DMS NO. insert DMS number
Request for Quote
Provision of Kerb Works – BW229/15
The Department of Transport and Main Roads invites offers for the provision of kerb works on Fison Ave West
and Gateway Off Ramp, Eagle Farm as specified in Section 1 - Requirements.
This Request for Quote (RFQ) process will be governed by the Conditions of Offer contained in Section 2 –
Conditions of Submission. Any contract arising from this RFQ process will be governed by the Conditions of
Contract and RoadTek Works Contract Conditions contained in Section 3.
The response form contained in Section 4 – Offeror Response has been included to allow Offerors to respond to
the RFQ. It is a requirement of the RFQ that the response form be completed and submitted to the Department of
Transport and Main Roads by the date and time specified in Section 1 - Requirements.
Section 1 - Requirements
Description of
Goods and/or
Services required:
2401.01 Concrete kerb, mountable as per BSD-2001 m 175
2404.01 Concrete kerb an channel, type 'E' as per
BSD-20041 m 400
2405.01S
Concrete kerb and channel crossings as per
BSD-5231 (Refer to BISS 2320) m 10
Specifications
and/or scope of
works:
The contractor shall comply with the following terms & conditions;
• Work shall be completed with accordance with current applicable TMR
specification and standards
• All works will be carried out between 7:00 PM and 5:00 AM Weekdays only
(Monday to Thursday).
• Contractor shall comply with current QLD work health and safety requirements.
• Quality records shall be submitted to RoadTek following completion of install.
• Carry out control and compliance testing for materials against that approved mix
design; and applicable standards of the day
• Contractor shall assume full responsibility of material and dispose access
material and include the disposal cost built in the rate.
• Contractor shall incorporate into the rates the plant opening fees and other
disposal fees as applicable.
• Contractor shall provide the rate for the supply and install including but not
limited to all materials, labour and plant required to complete the schedule items.
• A separate additional rate for establishment of shift shall be submitted along with
the schedule.• Complete RoadTek site induction and adhere to site rules including mandatory
PPE policy (PPE policy attached).
• Include 4 visits for Kerb and channel – and 2 visits for mountable kerb.
Key deliverables
and/or
milestones:
N/A
Delivery address
of Goods and/or
Services:
Fison Ave West and Gateway Off Ramp, Eagle Farm
Delivery period: March 2015
Insurance
requirements:
(a) Workers’ Compensation Insurance in accordance with the Workers’
Compensation and Rehabilitation Act 2003 (Qld);
(b) Public Liability insurance for a minimum of $20 million in respect of each claim
(c) Plant and Equipment Insurance
Evaluation
criteria:
Offers received will be evaluated against the following criteria.
Evaluation criteria 1: Experience, capability and availability.
Evaluation criteria 2: Safety, Quality and Environmental Management.
Evaluation criteria 3: Comparative cost.
Mandatory
requirements:
Nil
Requirements of
submission:
(a) Completion of section 4 – Offeror Response
Lodgement of
submission:
Via QTender
Closing Date: 28/01/2015 – 5:00pm
Offer Validity
Period:
90 days
Contact officer: Tejas Mehta, Project Manager
0477 317 957
[email protected]
Confidential
Information:
N/A
Section 2 – Conditions of Submission
This RFQ process is governed by the terms of Conditions of Offer version 004 dated 1 July 2012 as detailed
at: http://www.hpw.qld.gov.au/SiteCollectionDocuments/ConditionsOfOffer004.pdf.
The Conditions of Offer are to be amended as follows: http://www.tmr.qld.gov.au/business-industry/Business-withus/Goods-and-services-procurement.aspxComplaint Management
The Customer’s Complaint Manager is:
Chief Procurement Officer
GPO Box 1412
Brisbane Qld 4001
Ph: (07) 3066 1747
E: Chief Procurement Officer
Section 3 – Conditions of Contract and Special Conditions
The documents that will govern any contract arising from this RFQ process are as set out below:
(a) Short Form Conditions of Contract for the provision of goods and services version 004 dated 1 July 2012
as detailed at http://www.hpw.qld.gov.au/SiteCollectionDocuments/ShortFormConditionsContract004.pdf.
