Professional Documents
Culture Documents
07 2016 Landscape Contractor Tender Document
07 2016 Landscape Contractor Tender Document
Construction&MaintenanceWorks
TENDERNO:07/2016
Tenderclose:
3:00pm(WST),16November2016
TendertobelodgedintheTenderBoxlocatedat:
TamalaParkRegionalCouncil,Unit2,369ScarboroughBeachRoad,Innaloo
Tendersreceivedafterthetimespecifiedforclosingwillnotbeaccepted
PRINCIPAL
SATTERLEY PROPERTY GROUP/TAMALA PARK REGIONAL COUNCIL
PROJECT
CATALINA BEACH ESTATE
MINDARIE, WA
CONTRACT NUMBER
CB-01
DATE
OCTOBER 2016
TABLE OF CONTENTS
SECTION A: TENDER & CONTRACT CONDITIONS...................9
1 CONDITIONS OF TENDERING .................................................................................................. 11
1.1 INTRODUCTION .......................................................................................................................................................................................................... 11
1.2 TENDER DOCUMENTS ............................................................................................................................................................................................... 11
1.3 DOCUMENTS TO BE SUBMITTED WITH TENDER................................................................................................................................................... 12
1.4 DEFINITIONS ............................................................................................................................................................................................................... 13
1.5 INTERPRETATION....................................................................................................................................................................................................... 13
1.6 ADDENDA..................................................................................................................................................................................................................... 14
1.7 TENDERING ................................................................................................................................................................................................................. 14
1.8 LODGEMENT OF TENDERS ....................................................................................................................................................................................... 14
1.9 EVALUATION PROCESS ............................................................................................................................................................................................ 14
1.10 SELECTION CRITERIA ................................................................................................................................................................................................ 15
1.11 TENDER VALIDITY PERIOD AND AWARD OF CONTRACT..................................................................................................................................... 17
1.12 PROPERTY IN THIS TENDER DOCUMENT .............................................................................................................................................................. 17
1.13 CONTENTS OF TENDER ............................................................................................................................................................................................ 17
1.14 EXCLUSION OF LIABILITY.......................................................................................................................................................................................... 17
1.15 COMPLETION OF TENDER ........................................................................................................................................................................................ 17
1.16 CONFORMING AND ALTERNATIVE TENDERS ........................................................................................................................................................ 17
1.17 LUMP SUM CONTRACT .............................................................................................................................................................................................. 17
1.18 SCHEDULE OF RATES ............................................................................................................................................................................................... 17
1.19 PROVISIONAL SUMS .................................................................................................................................................................................................. 18
1.20 QUANTITIES ................................................................................................................................................................................................................ 18
1.21 GOODS AND SERVICES TAX (GST).......................................................................................................................................................................... 18
1.22 TIME FOR COMPLETION ............................................................................................................................................................................................ 18
1.23 PROJECT TIMELINE.................................................................................................................................................................................................... 18
1.24 CONTRACT STAGING/SEPARABLE PORTIONS ...................................................................................................................................................... 18
1.25 INDICATIVE PROJECT TIMELINE .............................................................................................................................................................................. 19
1.26 TENDERERS WARRANTIES ...................................................................................................................................................................................... 19
1.27 INSPECTION OF THE SITE AND CONDITIONS ........................................................................................................................................................ 20
1.28 TENDERERS ACKNOWLEDGMENTS ....................................................................................................................................................................... 20
1.29 RESERVATION OF THE SUPERINTENDENTS/PRINCIPALS RIGHTS .................................................................................................................. 20
1.30 FORM OF AGREEMENT ............................................................................................................................................................................................. 21
1.31 B.C.I.T.F LEVY ............................................................................................................................................................................................................. 21
1.32 SITE STABILISATION .................................................................................................................................................................................................. 21
1.33 GROUND WATER LEVEL............................................................................................................................................................................................ 21
