agree that they are subject to the BCI Code, and must comply with each of the obligations described in the BCI Code, for the duration of the Procurement Process, and, if awarded a contract as a result of the Procurement Process, the successful Tenderer will additionally be subject to the BCI Code, and obliged to comply with each of the obligations described in the BCI Code, for the duration of the Contract. (b) Tenderers should note that obligations under the BCI Code are not confined to the Project, but also extend to Private Covered Building Work (as defined in the BCI Code) undertaken by the Tenderer. (c) Tenderers are therefore strongly encouraged to review the BCI Code before submitting a Tender. (d) If the Tenderer is subject to a current finding of material BCI Code non-compliance (as defined in paragraph 30 of the BCI Code), the Tenderer’s submission will be automatically rejected by the Principal. (e) If any of the Tenderer’s Related Entities (as defined in paragraph 4.1 of the BCI Code) are subject to a current finding of material BCI Code non-compliance (as defined in paragraph 30 of the BCI Code), the Tenderer’s submission may be rejected by the Principal (in its absolute discretion). Paragraphs (d) and (e) above apply irrespective of whether the material BCI Code noncompliance was disclosed by the Tenderer in response to this Invitation to Tender and irrespective of whether such finding was current as at the date of the Tenderer’s submission. Tenderers must confirm their compliance by completing the Declaration of Compliance with the BCI Code contained in Tender Schedule O. Where the Tenderer is an unincorporated joint venture, a Declaration of Compliance with the BCI Code must be provided by each member of the joint venture. CT 10 TENDER PERIOD Tenders must be lodged in strict compliance with Invitation to Tender Clause 6. CT 11 VALIDITY OF TENDERS Tenders remain binding and cannot be withdrawn without the written approval of the Principal, whose approval may be withheld in his absolute discretion, until the expiration of three calendar months from the final date fixed for delivery of Tenders. A Tender may be accepted at any time before the expiration of the three-month period. CT 12 ADVICE TO TENDERERS MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 27 of 74 Tenders will be publicly opened in the ground floor foyer of the Don Aitken Centre immediately after the nominated closing time for the Tenders. As each Tender is opened, the name of the Tenderer and the apparent Tender Price will be announced. Questions related to Tender submissions must be directed to the contact person nominated in the Tender Submission Document. Questions will not be accepted during the opening of Tenders. All grievances relating to the Tender process must be directed to the nominated Probity Officer, or where a Probity Officer has not been nominated, to the: Manager Supply and Transport Main Roads Western Australia OR Don Aitken Centre Waterloo Crescent East Perth WA 6004 PO Box 6202 East Perth WA 6892 Telephone 9323 4230 Facsimile 9323 4605 Grievances will be handled in accordance with Main Roads' Procurement Grievance Resolution Process, a copy of which is available on Main Roads' website https://www.mainroads.wa.gov.au/BuildingRoads/Contracting/Pages/procurement.aspx Following the opening of Tenders, a hand written list of Tenders (including Tender Prices) in ascending order of apparent prices will be posted on the Public Notice Board, located in the ground floor foyer of the Don Aitken Centre. Within one working day of the opening of Tenders, the hand written list will be replaced with a typed list, which may include information overlooked during the opening process. The apparent order of Tenders, as posted on the Public Notice Board, may be subject to change after conformance and arithmetic checks have been completed. CT 13 ASSESSMENT OF CONFORMING AND ALTERNATIVE TENDERS NOTE: Select from one of the following options depending on whether a single or two stage tender submission process will be used. Delete box not required. (Option 1) - Single Stage Tender Submission Process 13.1 This will involve selection of the best value Tender that meets Tender requirements including those detailed in Tender Schedules. Assessment will proceed as outlined in CT 13.2 OR (Option 2) – Two Stage Tender Submission Process 13.1 The Tender assessment process will be undertaken in 2 stages. Stage One will involve selection of the Preferred Tender based on the Tenderers’ submissions which will include outline details of any unique and critical construction activities and the requisite Outline Management Plans sufficient to demonstrate their understanding of the works, issues, risks and costs. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 28 of 74 Stage Two will require the Preferred Tenderer to follow Stage Two of the Tender process and submit a detailed submission in respect of any identified unique and critical construction activities together with the requisite Detailed Management Plans which should address all identified risks including those identified by the Principal and shown in the Tender Schedules. Assessment will proceed as outlined in CT 13.2. 13.2 Assessment Finalisation It is the Principal’s policy to only award contracts to organisations whose Tenders: are assessed as compliant; demonstrate financial capacity to complete the Contract requirements; and offer the best value for money outcome for the Western Australian Government. To meet the Western Australian Government’s Buy Local Policy requirements, in determining best value for money the Principal will apply any preferences applicable and consider other socio-economic impacts. The Principal is not bound to accept the lowest Tender or any part of a Tender. Assessment will be substantially based on information supplied by the Tenderers. Information supplied by a Tenderer will be confirmed by: reference to documented information held by the Principal relating to the Tenderer’s past performance including the Tenderer’s past performance in complying with Buy Local commitments; information provided by the Tenderer including information provided in the Buy Local Questionnaires; following up financial and performance references supplied by the Tenderer; and conducting Tenderer interviews and visits to company premises if required. To enable a proper assessment to be made, it is essential that Tenderers submit all relevant information in an accurate and concise format. Poorly presented, or inadequate information, or understated Buy Local commitments may result in the Tender being unsuccessful. Tenderers must ensure that Tenders are able to be assessed on a standalone basis, and should not rely on information supplied to the Principal in previous tenders. Tenders will be assessed in the following steps: Compliance Assessment Tenders will be assessed for compliance with the requirements of the Conditions of Tender and any Contract requirements, including responses shown in the Tender Schedules. Compliant Tenders will proceed for further assessment as follows. Financial Assessment Tenders will be assessed to determine the Tenderer’s financial capacity to complete the Contract requirements. To assess financial capacity the Principal may require the Tenderer to provide up to date financial information, described in the “Contractors Application Pack” for Prequalification (available from https://www.mainroads.wa.gov.au/BuildingRoads/Contracting/Prequalification/Pages/Pre qualification.aspx ) together with any other information deemed necessary, prior to any Contract award. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 29 of 74 Comparative Price Assessment The comparative price for each Tender will be calculated by applying any applicable price preferences or imposts in accordance with the Western Australian Government’s Buy Local Policy. Non-Price Assessment The Western Australian Government’s Buy Local Policy requires all Government contracts with an estimated value of $750 000 or greater to include “local content” as a weighted selection criterion. The “local content” selection criterion must have a weighting of 20% unless an alternative weighting or strategy to assess local content in a specific purchase or strategy has been approved by the Local Content Advisory Committee within the Department of Commerce. The non-price assessment component of the assessment process is designed to take into account those aspects of the Tender that do not readily translate into absolute dollar values, but do however have socio-economic benefits in accordance with the assessment table below. The criteria on which tenders will be assessed, the maximum weighted score for each criteria and the scoring methodology is as follows: Non-Price Assessment Table Evaluation Criteria Item Score 1 PREQUALIFICATION 80 2 LOCAL CONTENT 20 2.1 Local expenditure MAIN ROADS Western Australia D13#19116 – 12 May 2017 SubScore Scoring Methodology Tenderers pre-qualified with the Principal in accordance with the pre-qualification requirements shown in the Invitation to Tender will be given a weighted score of 80. 5 Tender Submission Document Contract XXXX/XX A score out of 10 will be calculated for each Tender by dividing the eligible “Local Content” (as defined by the Buy Local Policy) of each Tender by the highest eligible “Local Content” of the Tenders received (the Tender with the highest eligible Local Content will be the benchmark/divisor) and multiplied by 5. Page 30 of 74 2.2 Local Industry Development Total Percentage 15 A score out of 10 will be assigned to tenderers that can provide conclusive evidence of actions/measures over and above those associated with the delivery of the Contract, as described in Tender Schedule F Part 3. 