(b) Special Conditions:
1. Provide details of testing upon request from the Principal to confirm adherence to the specification
requirements
2. A Compliance Testing Report for supply and lay concrete products certifying that works conform in all
respects to the requirements of this offer shall be required to be submitted covering each lot and in
compliance with current applicable TMR standards and specifications.
3. Compliance Testing Reports shall include as an attachment, copies of test reports and also indicate the
relation between lots delivered (Lot registers) and delivery dockets/ weigh tickets, if requested.
4. The Contractor shall undertake testing of the material using a NATA Certified Laboratory. The level of
testing should be in accordance with Department of Transport and Main Roads current Specifications
and Technical Standards and any project specific requirements identified by the Principal during project
specific negotiations.
5. Incorporated into the rates are to be the work operations under the following Standard Item Numbers.
These work operations specify the quality and construction requirements, in particular sampling, testing
and quality assurance. The minimum testing requirements for the works operations shall be as per current
TMR standards and specifications.
6. In the event of the detection of non-conformance material and/or processors, the contactor shall be
responsible for the costs associated with the rectification of the non-conformance
7. The contractor shall be paid actual quantities of the work done as per the agreed schedule of unit rates
as quoted in the attached response forms
8. A site specific Work Method Statement for all high risk construction activities shall be supplied to the
RoadTek Project Manager at least one week before initial site establishment, to enable it to be reviewed
and the contractor shall amend it until its compliant with RoadTek’s current “Subcontractors safe work
method statement evaluation checklist” and up to RoadTek’s safety team’s level of satisfaction. The
Contractor shall consider in their rates the down time for the labour and equipment’s required for the
project induction process as well as the daily pre start meetings before commencing the shift.
9. It is contractor’s responsibility that all the machinery, tools and plant are managed and checked
appropriately that they are safe for the use at any time when they are involved to undertake any of the
work under this contract. Equipment that may be required to lift a suspended load will be fitted with hose
burst protection.10. The Principal has developed and work under an Environmental Management System (EMS) to enable
the business to define the structure, responsibilities, practices, procedures and resources required to
implement desired environmental outcomes. The EMS supports the Principal’s Environmental Policy that
commits the Principal to minimising pollution, obeying environmental laws and continuous improvement.
The EMS is certified to the internationally recognised standard
AS/NZS ISO 14001.
11. The Contractor shall ensure that they complies with all environmental directions issued by the Principal,
including the following:
a) The contractor shall ensure all environmental control measures are identified and placed before
starting any shift. The contractor shall incorporate any such expenses into the schedule and no
additional costs shall be claimed for establishing these control measures.
b) The footprint of works is to be limited to the road reserve and pavement areas. The ‘Work Zone’
is to be left in a Clean and tidy condition at all times.
c) Refuelling of plant and minor servicing is permitted in the ‘Work Zone’.
d) Controls such as spill kits and drip trays must be in place during these operations. Contractor
shall bare all costs associated with these spills and incorporate it into their rates.
12. Cancellation of shifts by the Principal can be any time up until two (2) hours prior to the rostered time of
work without financial penalty.
13. Risk and Hazard Assessment - Before commencing work the Contractor must provide the Principal,
site specific risk assessments for the hazards identified on site and relevant work method statements for
all high risk activities conducted by the Contractor’s representatives.
14. Incident Reporting - All incidents, accidents and near misses must be reported to the Principal as soon
as possible within a 24 hour timeframe. The reporting must include the following information:
a) Name, job, and personal details of person involved in the incident
b) Date and time of incident
c) Location including address if a roadwork’s site
d) Description of incident injury/illness or disease (if applicable)
e) Affected body parts
f) Witness details
g) Supervisors statement and corrective action
h) Medical treatment information (if applicable)
Appendices
• Conditions of Contract
• RoadTek Works Contract Conditions
• TMR PPE Policy
• Unattended running vehicles Directive
• Electronic Equipment Directive
• External Mobile Plant Approval Checklist
• Project drawings