1.34 OTHER CONTRACTS .................................................................................................................................................................................................. 21
1.35 NOMINATED SUB-CONTRACTORS AND/OR SUPPLIERS ..................................................................................................................................... 21
1.36 SCHEDULE OF SUB-CONTRACTORS AND MAJOR SUPPLIERS .......................................................................................................................... 21
1.37 MATERIALS SUPPLIED BY PRINCIPAL..................................................................................................................................................................... 22
1.38 SAFETY STANDARDS AND PRECAUTIONS............................................................................................................................................................. 22
1.39 LETTER OF CAPACITY AND BANK REFERENCE .................................................................................................................................................... 22
1.40 EXTENSIONS OF TIME DURING TENDER PERIOD ................................................................................................................................................. 22
1.41 PROVISION OF FURTHER INFORMATION ............................................................................................................................................................... 22
1.42 CODE OF PRACTICE .................................................................................................................................................................................................. 22
1.43 CONFIDENTIALITY ...................................................................................................................................................................................................... 22
1.44 DISCLOSURE OF CONTRACT INFORMATION ......................................................................................................................................................... 23
1.45 IDENTITY OF THE TENDERER .................................................................................................................................................................................. 23
1.46 JOINT TENDERS ......................................................................................................................................................................................................... 23
1.47 REGISTRATION OR LICENSING OF CONTRACTORS ............................................................................................................................................ 23
1.48 ASSIGNMENT OF TENDER ........................................................................................................................................................................................ 23
1.49 COMMUNICATIONS WITH SUPERINTENDENT AND THE PRINCIPAL .................................................................................................................. 23
1.50 ABSENCE OF OBLIGATIONS ..................................................................................................................................................................................... 23
34 EARTHWORKS......................................................................................................................... 224
34.1 GENERAL ................................................................................................................................................................................................................... 224
34.2 APPLICABLE DOCUMENTS...................................................................................................................................................................................... 224
34.3 NOTICE....................................................................................................................................................................................................................... 224
34.4 DEFINITIONS ............................................................................................................................................................................................................. 224
34.5 STOCKPILE SITE ....................................................................................................................................................................................................... 224
The Catalina site is a prime infill development site spanning an area of 170 ha, approximately 34km north of Perths CBD, nestled
between the coastline and Clarkson Train Station.
Emerge Associates has been appointed Superintendent of the Landscape and Irrigation Works component of the Project for and
on behalf of the Principal
Specification and Contract Document for Stage 25 Landscape and Irrigation Construction and Maintenance Works;
Contract No CB-01, incorporating the General Conditions of Contract AS2124-1992 as amended by the Principal,
E. The Specifications
The Tenderer shall notify the Superintendent if they are not in receipt of the abovementioned documents within 12 hours of receiving
the Tender. The appropriate documents will be forwarded to the Tenderer within 24 hours of this notification. The Tender period
will not be extended due to the provision of these additional documents.
One set of Drawings listed in Section A and this bound document will be made available to the successful Tenderer free of charge.
Additional full size copies of Drawings will be available at a charge of $3.00 per copy as required. Retention of a clean copy for
future lamination for site reference is recommended.
Tender Form
1.4 DEFINITIONS
In this Tender Document, except where the context otherwise requires, the defined terms in column 1 below have the respective
meanings in column 2. In addition, where a term is not defined below but is defined in the Contract, the definition in the Contract will
apply to that term in this Tender Document.
Column 1 Column 2
Addenda any additional attachments to this Tender Document or additional information relating to this
Tender Document issued by the Superintendent in accordance with clause 1.5 after the
release of this Tender Document.
Closing of Tenders the date and time and at the location defined in the Letter of Invitation, via the method
prescribed in clause 1.8 or the other date and time set through an extension by the
Superintendent under 1.40.
Conforming Tender a Tender which, in the opinion of the Superintendent, conforms with the requirements of this
Tender Document.
Contract the contract to be executed between the Principal and the successful Tenderer selected by
the Superintendent and/or the Principal.
Contract Sum the sum payable to the Contractor for performing the Contractors Obligations in accordance
with the Contract.
Contractor the party named as the Contractor in the Contract.
Contractors Obligations all of the obligations the Contractor is or may be required to perform under the Contract.
Departure a condition, qualification or provision included in the Tender which has the effect of, or
purports to have the effect of, departing from the requirements of this Tender Document,
including any that limits or excludes liability other than as expressly permitted by this Tender
Document.
Non-Conforming Tender a Tender which, in the Superintendents opinion, does not conform with the requirements of
this Tender Document or contains Departures from, or alternative options to, the
requirements of this Tender Document.