100 NOTE: Item 2.1 in the above Table is not required for contracts within zone 1 (typically the Metropolitan area) and is to be deleted. If Item 2.1 is deleted then Item 2.2 is to be re-numbered to Item 2.1 and the Sub-score amended from 15 to 20. Note: All scores will be rounded to the nearest increment of 0.5. A Non-Price Assessment Score for each Tender will be calculated by summing the weighted scores for all non-price Criteria. Local Content Assessment When a bid is received from: A business that is located in another state or territory of Australia, or in New Zealand under the Australian New Zealand – Government Purchase Agreement (ANZGPA); or A business that is located in the United States (when the purchase is a “covered procurement” under the Australia United States Free Trade Agreement (AUSFTA); or A business that is located in Chile (when the purchase is a “covered procurement” under the Australia Chile Free Trade Agreement (ACI-FTA)), A business that is located in Korea (when the purchase is a “covered procurement” under the Korea-Australia Free Trade Agreement (KAFTA)), A business that is located in Japan (when the purchase is a “covered procurement” under the Japan-Australia Economic Partnership Agreement (JAEPA)), the local content weighted selection criteria will not be evaluated during the qualitative assessment. Should the local content criterion not be applicable, the 20% weighting will be divided proportionally across the remaining criteria. Value for Money Assessment The Principal reserves the right to take into consideration any feature of a Tender that provides a benefit to the Government of Western Australia and the community. Any additional features will be evaluated in accordance with the value-for-money assessment process outlined below. In formulating the recommendation for any acceptance of any Tender or selection of a Preferred Tender, value-for-money will be assessed by: MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 31 of 74 (i) Identifying the lowest Comparative Price Tender. (This Tender then becomes the benchmark for the value-for-money assessment). (ii) If the next higher priced Comparative Price Tender has a higher Non-Price Assessment Score than the benchmark, identifying the additional benefits (if any) offered and assessing if the additional benefit is worth the additional price. (iii) Repeating step (ii) with the remaining Tenders. (iv) Determining which of the Tenders, if any, offers the best value for money. CT 14 RIGHT TO REJECT TENDERS The Principal is not bound to accept the lowest Tender or any Tender or any part of a Tender. CT 15 NOTICES FROM PRINCIPAL NOTE: Select from one of the following options depending whether a single or two stage, tender submission process and delete box not required. (Option 1 – Single Stage Tender Process) The Principal will serve two notices upon the successful Tenderer: * Notice of Acceptance of Tender. * Notice giving Possession of the Site. OR (Option 2 – Two Stage Tender Process) The Principal will serve three notices upon the successful Tenderer: * Notice Nominating Preferred Tenderer. * Notice of Acceptance of Tender. * Notice giving Possession of the Site. After the Notice of Acceptance of Tender has been issued, the Contractor, and if applicable the Contractor’s parent company or other covenantor (see CT 1), will be required to sign and seal (if appropriate) the Form of Agreement. Although a contract will arise upon Acceptance of Tender as evidenced by a notice of Acceptance of Tender issued by the Principal to the successful Tenderer, it is a fundamental condition of that contract that if a formal contract is not entered into within the time required by Clause 6.2 of the General Conditions, the Principal may take the work out of the hands of the Contractor or terminate the Contract (see SCC 4B). CT 16 GOODS AND SERVICES TAX (GST) For the purposes of completing the price schedule, the Tenderer is required to insert the GST exclusive amount. In addition, the Tenderer is required to insert the amount of GST estimated to be payable by the Tenderer. In this clause, "GST" has the same meaning as set out in the Contract. CT 17 ANTI-DUMPING MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 32 of 74 Tenderers shall ensure that their tenders do not include any dumped goods (ie goods from overseas that are imported into Australia at less than their normal value, causing or threatening to cause material injury to an Australian industry producing like goods, or materially hindering the establishment of such an industry). Refer to the Government Preferences section of the Buy Local Policy. CT 18 GOVERNMENT BUILDING TRAINING POLICY NOTE: The Government Building Training Policy applies to WA State Government: • Building and Construction Contracts with an estimated LABOUR value of $2 million and over for the construction component of the contract; • Maintenance Contracts with an estimated LABOUR component of $2 million and over to complete the total contract. For contracts with a lower LABOUR value or non-building, construction, or maintenance contracts or if the Managing Director of Main Roads in exceptional circumstances has approved its’ exclusion replace the text of CT 18 with “NOT APPLICABLE”. The WA Government Building Training Policy (found at www.dtwd.wa.gov.au) is a State Government policy with an aim to ensure Government achieves a significant contribution in the engagement of apprentices and trainees in the building and construction industry: POLICY REQUIREMENTS The Principal hereby informs tenderers that if awarded a Contract as a result of their tender, they will be required as a condition of Contract to: (a) Engage a sufficient number of apprentices and trainees to achieve a “Total Training Rate” equal to or exceeding the “Target Training Rate” each financial year as defined by the policy; and (b) Report every financial year confirmation their compliance with the policy and also quarterly to monitor progress as required by the policy and the Contract. For information on the Government Building Training Policy contact: Project Officer – Government Building Training Policy Department of Training and Workforce Development Optima Centre – Building B 16 Parkland Road, OSBORNE PARK, WA 6017; Telephone: (08) 6551 5607; Facsimile: (08) 6551 5043; Email: [email protected] Website: www.dtwd.wa.gov.au Postal: Government Building Training Policy Policy Planning and Research Department of Training and Workforce Development Locked Bag 16 OSBORNE PARK DELIVERY CENTRE WA 6916 For information on apprenticeships contact: Australian Apprenticeship Support Network Telephone: 13 38 73 Website: http://www.australianapprenticeships.gov.au MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 33 of 74 CT 19 ELECTRONIC DOCUMENTS Any electronic information issued in relation to this tender is issued on the basis that the Principal accepts no responsibility for any use that may be made of the electronic information and that the information in hard copy takes precedence should there be any inconsistencies or errors in the data contained in the electronic copy. CT 20 AUSTRALIAN GOVERNMENT BUILDING AND CONSTRUCTION WHS ACCREDITATION SCHEME Please contact Budget & Programming Branch for assistance to determine if: 1. The Value of the Australian Government funding Contribution is: At least $6M and represents at least 50% of the total Construction Project value; or At least $10M, irrespective of the proportion of Australian Government funding; and The head Contract for Building work is greater than $4M. If these criteria are met, the project may be subject to the WHS Scheme. If so, include the boxed text below and remove the border. For contracts that are not subject to the Scheme, leave the heading and replace the text below with “NOT APPLICABLE”. The successful Tenderer must be accredited under the Australian Government building and construction industry Work Health and Safety Accreditation Scheme (the Scheme), established by the Building and Construction Industry (Improving Productivity) Act 2016, at the time they lodge their tender as defined under section 5 of the FWBI Act and the accredited builder must maintain accreditation under that scheme while the building work is being carried out. * The successful Tenderer must comply with all conditions of Scheme accreditation and the National Construction Code performance requirements in relation to building materials. *Section 26(1)(f) of the Fair Work (Building Industry – Accreditation Scheme) Regulations 2016 requires additional provisions that apply to join venture arrangements that include accredited and unaccredited builders. Tenderers are required to seek Determination from the Office of the Federal Safety Commissioner by providing the following documents: Accredited Builders must provide: - An Undertaking in writing, to take full responsibility for work Health and Safety for the Life of the Contract; and - An Undertaking in writing, that the building work will be carried out in accordance with its system for the life of the Contract; and Each Builder (accredited & non-accredited) must provide: - An undertaking in writing, that it will carry out the building work in accordance with the accredited members Work Health and Safety Management System (WHSMS); and - An undertaking in writing that it will participate fully in any audit of the accredited member’s WHSMS and the way in which it is implemented on site. Please refer to http://www.fsc.gov.au/sites/fsc/resources/az/pages/joint%20venture%20arrangements Information on the Scheme including the application pack is available from: Department of Employment and Workplace Relations Office of the Federal Safety Commissioner (OFSC) GPO Box 9879 CANBERRA ACT 2601 Telephone No: 1800 652 500 Email: [email protected] MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 34 of 74 Website: www.fsc.gov.au Tenderers must complete and submit with their Tender the information required in Tender Schedule P - Australian Government Building and Construction WHS Accreditation Scheme including if applicable evidence they have sought determination from the Office of the Federal Safety Commissioner. CT 21 USE OF LOBBYISTS The Tenderer warrants and represents to the Principal that any "Lobbyist" (as that term is defined in the Integrity (Lobbyists) Act 2016 (the Act)) that it or any of its officers, employees, agents or subcontractors has employed, engaged or has otherwise involved, directly or indirectly, in connection with this Contract, is duly registered as a “lobbyist” as defined in the ACT and has fully complied with its obligations under it. CT 22 CRIMINAL CONVICTIONS (a) Subject to clause (b), Tenderers must submit details at Tender Schedule Q, of any director, owners and key management personnel of the Tenderer who: (i) has a criminal conviction; or (ii) is currently the subject of any charge pending before a court. (b) Tenderers need not disclose details of any conviction which is a “spent conviction” within the meaning of the Spent Convictions Act 1988. (c) The Principal, acting reasonably, will consider the details submitted by the Tenderer at Tender Schedule Q and is entitled to decline to award the Contract to a Tenderer, as the Principal deems appropriate in its sole discretion, on the basis of the information disclosed in Tender Schedule Q. (d) All information declared in Tender Schedule Q will be kept confidential and will only be disclosed to Main Roads personnel authorised by the Manager Supply & Transport whose contact details are available at CT12. (e) Information provided in Tender Schedule Q will not be included in any contract document arising from this Tender. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 35 of 74 FORM 1 – PRINCIPAL SUPPLIED ITEMS NOTE: Where there are no Principal Supplied Items, retain the heading and replace the table and text below with "Nil". ITEM VALUE ($) DESCRIPTION TOTAL VALUE ($) For further details of Principal supplied items refer to the Specification. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 36 of 74 TENDER SCHEDULE A – FORM OF TENDER FOR Contract Number: ………………….. Contract Description: …...................................................................................................... To: The Commissioner of Main Roads, Western Australia, Perth 1. Having examined the Tender Documents and any related addenda issued by you for the construction of the above named works, we offer to construct, complete and maintain the whole of the said works in conformity with the Tender Documents and addenda at the rates set out in the [Schedule of Rates in a Schedule of Rates Contract or Lump Sum Price in a Lump Sum Contract (as applicable)] and Daywork Rates and Prices or such other rates as may be ascertained in accordance with the General and Special Conditions of Contract. 2. We undertake as a fundamental condition to act in accordance with the Code of Practice for the Western Australian Building and Construction Industry in this Tender and to comply with the Australian Code of Tendering AS4120 - 1994. 3. If our Tender is accepted we will arrange provision of security as provided in the General Conditions of Contract in the amount set out in Annexure Part A of the proposed Form of Contract. 4. If our Tender is accepted the Tender, together with your written acceptance, will constitute a binding contract between us in accordance with their terms unless and until a formal Agreement is prepared and executed. 5. In consideration of the trouble and expense incurred by you in preparing the Invitation to Tender Documents and in examining and considering this Tender, we agree that it cannot be withdrawn by us before the expiration of three calendar months from the date for close of the Tender Period, and will remain binding upon us and may be accepted at any time before the expiration of that period. 6. We understand that you are not bound to accept the lowest Tender or any Tender you may receive. 7. We acknowledge that this Tender is subject to the Western Australian Building and Construction Industry Code of Conduct 2016 (BCI Code) and agrees to comply with each of the obligations described in the BCI Code, for the duration of the procurement process. Dated this ………………………. Day of …………………………... ……………………………. month of ……20………….….. Year of ................................... …..…………………………………. Print Name in the capacity of Signature Duly authorised to sign Tenders for and on behalf of …..………………………………………………………... COMPANY NAME - BLOCK LETTERS ABN ………………………………………….…….. ACN …………………………………………………….. …………………………………………………………………………………………………………………………. Business Address of Company1 ….…………………………………………………………………………………………………………………………………….. Registered Business Address of Company NOTE 1: IN ACCORDANCE WITH THE WESTERN AUSTRALIAN GOVERNMENT'S "BUY LOCAL POLICY" (INCLUDING ADDENDA), THE TENDERER'S BUSINESS ADDRESS SHOWN ABOVE WILL BE DEEMED TO BE THE PROPONENT'S BID ADDRESS. IF THE TENDERER IS AN UNINCORPORATED JOINT VENTURE, A SINGLE BID ADDRESS MUST BE PROVIDED TO MAIN ROADS FOR THE PURPOSE OF APPLYING THE "BUY LOCAL POLICY". THE TENDERER’S BID ADDRESS WILL BE USED TO MANAGE AND DELIVER THE CONTRACT OUTCOMES AND WILL BE USED BY MAIN ROADS TO DETERMINE APPLICATION OF THE LOCAL CONTENT CRITERIA AND ANY PRICE PREFERENCES. THE "BUY LOCAL POLICY" CAN BE LOCATED AT WWW.SSC.WA.GOV.AU. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 37 of 74 Witness: Signature …………………………………………… Print name …………………………………….. Address of Witness ………………………………………………………………………….………………………. Occupation of Witness ………………………………………………………………………………………………. TENDER SCHEDULE A – FORM OF TENDER (With parent company guarantee provisions) FOR Contract Number:……………………… Contract Description:............................................................................................................. To: The Commissioner of Main Roads, Western Australia, Perth 1. Having examined the Tender Documents and any related addenda issued by you for the construction of the above named works, we offer to construct, complete and maintain the whole of the said works in conformity with the Tender Documents and addenda at the rates set out in the [Schedule of Rates in a Schedule of Rates Contract or Lump Sum Price in a Lump Sum Contract (as applicable)] and Daywork Rates and Prices or such other rates as may be ascertained in accordance with the General and Special Conditions of Contract. 2. We undertake as a fundamental condition to act in accordance with the Code of Practice for the Western Australian Building and Construction Industry in this Tender and to comply with the Australian Code of Tendering AS4120 - 1994. 3. If our Tender is accepted we will arrange provision of security as provided in the General Conditions of Contract in the amount set out in Annexure Part A of the proposed Form of Contract. 4. If our Tender is accepted and the conditions of our prequalification require our parent company or other covenantor to give an undertaking to provide a guarantee and indemnity, we will arrange execution of the Form of Agreement by our parent company or that covenantor. We confirm no material change has occurred in that entity’s financial circumstances since the date of the last annual financial statements submitted to Main Roads. [Tenderer to amend and provide full details if this statement cannot be made]. 5. If our Tender is accepted the Tender, together with your written acceptance, will constitute a binding contract between us in accordance with their terms unless and until a formal Agreement is prepared and executed. 6. In consideration of the trouble and expense incurred by you in preparing the Invitation to Tender Documents and in examining and considering this Tender, we agree that it cannot be withdrawn by us before the expiration of three calendar months from the date for close of the Tender Period, and will remain binding upon us and may be accepted at any time before the expiration of that period. 7. We understand that you are not bound to accept the lowest Tender or any Tender you may receive. 8. We acknowledge that this Tender is subject to the Western Australian Building and Construction Industry Code of Conduct 2016 (BCI Code) and agrees to comply with each of the obligations described in the BCI Code, for the duration of the procurement process. Dated this ………………………. Day of …………………………... ……………………………. month of ……20……………... Year of ................................... …..…………………………………. Print Name in the capacity of Signature Duly authorised to sign Tenders for and on behalf of …..………………………………………………………... COMPANY NAME - BLOCK LETTERS ABN ………………………………………….…….. ACN …………………………………………………….. …………………………………………………………………………………………………………………………. Business Address of Company1 ….…………………………………………………………………………………………………………………………………….. Registered Business Address of Company MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 38 of 74 NOTE 1: IN ACCORDANCE WITH THE WESTERN AUSTRALIAN GOVERNMENT'S "BUY LOCAL POLICY" (INCLUDING ADDENDA), THE TENDERER'S BUSINESS ADDRESS SHOWN ABOVE WILL BE DEEMED TO BE THE PROPONENT'S BID ADDRESS. IF THE TENDERER IS AN UNINCORPORATED JOINT VENTURE, A SINGLE BID ADDRESS MUST BE PROVIDED TO MAIN ROADS FOR THE PURPOSE OF APPLYING THE "BUY LOCAL POLICY". THE TENDERER’S BID ADDRESS WILL BE USED TO MANAGE AND DELIVER THE CONTRACT OUTCOMES AND WILL BE USED BY MAIN ROADS TO DETERMINE APPLICATION OF THE LOCAL CONTENT CRITERIA AND ANY PRICE PREFERENCES. THE "BUY LOCAL POLICY" CAN BE LOCATED AT WWW.SSC.WA.GOV.AU. Witness: Signature …………………………………………… Print name …………………………………….. Address of Witness ………………………………………………………………………….………………………. Occupation of Witness ………………………………………………………………………………………………. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 39 of 74 TENDER SCHEDULE B – COLLUSIVE TENDERING DECLARATION CONTRACT Number: ………….. (The Tenderer must complete this Declaration) I, ................................................................, of .......................................................... do solemnly and sincerely declare, in respect of the Tenderer for ....................................... . ("the Tender") or any contract arising from the Tender, that: 1. I hold the position of .............................................................................. and am duly authorised by ...................................................................... ("the Tenderer") to make this declaration on its behalf. 2.* Neither the Tenderer nor any of its employees or agents has entered into any contract, arrangement or understanding to pay monies or provide any benefits to any trade association arising out of or in relation to any Contract resulting from the Tender except as stated herein and, apart from the normal amount (annual subscription, turnover or contact fee) imposed by that trade association. 