Tender all the documents submitted by the Tenderer in response to this Tender Document.
Tender Price the Tenderers proposed Contract Sum as submitted as part of its Tender.
Tenderer the party or parties submitting a Tender in response to this Tender Document.
Tender Document comprises:
(a) Sections A to E and any Appendices of this Tender Document as issued by the
Superintendent;
(b) any Addenda;
(c) documents or parts of documents expressly incorporated by reference; and
(d) any responses issued by the Superintendent or the Principal under clause 1.50
of Section A to this Tender Document.
Tender Process the process set out in this Tender Document, commencing on the date that this Tender
Document is first made available to the Tenderers by the Superintendent and ending on the
date on which the Contract is executed or the process is otherwise terminated by the
Superintendent.
1.5 INTERPRETATION
In this Tender Document, headings are for convenience only and do not affect the interpretation of this document and, unless the
context otherwise requires:
(a) words importing the singular include the plural and vice versa;
(b) words importing a gender include any gender;
(c) other parts of speech and grammatical forms of a word or phrase defined in this Tender Document have a
corresponding meaning;
(d) an expression importing a natural person includes any company, partnership, joint venture, association,
corporation or other body corporate and any government agency;
(e) a reference to a clause, party, attachment, exhibit or schedule is a reference to a clause of, and a party,
attachment, exhibit and schedule to, this Tender Document and a reference to this Tender Document includes any
attachment, exhibit and schedule;
(f) a reference to a statute, regulation, proclamation, ordinance or by-law includes all statutes, regulations,
proclamations, ordinances or by-laws amending, consolidating or replacing it, whether passed by the same or
another Government Agency with legal power to do so, and a reference to a statute includes all regulations,
proclamations, ordinances and by-laws issued under that statute;
(g) a reference to a document includes all amendments or supplements to, or replacements or novations of,
that document;
(h) a reference to a party to a document includes that partys successors and permitted assigns;
Specifying anything in this Tender Document after the words includes, including or for example or similar expressions does not
limit what else is included unless there is express wording to the contrary.
1.6 ADDENDA
Addenda to the Tender Document may be issued for the purpose of clarifying documents or to effect modification to the design or
the Contract terms. If the Tenderer should be in doubt as to the true meaning of any part of the Tender Documents, it should
immediately notify the Principal and obtain clarification prior to delivering its Tender. Any interpretation of the Tender Document
shall be made only by formal addendum to the Tender Document. The Principal shall not be responsible for any other interpretation.
Each addendum issued shall be distributed to each Tenderer to whom a Tender Document has been issued.
All addenda issued shall become a part of the Tender Document and one signed copy of the acknowledgement of receipt of an
addendum shall be attached to the Tender.
1.7 TENDERING
The Tenderer shall note that whilst every care has been taken in preparing the Drawings and Specification included in this Tender,
it is the responsibility of the Tenderer to bring to the attention of the Superintendent any ambiguities or inconsistencies found within
the documents during the Tender period for clarification. Failure to undertake this course of action will not form sufficient grounds
for the Contractor to submit future claims following award of the Contract.
No responsibility whatsoever will be accepted by the Principal for Tenders submitted by post. Production of a receipt for a document
having been sent by courier or by post shall not of itself constitute a ground for accepting a Tender.
A Tender not in the Tender Box at the time and date of Tender opening is considered as a late Tender. A late Tender shall not be
considered for evaluation. The Principal accepts no responsibility whatsoever for submitted Tenders failing to be in the Tender Box
at the time and date of closing.
Tenders submitted by facsimile, email, telex, telegram items or oral shall not be acceptable; any Tenders received by such means
shall be deemed non-conforming and not considered.
The tender must be placed in a sealed envelope, clearly endorsed with the Tender number and title as shown on the front cover of
the Tender Document and addressed to:
The tenderers are requested to submit their tender in triplicate (hard copies and electronic copies). Hard copies are to
include one (1) original and two (2) full copies inclusive of all brochures and associated documentation. Each copy shall
be unbound and clipped (not stapled). The electronic copies are to be provided on CD & USB flash drive and clearly
labelled.
Tenders are checked for completeness and compliance. Tenders that do not contain all information requested (e.g.
completed Offer form and Attachments) may be excluded from evaluation.