2.* The Tenderer has agreed to pay a special fee(s) of $......................................... to the following trade association(s)………………………………………………… ………………………………………………………………………………………….. if it is successful in the Tender, for the purposes of ……………………………… ………………………………………………………………………………………….. (* delete and initial whichever is inappropriate) 3. Neither the Tenderer nor any of its employees or agents had any knowledge of the price or the approximate price range of any other Tenderer prior to submitting the Tender nor has the Tenderer or any of its employees or agents disclosed to any rival Tenderer the Tenderer's Tender price or proposed Tender price prior to the closing of Tenders. 4. The Tenderer submitted the Tender in good faith and has not deliberately set its Tender price above the Tender price of rival tenderers. 5. As at the date of this declaration, the Tenderer intends to do the work set out in the Tender. 6. Neither the Tenderer nor any of its employees or agents has entered into any contract, arrangement or understanding having the result that, in the event that the Tenderer is successful in the Tender, it will pay to any unsuccessful Tenderer any monies or provide any benefits in respect of, or in relation to the Tender or any resulting contract. And I make this solemn declaration under the Oaths, Affidavits and Statutory Declaration Act 2005 Subscribed and declared at ..................................……….....) Dated this day of month of 20 Year of ____________________________ Signature of Declarant before me: ____________________________ Justice of the Peace/other person by law authorised to administer an oath (Declarations and Attestations Act 1913) MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 40 of 74 TENDER SCHEDULE C – CONTRACT RESOURCE PLAN The Tenderer must complete and submit the following details: PROVIDE NAMES AND CV’s OF THE PROPOSED PERSONNEL: Position Name of Nominated Personnel CV Attached (enter Yes) Contractor's Representative Management Representative Enter Position Titles for other Key Supervisory Personnel below: PROVIDE THE FOLLOWING DETAILS OF THE PROPOSED KEY PLANT AND EQUIPMENT: Plant Type Manufacturer Date Manufactured PROVIDE DETAILS OF PROPOSED KEY SUBCONTRACTORS AND MAJOR SUPPLIERS: Subcontractors for the following critical processes must have Third Party Certification for their Quality Management System to AS/NZS ISO 9001 For the Manufacture and or Supply of: (Refer to Annexure 201E) <<Authors Note – Modify the critical processes below to suit the contract – and delete this Note before finalising this Tender Document>> Critical Process Provide Name of Proposed Subcontractors / Major Suppliers Third Party Certified to AS/NZS 9001 Yes No Aggregate Asphalt Bitumen Products Concrete Culvert Pipes and Boxes Limestone Rockbase Signs Steel fabrication MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 41 of 74 Steel reinforcing Asphalt laying Cement stabilization of Pavements Bitumen stabilisation limestone Cement stabilisation pavements HCTCRB Pavement markings Sealing Prestressing / Tensioning Electrical and Lighting Intelligent Transport Systems Traffic Control Signals PROVIDE THE FOLLOWING DUE DILIGENCE INFORMATION FOR THE PROPOSED SUBCONTRACTORS: The Tenderer must provide the following details of Subcontractor(s) to whom it is intended to subcontract any portion of the works exceeding $1.5M (GST inclusive). Subcontractor’s Name Subcontractor’s Address Description of the Works to be Subcontracted Estimated Value A financial due diligence check on each of these Subcontractors must be conducted by the Tenderer and this Schedule signed to certify the Subcontractor(s) have satisfied this check. Where it is not intended to subcontract any portion of the works exceeding $1.5M (GST inclusive) enter “No subcontracting exceeding $1.5M” into this Schedule and sign the declaration below. I/We certify that a financial due diligence check has been carried out on the above Subcontractor(s), and the Subcontractor(s) has the financial capacity to complete the proposed subcontracted work. ____________________________ Signature of Tenderer _______________________ Name of Tenderer ______________ Date NOTE: This sheet is for indicating minimum information required. Tenderers may present their information in their preferred format. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 42 of 74 TENDER SCHEDULE D – OTHER PROJECT/CONTRACT COMMITMENTS The Tenderer must provide the following details: PROJECT DESCRIPTION CLIENT CONTRACT VALUE $ COMMENCEMENT DATE ANTICIPATED COMPLETION DATE NOTE: This sheet is for indicating essential information required. Tenderers may present the information in their preferred format. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 43 of 74 TENDER SCHEDULE E – CONSTRUCTION PROGRAM NOTE: Where specific items are required to be addressed in this section, include them in the table. For example: 2. The Tenderer shall state in the Tender the number of days allowed for delay due to wet weather. If used add the prefix 1. to the first item. Delete this instruction prior to printing. The Tenderer must provide the following details: The program must be based on the working hours, including all Public Holidays, specified in the Special Conditions of Contract and must include: • The dependencies between items of work as normally identified in Critical Path Analysis methods • The minimum duration of each work item • The critical path • All activity durations in number of days • An adequate description of each activity The program must not include specific dates NOTE: This sheet is for indicating information required. Tenderers may present the information in their preferred format. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 44 of 74 TENDER SCHEDULE F, PART 1 – BUY LOCAL QUESTIONNAIRE INFORMATION TO BE SUPPLIED BY TENDERER NOTE 1: This Questionnaire is not required for contracts within zone 1 (typically the Metropolitan area). If the questionnaire is not used, replace the Schedule text with “NOT APPLICABLE”. If the Contract is in the Metropolitan Area, delete the Schedule text and add " - NOT APPLICABLE" to the title. {See also earlier note for CT 9.8.} The contract delivery point for this contract must be determined and inserted into the appropriate place in below. The prescribed distance for this contract is to be calculated in kilometres (km) and inserted in the appropriate place in Tender Schedule F. The Western Australian Government provides price preferences to Western Australian businesses when they are in competition with other Western Australian businesses for government contracts where the purchase or contract point of delivery is in regional Western Australia. Price preferences are not applied when compliant bids received from businesses located in Western Australia are being directly compared, in the final bid analysis, with compliant bids received from businesses located in other States or Territories of Australia, New Zealand, the United States, Chile, Korea and Japan (when the purchase is a “covered” procurement”) under the Australia – United States Free Trade Agreement or Australia – Chile Free Trade Agreement or Korea-Australia Free Trade Agreement or Japan-Australia Economic Partnership Agreement. Tenderers should refer to the Conditions of Tendering Clause 9.8 for further details. The Principal reserves the right during the evaluation of the Tenders to request from the Tenderer evidence to the satisfaction of the Principal to verify the validity of the Tenderer’s claim for any financial preference. When a Tenderer is unable to provide evidence to the satisfaction of the Principal that verifies the validity of the Tenderer’s claim for a preference then the Tenderer’s claim for that preference may be considered invalid and the preference may not be applied to the Tender. If Alternate Tenders are submitted, a separate questionnaire must be submitted for each Alternate Tender containing different regional management or content. For the purpose of applying Buy Local Preferences: • The contract delivery point for this contract is: ________________________ NOTE: To be completed by the Principal. Please insert the contract delivery point. Delete this instruction before the tender document is printed. • The prescribed distance for this contract is: _________________ km. NOTE: To be completed by the Principal. Please insert the prescribed distance. Eg 200km for Zone 2 or 400km for Zone 3. Please refer to the Buy Local Policy for zone maps. APPLICATION OF PRICE PREFERENCES TO BE COMPLETED BY ALL TENDERERS To be eligible for price preferences, businesses must be registered or licensed to carry out business in Western Australia. Yes 1 No Is your business registered or licensed to carry out business in MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 45 of 74 Western Australia? Businesses answering “no” to this question do not need to complete the rest of this questionnaire. REGIONAL BUSINESS PREFERENCE Eligible regional businesses located within the prescribed distance from the purchase or contract point of delivery that bid, manage/deliver the majority of the contract outcomes from their regional business location are eligible to claim the regional business preference. Government agencies, when comparing bids received from regional businesses located within the prescribed distance, with bids received from Western Australian businesses located outside the prescribed distance, including the Perth region, will reduce the price of the bids from the regional businesses located within the prescribed distance, for evaluation purposes only, by 5% of the total bid cost calculated to a maximum of $250,000. The preference is calculated by the Principal. An eligible regional business is one that can answer “yes” to questions 2 to 6 below. To receive the regional business preference and to ensure the preference is applied correctly where appropriate, regional businesses must complete the following questionnaire. Regional business preference to be completed by Tenderers managing/delivering contract outcomes from offices located within the prescribed distance Yes No 2 Is your business located within the prescribed distance from the purchase or contract point of delivery stated at the top of this questionnaire (excluding zone one, the Perth region)? 3 Does your business maintain a permanent operational office within the prescribed distance? 4 Has your business maintained and conducted business from this office for the past six (6) months or more prior to the date this tender/quotation was called? 5 Will your business manage/deliver the majority of the contract outcomes from a business location meeting the three questions above? 6 The regional business preference is only available to eligible regional businesses that bid from their regional business location. Have you bid from your business location meeting the questions above? MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 46 of 74 REGIONAL CONTENT PREFERENCE A regional content preference is available to all Western Australian businesses, including businesses located in the Perth region and businesses located inside or outside the prescribed distance that use goods, materials or services in regional contracts that are purchased from businesses located within the prescribed distance. The preference applies to the cost of goods, materials or services purchased and used in the delivery of the contract outcomes. Estimated costs associated with wear and tear on plant and equipment, principal supplied materials, goods and services supplied by government utilities (excluding local government) and all costs associated with travel, accommodation and meals for workers are not eligible for the regional content preference. This includes, travel, accommodation and meal costs associated with sending people from outside a prescribed distance to work on a regional contract and all ongoing travel, accommodation and meal costs associated with the delivery of the contract outcome. In comparing compliant bids received from Western Australian businesses, including the Perth region, with compliant bids received from Western Australian businesses located inside the prescribed distance the cost of the declared regional content will be reduced, for evaluation purposes only, by 5% calculated to a maximum of $250,000. The preference is calculated by the Principal. Tenderers claiming a regional content preference must complete questions 7 to 9 to be eligible for this preference. Regional content preference to be completed by all Western Australian Tenderers Yes No 7 Does your business intend purchasing goods and services for use in this contract from regional businesses located within the prescribed distance from the contract delivery point (excluding zone 1, the Perth region)? 8 If you have claimed an item below for FUEL and you are located outside the prescribed distance from the contract delivery point, does the amount claimed exclude the cost of fuel used for mobilising and/or demobilising? (Please note, the regional content preference does not apply to the cost of fuel associated with mobilisation/demobilisation. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 47 of 74 9 List below the goods and services, including proposed subcontracting arrangements, your business intends purchasing for use on this contract from regional businesses which are located within the prescribed distance from the contract delivery point (excluding zone 1, the Perth region). Include the value of the goods and services (attach additional list if required). Tenderers should enlist the assistance of the Industry Capability Network (ICN) regarding opportunities for local WA businesses to be used on this Contract. Contact details are www.icnwa.org.au and email: [email protected]. Note: (i) Claims will only be considered for items which include a description of the goods/services and the supplier’s/contractor’s name and address. It is not sufficient to use words such as “various” or “to be advised”. (ii) Each type of good/service is to be itemised separately below. (iii) Failure to complete any of the information described in the column headings below may render your claim for regional content preference ineligible. Description of Goods/Services Subcontractor / Supplier’s Name Subcontractor / Supplier’s Name Value (GST Excl.) Total Cost of Regional Content $ MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 48 of 74 TENDER SCHEDULE F, PART 2 – IMPORTED CONTENT QUESTIONNAIRE INFORMATION TO BE SUPPLIED BY TENDERER The Western Australian Government’s Buy Local Policy provides for government agencies, when comparing bids, to apply a 20% price impost to the portion of a bid that comprises good, service or items that have been sourced from overseas, excluding New Zealand, the United States, Chile, Korea and Japan (when the purchase is a “covered procurement”) under the AUSFTA, ACI-FTA, KAFTA or JAEPA. The cost of the good, service or items that have been sourced from overseas is referred to as imported content. The “imported content” is calculated in dollar terms and is the estimated duty paid cost of the portion of the bid sourced from overseas. The estimated duty paid cost must include the cost of any services related to importing the good, service or items (eg overseas freight and insurance, software in computer tenders, consultancy or engineering effort), or any charges of overseas origin together with customs clearing charges. The imported content impost is not applied in the case of services purchased separately or in isolation. All tenderers are required to complete the imported content questionnaire. Tenderers that believe there is no imported content in their bid must enter “Nil” on the questionnaire If Alternate Tenders are submitted, a separate questionnaire must be submitted for each Alternate Tender containing different imported content. 1 List details of any goods, services or items included in your bid that have been sourced from another country, excluding New Zealand, the United States, Chile, Korea or Japan. (Attach additional list if required). Where there is no imported content, Tenderers are required to state “Not Applicable”. Price Schedule Item No. Description of Goods/Services/Items Value (GST Excl.) Country of origin Total Cost of Imported Content $ MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 49 of 74 TENDER SCHEDULE F, PART 3 – LOCAL CONTENT QUESTIONNAIRE INFORMATION TO BE SUPPLIED BY TENDERER NOTE: This Questionnaire is not required for contracts below $750,000. If a local content non price assessment is not used, delete the Schedule text and add " - NOT APPLICABLE" to the title. The Western Australian Government’s Buy Local Policy requires all Government contracts with an estimated value of $750 000 or greater to include “local content” as a weighted selection criterion. The “local content” selection criterion must have a weighting of 20% unless an alternative weighting or strategy to assess local content in a specific purchase or strategy has been approved by the Local Content Advisory Committee within the Department of Commerce. To benefit fully in the evaluation process Tenderers must provide details of any Local Content associated with their Tender. Local Content that shall be addressed by Tenderers in accordance with the Buy Local Policy (available from www.finance.wa.gov.au/cms/State_Supply_Commission/Other_Government_Policies.aspx ) including, but not limited to: • The proportion of the Tenderer’s workforce consisting of employees from within Western Australia. • The proportion of the Tenderer’s; 1) Workforce who are Aboriginal, 2) Tender Price that comprises the Tenderer’s Aboriginal Workforce, 3) Tender Price that comprises sub-contractors who are a registered Aboriginal Business in accordance with www.abdwa.com.au . • Training programs, skills development and apprenticeships provided to employees within Western Australia. • Details including the estimated value (GST exclusive) of any subcontractors, suppliers or goods that will be sourced from within Australia, New Zealand, the United States, Chile, Korea and Japan but not from Western Australian subcontractors or suppliers. This detail together with the details provided in the Regional Content Section of the Buy Local Questionnaire (if applicable) and the imported content declared in the Imported Content Questionnaire will be used to assess the Tenderer’s commitment to local businesses within Western Australia. • Any other benefit to the State of Western Australia such as industry development/initiatives within Western Australia. Local Content will be evaluated in accordance with the assessment table shown in Conditions of Tendering Clause 13. Should the Contract delivery point be Regional Western Australia (ie within Zone 2 or 3) additional weighting will be considered should the Local Content claims, including those described above, be undertaken within the Prescribed Distance. Tenderers should therefore identify Local Content undertaken within the Prescribed Distance separate to Local Content within the rest of Western Australia. The Principal reserves the right during the evaluation of the Tenders to request from the Tenderer evidence to the satisfaction of the Principal to verify the validity of the Tenderer’s claim of any Local Content. Details of Local Content arising from this Tender. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 50 of 74 NOTE: This schedule identifies the type of information that must be provided by Tenderers. If there is insufficient space in this schedule, Tenderers may present this information in their preferred format or attach additional information to support this schedule. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 51 of 74 TENDER SCHEDULE G – UNIQUE AND CRITICAL CONSTRUCTION ACTIVITIES NOTE: If using the Single Stage Tender process, this Schedule MUST NOT be used. Change the title to read "TENDER SCHEDULES G to K - NOT REQUIRED", then delete these notes and the following four schedules. For the Two Stage Tender process, using the Author's Notes for guidance, list any unique and critical construction activities, or, add "- NOT REQUIRED" to the title, then delete these notes. The use of this Schedule is restricted to Contracts that involve unique and critical construction activities that are different to those normally encountered or required by Contractors in the pre-qualification category selected for the Contract. The specific items to be addressed in this section are to be inserted into the schedule as a table, similar to the following example: The following unique and critical construction activities will need to be addressed by the Preferred Tenderer when invited to provide a detailed submission for Stage Two of the Tender process: • details, including location, of proposed temporary work structures • specific details of the incremental launch methods to be used for structures • etc., as required For Stage One of the Tender process, provide outline details only for carrying out these activities. NOTE: Tenderers may present the information in their preferred format. Where this schedule is not required, the relevant instructions on the Schedule page should be followed, and also applied to Clause 9.9 {see also previous notes on Clause 9.9 in the Single Stage Tender Process section} MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 52 of 74 TENDER SCHEDULE H – OUTLINE SAFETY MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES NOTE: If using the Single Stage Tender process, this Schedule MUST NOT be used: follow notes for Schedule G. For the Two Stage Tender process, using the guidance notes below, list any unique and critical activities, or, add "- NOT REQUIRED" to the title, then delete these notes. 1. Contractors are not permitted to tender for Category 2 Contracts if they do not meet the pre-qualification requirements stated in the Invitation to Tender. 2. In meeting pre-qualification requirements, each Tenderer has demonstrated its capability and capacity to carry out work of similar value and complexity to that described in the Tender Documents. 3. Excessively onerous requests for Management Plans to address activities that are consistent with the normal duties of a pre-qualified Contractor are annoying to Tenderers, complicate the assessment process and devalue attention to specific high-risk activities. Activities that are consistent with the normal duties of a prequalified Contractor are best addressed when the Contractor submits its full and complete Management Plans after the Contract has been awarded. 4. Schedules H to K should only be used for contracts that involve new technology or for activities that go beyond the pre-qualified Tenderer's normal experience in terms of complexity and/or risk. 5. Typical examples: • Handling and disposal of known asbestos materials • Traffic control during works on Mt Henry Structures • Community relations in North structures • Push-out structures over an electrified railway 6. Inclusion of these Schedules in the Tender Document is only permitted when the Project Manager has identified and listed the risks or items to be addressed, and agreed their inclusion with the Senior Project Manager. 7. Insert a table similar to the following where required, or follow the "Not Required" instructions on the schedule page The following unique and critical activities will need to be addressed by the Preferred Tenderer when invited to provide a detailed submission for Stage Two of the Tender process: • specific details of … • etc, as required For Stage One of the Tender process, provide an Outline Management Plan only for carrying out this unique and critical activity: {or these unique and critical activities.} NOTE: Tenderers may present the information in their preferred format. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 53 of 74 TENDER SCHEDULE I – OUTLINE TRAFFIC MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES NOTE: If using the Single Stage Tender process, this Schedule MUST NOT be used: follow notes for Schedule G. For the Two Stage Tender process, using the guidance notes at Schedule H, list any unique and critical activities, or, add "- NOT REQUIRED" to the title, then delete these notes. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 54 of 74 TENDER SCHEDULE J – OUTLINE COMMUNITY RELATIONS MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES NOTE: If using the Single Stage Tender process, this Schedule MUST NOT be used: follow notes for Schedule G. For the Two Stage Tender process, using the guidance notes at Schedule H, list any unique and critical activities, or, add "- NOT REQUIRED" to the title, then delete these notes. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 55 of 74 TENDER SCHEDULE K – OUTLINE ENVIRONMENTAL MANAGEMENT PLAN FOR UNIQUE AND CRITICAL ACTIVITIES NOTE: If using the Single Stage Tender process, this Schedule MUST NOT be used: follow notes for Schedule G. For the Two Stage Tender process, using the guidance notes at Schedule H, list any unique and critical activities, or, add "- NOT REQUIRED" to the title, then delete these notes. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 56 of 74 TENDER SCHEDULE L – OTHER REQUIRED INFORMATION NOTE: If the Single Stage process is being used, and this Schedule is NOT required, delete the whole Schedule, and adjust the title for Schedule G to read "TENDER SCHEDULES G to L - NOT REQUIRED" For the Two Stage Tender process, using the guidance notes at Schedule H, list the other required information, or, add " - NOT REQUIRED" to the title, then delete this note. In either case where Schedule L is not required, replace the text of Clause 9.11 with "Nil." Either add the table to the Schedule (amended as required to suit the contract Specifications), or follow the instructions above if "Not Required". This relates to specific clauses of the tender documents or specifications, which provide the Tenderer with supply options. For example: DESCRIPTION PARTICULARS TO BE SUPPLIED BY TENDERER Clause 503.16.01 Technical Specification Source of Aggregate Supply Clauses 503.13 & 503.16.02 Technical Specification Brand of Adhesion Agent Clause 860.01 Technical Specification Details of Structures Bearings MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 57 of 74 TENDER SCHEDULE M – ALTERNATIVE TENDER NUMBER OF ALTERNATIVE TENDERS (if none write NIL} If the Tenderer elects to submit one or more alternative Tenders, the Tenderer must provide in this schedule, the details identified in Clause 9.2 {see table below}, and any amplifying information. Where more than one Alternative Tender is submitted, each must be clearly identified, and separately summarised. Schedule Item Alternate Price Variation from conforming Tender ALTERNATE TENDER PRICE: This table indicates the preferred format for a summary. Tenderers may submit any amplifying information in their preferred format. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 58 of 74 TENDER SCHEDULE N – DECLARATION OF COMPLIANCE WITH THE CODE FOR THE TENDERING AND PERFORMANCE OF BUILDING WORK 2016 AUTHOR’S NOTE: If Building Code provisions do not apply, delete content of this schedule and replace heading with “NOT USED”. Refer to CT 2.3. 1. In this Declaration of Compliance: ABCC means the body referred to in subsection 29(2) of the Act. ABC Commissioner means the Australian Building and Construction Commissioner referred to in subsection 15(1) of the Act. Act means the Building and Construction Industry (Improving Productivity) Act 2016. Building Code means the Code for the Tendering and Performance of Building Work 2016, which is available at https://www.legislation.gov.au/Details/F2017C00125 Building Contractor has the same meaning as in the Act. Building Industry Participant has the same meaning as in the Act. Building Work has the same meaning as in subsection 3(4) of the Building Code. Commonwealth Funded Building Work means Building Work in items 1-8 of Schedule 1 of the Building Code. Enterprise Agreement has the same meaning as in the Fair Work Act 2009. Exclusion Sanction has the same meaning as in subsection 3(3) of the Building Code. Related Entity has the same meaning as in subsection 3(2) of the Building Code. Name of project to which the Works relate: Name of Tenderer, ABN and ACN: 2. The Tenderer confirms that it has complied with the Building Code in preparing its tender. 3. The Tenderer acknowledges that it and its Related Entities must comply with the Building Code in relation to all Building Work described in Schedule 1 of the Building Code for which an expression of interest or request for tender (however described) is called on or after the date that the Building Code commenced, being 2 December 2016, and, should it be the successful Tenderer, in relation to the Works. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 59 of 74 4. The Tenderer undertakes to ensure that it and its subcontractors that it subcontracts any of the Works to, should it be the successful Tenderer, comply with the Building Code. 5. The Tenderer acknowledges the powers and functions of the ABC Commissioner and the ABCC under the Act and the Building Code and undertakes to ensure that it and its subcontractors will comply with any requests made by the ABCC and the ABC Commissioner within those powers and functions, including but not limited to requests for entry under section 72 of the Act, requests to interview any person under section 74 of the Act, requests to produce records or documents under sections 74 and 77 of the Act and requests for information concerning matters relating to the Building Code under subsection 7(c) of the Building Code. 6. The Tenderer declares that where it proposes to subcontract any of the Works, should it be the successful Tenderer, it will: (a) not enter into a subcontract with a subcontractor who: (i) is covered by, or has Related Entities covered by, an Enterprise Agreement that does not meet the requirements of section 11 of the Building Code; (ii) is subject to an Exclusion Sanction; (iii) has had an adverse decision, direction or order made by a court or tribunal for a breach of the Act, a designated building law, work health and safety law or competition and consumer law which has not been stayed or revoked and for which the period for compliance has expired without the Tenderer having complied with the decision, direction or order; or (iv) unless approved otherwise by the ABC Commissioner, is excluded from performing Building Work funded by a state or territory government; and (b) only enter into a subcontract where: (i) the subcontractor undertakes to only use products in relation to the Works that comply with the relevant Australian standards published by, or on behalf of, Standards Australia; (ii) the subcontractor undertakes to comply with the Workplace Relations Management Plan approved by the ABCC in accordance with Part 6 of the Building Code that applies to the Works; (iii) the subcontractor has submitted a declaration of compliance, including the further information outlined in Attachment A to the declaration of compliance, in substantively the same form as the model declaration of compliance applicable to contractors and subcontractors in relation to the Building Code; and (iv) the subcontract with the subcontractor contains clauses in substantively the same form as the model contract clauses applicable to contractors and subcontractors in relation to the Building Code. 7. The Tenderer declares that it has provided all of the further information required by Attachment A to this Declaration of Compliance. 8. The Tenderer declares that: (a) it is not subject to an Exclusion Sanction; (b) it has not had an adverse decision, direction or order made by a court or tribunal for a breach of the Act, a designated building law, work health and safety law or competition and consumer law which has not been stayed or revoked and for which the period for compliance has expired without the Tenderer having complied with the decision, direction or order; MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 60 of 74 (c) it will only use products in relation to the Works that comply with the relevant Australian standards published by, or on behalf of, Standards Australia, should it be the successful Tenderer; and (d) it has provided as part of its tender a Workplace Relations Management Plan for approval by the ABCC in accordance with Part 6 of the Building Code (refer to Tender Schedule R) [dete paragraph (d) if a WRMP is not required – refer to CT 2.3] Signature of Tenderer Name Title ATTACHMENT A – INFORMATION REGARDING COMPLIANCE WITH THE CODE FOR THE TENDERING AND PERFORMANCE OF BUILDING WORK 2016 Tenderers must provide the following information as part of their Declaration of Compliance. This information can either be set out in this table or in an annexure to Tender Schedule N. Item Requirement Compliance 1 Is the Tenderer excluded from performing Building Work funded by a state or territory government? If so, the Commonwealth reserves the right to exclude the Tenderer from further consideration. Yes / No 2 MAIN ROADS Western Australia D13#19116 – 12 May 2017 Details: Yes / No Tender Submission Document Contract XXXX/XX Page 61 of 74 Item Requirement Compliance Does the Tenderer positively commit to the provision of appropriate training and skills development for their workforce, and, if so, what evidence can the Tenderer supply in relation to this (for example, evidence of its compliance with any state or territory government building training policies and evidence of its support in the delivery of nationally endorsed building and construction competencies)? Details: 3 How many current apprentice and trainee employees are engaged or intended to be engaged by the Tenderer to undertake the Works? Details: 4 How many and what classes of persons that hold visas under the Migration Act 1958 are engaged or intended to be engaged by the Tenderer to undertake the Works? Details: 5 Has the Tenderer within the preceding 3 years had an adverse decision, direction or order of a court or tribunal made against it for a breach of a designated building law, work health and safety law or the Migration Act 1958? Yes / No Has the Tenderer or its Related Entities within the preceding 3 years been required to pay any amount under an adjudication certificate (provided in accordance with a law relating to the security of payments that are due to persons in respect of Building Work) to a Building Contractor or Building Industry Participant? Yes / No 6 MAIN ROADS Western Australia D13#19116 – 12 May 2017 Details: Details: Tender Submission Document Contract XXXX/XX Page 62 of 74 Item Requirement Compliance 7 Has the Tenderer or its Related Entities within the preceding 3 years owed any unsatisfied judgement debts to a Building Contractor or Building Industry Participant? Yes / No 8 To what extent does the Tenderer intend to use domestically sourced and manufactured building materials to undertake the Works? Details: 9 What is the Tenderer’s assessment of the whole-of-life costs of the project to which the Works relate? Details: 10 What does the Tenderer consider the impact on jobs will be of the project to which the Works relate? Details: 11 Does the Tenderer consider that the project to which the Works relate will contribute to skills growth? Details: MAIN ROADS Western Australia D13#19116 – 12 May 2017 Details: Tender Submission Document Contract XXXX/XX Page 63 of 74 TENDER SCHEDULE O – DECLARATION OF COMPLIANCE WITH BCI CODE (Insert full name of Tenderer, ABN and/or ACN) YES NO 1. Is the Tenderer subject to a current finding of material Code non-compliance (as defined in paragraph 30 of the BCI Code)? 2. Is any Related Entity of the Tenderer (as defined in paragraph 4.1 of the BCI Code) subject to a current finding of material Code non-compliance (as defined in paragraph 30 of the BCI Code)? If yes, please provide further details, including further information concerning the relationship between the Tenderer and the Related Entity. NOTE: If the Tenderer is subject to a current finding of material Code non-compliance, the Tenderer will be excluded from further consideration in this procurement process. If a Related Entity of the Tenderer is subject to a current finding of material Code non-compliance, the Tenderer may be excluded from further consideration in this procurement process. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 64 of 74 TENDER SCHEDULE P – AUSTRALIAN GOVERNMENT BUILDING AND CONSTRUCTION WHS ACCREDITATION SCHEME NOTE: The Australian Government Building and Construction WHS Accreditation Scheme only applies if: 1. The Value of Australian Government funding contribution is: At least $6M and represents at least 50% of the total Construction Project value; or At least $10M, irrespective of the proportion of Australian Government funding; and The head Contract for Building work is greater than $4M. Contact Budget & Programming Branch to determine if this contract satisfies the above criteria and is subject to the Scheme. For contracts that are not subject to the Scheme, replace the text of this schedule and CT20 with “NOT APPLICABLE”. Delete this note prior to printing. Enter details of accreditation status, including the expiry date of accreditation under the Australian Government Building and Construction WHS Accreditation Scheme. Company Name Accreditation Status Expiry Date Requirements for Joint Ventures that include an Unaccredited Builder If the Tenderer must comply with the requirements as set out in Section 26(1)(f) of the Fair Work (Building Industry Accreditation Scheme) Regulation 2016, please confirm date of Determination by the Office of the Federal Safety Commissioner. Method of Determination (ie. Letter, Email) MAIN ROADS Western Australia D13#19116 – 12 May 2017 Date of Determination Tender Submission Document Contract XXXX/XX Response from OFSC Page 65 of 74 TENDER SCHEDULE Q – DISCLOSURE OF CRIMINAL CONVICTIONS Enter details in the table below of each director, owner and key management personnel who: (i) has a criminal conviction; or (ii) is currently the subject of any charge pending before a court. Where no criminal convictions are being declared write “Nil Return” in the table below. Full Name of Director, Owner, Key Management Person Position Held in Company MAIN ROADS Western Australia D13#19116 – 12 May 2017 Description/Type of Criminal Conviction/s or Charge Pending Tender Submission Document Contract XXXX/XX Date of Conviction Penalty Page 66 of 74 TENDER SCHEDULE R – WORKPLACE RELATIONS MANAGEMENT PLAN NOTE: If Building Code provisions do not apply, delete content of this schedule and replace heading with “NOT USED”. Refer to CT 2.3. A Workplace Relations Management Plan (WRMP) is required under Section 25 of the Code for Tendering and Performance of Building Work 2016 (Building Code) and must be submitted with the Tenderer’s response to this Invitation to Tender. The ABCC has developed a guide, which includes a model WRMP, to assist Tenderers in meeting their obligations under the Building Code. Tenderers are requested to follow the structure and format of the model when developing their WRMPs. https://www.abcc.gov.au/building-code/workplace-relations-management-plans Tenderers to note: WRMPs cannot be submitted by a Tenderer directly to the ABCC. Any WRMP submitted directly will not be assessed. MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 67 of 74 FORM 2 – FORM OF AGREEMENT This Agreement is made the.....................................................................of..................BETWEEN the COMMISSIONER OF MAIN ROADS a body corporate constituted pursuant to the provisions of the Main Roads Act 1930-1977, Western Australia as amended and having its office at Waterloo Crescent, East Perth in the State of Western Australia ("the Commissioner") of the one part and of...................................................................................................................................................... of..................................................................................................................................................... ("the Contractor") of the other part. WHEREAS the Commissioner is desirous that certain works should be constructed namely: ........................................................................................................................................................ ..................................................................... and has accepted a Tender by the Contractor for the construction completion and maintenance of such works now the Parties agree as follows: 1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract referred to in clause 2(e). 2. The following documents comprise or are deemed to comprise this Agreement and must be read in order of precedence as listed: (a) This Form of Agreement. (b) Notice of Acceptance of Tender. (c) The Contractor’s Tender Submission Document including any correspondence between the Principal and the Contractor prior to Acceptance. (d) Special Conditions of Contract. (e) AS 2124 - 1992 General Conditions of Contract including Annexure Part A but excluding the Special Conditions in Annexure Part B. (f) Specifications. (g) Main Roads Standard Method of Measurement for Construction Works (h) Drawings. 3. In consideration of the payments to be made by the Commissioner to the Contractor under the Contract, the Contractor covenants with the Commissioner to construct complete and maintain the Works in conformity in all respects with the provisions of the Contract and comply with all other obligations on its part contained in the Contract. 4. In consideration of the construction completion and maintenance of the Works by the Contractor, the Commissioner covenants to pay to the Contractor the final Contract Sum at the times and in the manner prescribed by the Contract and comply with all other obligations on its part contained in the Contract. Executed by the parties as a deed The Common Seal of....................................................................................... } was affixed by authority of the Directors and in the presence of ...........................................................................................Director ...........................................................................................Director/Secretary SIGNED by ............................................. as Managing Director of Main Roads in the presence of : ....................................................................... Name of Witness ....................................................................... Signature of Managing Director ................................................................. Signature of Witness MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 68 of 74 FORM 2 – FORM OF AGREEMENT (With Parent Company Declaration) This Agreement is made the.....................................................................of..................BETWEEN the COMMISSIONER OF MAIN ROADS a body corporate constituted pursuant to the provisions of the Main Roads Act 1930-1977, Western Australia as amended and having its office at Waterloo Crescent, East Perth in the State of Western Australia ("the Commissioner"); ........................................................................................................................................................... of....................................................................................................................................................... ("the Contractor") and ……………………………………………………………………………………… of ………………………………………………………………………………………. ("the Covenantor"). WHEREAS the Commissioner is desirous that certain works should be constructed namely: .......................................................................................................................................... ..................................................................... and has accepted a Tender by the Contractor for the construction completion and maintenance of such works now the Parties agree as follows: 1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract referred to in clause 2(e). 2. The following documents comprise or are deemed to comprise this Agreement and must be read in order of precedence as listed: (a) This Form of Agreement. (b) Notice of Acceptance of Tender. (c) The Contractor’s Tender Submission Document including any correspondence between the Principal and the Contractor prior to Acceptance. (d) Special Conditions of Contract. (e) AS 2124 - 1992 General Conditions of Contract including Annexure Part A but excluding the Special Conditions in Annexure Part B. (f) Specifications. (g) Main Roads Standard Method of Measurement for Construction Works (h) Drawings. 3. In consideration of the payments to be made by the Commissioner to the Contractor under the Contract, the Contractor covenants with the Commissioner to construct complete and maintain the Works in conformity in all respects with the provisions of the Contract and comply with all other obligations on its part contained in the Contract. 4. In consideration of the construction completion and maintenance of the Works by the Contractor, the Commissioner covenants to pay to the Contractor the final Contract Sum at the times and in the manner prescribed by the Contract and comply with all other obligations on its part contained in the Contract. 5. In consideration of the Commissioner entering into this Agreement with the Contractor, the Covenantor has agreed to provide the covenants in Clause SCC 4A of the Special Conditions of Contract. Executed by the parties as a deed The Common Seal of....................................................................................... was affixed by authority of the Directors and in the presence of ...........................................................................................Director ...........................................................................................Director/Secretary MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX } Page 69 of 74 The Common Seal of ...... [insert Covenantor's name] ...... was affixed by authority of the Directors and in the presence of – …………………………………………………….. Director …………………………………………………….. Director/Secretary } SIGNED by ............................................. as Managing Director of Main Roads in the presence of : ....................................................................... Name of Witness ....................................................................... Signature of Managing Director ................................................................. Signature of Witness MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 70 of 74 MAIN ROADS STANDARD METHOD OF MEASUREMENT FOR CONSTRUCTION WORKS All Tenderers shall be aware that the “Main Roads Method of Measurement for Construction Works” will be deemed to have been issued and constitute part of the Tender Documents and are available in PDF format from: www.mainroads.wa.gov.au/Building Roads/Tender Preparation/Standard Method of Measurement/Main Roads Standard Method of Measurement (SMM) for Construction Works Main Roads Standard Method of Measurement for Construction Works comprises the following Sections: PRINCIPLES FOR PREPARING SCHEDULES OF RATES AND BILLS OF QUANTITIES PREAMBLES TO THE SCHEDULES OF RATES AND BILLS OF QUANTITIES UNITS AND METHOD OF MEASUREMENT Series 100 – General Requirements Series 200 – Management Requirements Series 300 – Earthworks Series 400 – Drainage Series 500 – Pavement and Surfacing Series 600 – Traffic Facilities Series 700 – Electrical and Lighting Series 800 – Bridges and Major Structures Series 900 – Miscellaneous MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 71 of 74 CONTRACT SPECIFIC ADDITIONS AND AMENDMENTS TO THE MAIN ROADS STANDARD METHOD OF MEASUREMENT FOR CONSTRUCTION WORKS NOTE: Main Roads Standard Method of Measurement for Construction Works (SMM) Clause 1.5 of the Principles for Preparing Schedules of Rates and Bills of Quantities provides for the use of Contract Specific Preambles to describe any methods of measurement that are adopted in the preparation of Schedules of Rates or Bills of Quantities and that are not in accordance with SMM. The following example illustrates the method that can be used where items that are not currently included in SMM can be added by way of a Contract Specific Preamble. The example text should be edited to suit the contract specific requirements. The completed document should be included before the Schedule of Rates/Bill of Quantities. Calculations of Measurements rounding up requirements are dealt with in Clause 3 of the Preambles. SERIES 100 – GENERAL MANAGEMENT REQUIREMENTS 101 DESCRIPTION OF WORKS 101.1 Classification of Items Add the following: • Media advertising 101.2 Units of Measurement 101.2.1 After Contractor’s programs add; Media Advertising SERIES 400 – DRAINAGE 407 KERBING 407.1 Classification of Items Add the following • Kerb ends 407.2 Units of Measurement 407.2.2 After kerb openings add; kerb ends 407.3 Method of Measurement 407.3.2 Delete paragraph and replace with: Pedestrian ramps, kerb openings, kerb ends and driveway kerbs shall be measured as "Extra Over." MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 72 of 74 407.4 Rates and Prices to be Inclusive 407.4.2 Delete first sentence and replace with: “In accordance with the Preambles, paragraph 2 General Directions, the rates and prices for kerb openings and kerb ends shall be inclusive of:” All Tenderers can obtain a copy of the “SCHEDULES OF RATES/BILLS OF QUANTITIES” electronic format from: https://www.mainroads.wa.gov.au/BuildingRoads/TenderPrep/Pages/smm.aspx MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 73 of 74 CONTRACT No. ??/?? SCHEDULES OF RATES/BILLS OF QUANTITIES CONTENTS Page THIS PAGE - CONTENTS ……………………………………………………………………………….1 SCHEDULE No. 1 - GENERAL ITEMS ………………………………………………………………...2 SCHEDULE No. 2 - ROADWORKS …………………………………………………………………….6 SERIES 300 - EARTHWORKS ………………………………………………………………………….7 SERIES 400 - DRAINAGE ……………………………………………………………………………….9 SERIES 500 - PAVEMENT & SURFACING ………………………………………………………….13 SERIES 600 - TRAFFIC FACILITIES …………………………………………………………………16 SERIES 700 - ELECTRICAL & LIGHTING …………………………………………………………...18 SERIES 900 - MISCELLANEOUS ……………………………………………………………….........20 SCHEDULE No. 3 - PROVISIONAL SUMS …………………………………………………............22 SCHEDULE No. 4 - DAYWORK ……………………………………………………………………….24 BILL No. 1 - BRIDGE No. ? OVER ? ………………………………………………………………….26 SUMMARY ……………………………………………………………………………………………….37 MAIN ROADS Western Australia D13#19116 – 12 May 2017 Tender Submission Document Contract XXXX/XX Page 74 of 74
© Copyright 2026 Paperzz