Tenders are assessed against the Assessment Matrix below.
The most suitable Tenderers may be short listed and may also be required to clarify their Tender, attend an
interview, explain the methodology offered and/or open premises for inspection. Referees may also be contacted
prior to the selection of the successful Tenderer.
A Contract may then be awarded to the Tenderer whose Tender is considered the most advantageous Tender to the Principal.
The tenderer is to provide on a maximum of two (2) A4 pages per criteria, a response that address the following :
Tenderers are to list the Project name and approximate landscape construction value and approximate timing of completion of four
(4) (minimum) recent landscape works built by the Tenderer under their current management structure over the last two (2) years.
Only include individual Contracts over $2,000,000 in landscape construction works. Demonstrated experience in similar projects
shall relate to the previous experience a Contractor has with the Works/Services described.
Provide details of experience in constructing landscape projects during the last five (5) years with a particular emphasis
on environmentally sensitive outcomes and sustainability initiatives.
Provide details of experience in respect to undertaking similar projects during the last five (5) years. Discuss how
outstanding issues were dealt with and if the overall Works/Services were completed within budget and on time, including
descriptions of cost efficiencies.
Provide a summary statement of track record in respect to previously completed contracts for similar works undertaken
during the last five (5) years (i.e: limit presentation to one A4 sheet per contract) and in support, provide names and
contact numbers of referees.
Provide details of recent works whereby the Contractors ability to bring innovation to the project resulted in cost savings,
sustainability and environmental excellence being achieved.
Availability of resources and capacity is the Contractors ability to complete the Works/Services described in a competent and timely
manner.
Describe the methodology that will be applied to complete all Works described within the given time frame and include
a Gantt chart. Provide recent examples of the companys previous ability to achieve a programme.
Describe what resources will be applied to the Works described, i.e; crew type and number of personnel in each crew
inclusive of their level of qualifications, plant and equipment. Note: The Contractor is requested to provide a full list
of the plant and equipment relevant to the Works described.
Describe how the Works described will be managed and how resources will be utilised.
Contractors are required to state their intention whether they will be subcontracting any of the Works described and
where applicable, are required to provide full details of proposed subcontractors who are to be utilised. The successful
Tenderer shall be requested to confirm its proposed subcontractors before the Works described are awarded.
For any subcontractors proposed, the following details are required in support of this tender;
Please note that approval to use subcontractor is required to be approved by the Principal
Portion of the Works described to be subcontracted
Name and address of the subcontractor
Location of premises
Similar projects undertaken in the last three (3) years
Provide details of organisational structure and the key personnel who will be responsible for administrating and
carrying out the Works/Services described.
Provide evidence that all working Directors have Workers Compensation Insurance coverage.
Describe the Project Management system to be employed, citing where appropriate examples of previous contracts
of a similar nature to the Works described. In support, provide details on how it is intended to project manage the
Works described.
Explain what processes and strategies will be utilised to ensure that the physical work undertaken in provision of
the Works described is of adequate quality and how the standard will be maintained for the period of the contract
entered into.
Provide works programmes for each separable portion.
Provide copies of the following Quality Assurance (QA) documents used in recording the works undertaken:
The name, qualifications and experience of the Tenderer's QA Representative for this project; and
A list of projects carried out by the Contractor where quality assurance to AS/NZS/ISO 9001 (as a minimum
standard) has been implemented.
Relevant examples of previously used inspection and test plans or inspection/test sheets;
A list of standard forms to be used;
An outline of the proposed method for managing of non-conformance.
Supply OSH policy and management plan details (manual or system), together with a general risk assessment
relevant to the Works described. The risk assessment must include an evaluation impact on all persons including;
the Contractor and the Contractors personnel or agents; the Superintendent to the Contract, Tamala Park Regional
Council personnel and members of the public. There must also be evidence of a commitment to safety, adequate
safety training of the Contractors personnel, with details of the Contractors personnel dedicated to OSH
responsibilities.
Provide examples of any processes currently in place relating to safety, such as Job Safety Analyses sheets,
induction forms, work place inspections and training. Provide actual samples from previous Contracts that are
relevant to the Works described. Note: References to client names are to be deleted.
Supply environmental policy and management system together with a general review of how environmental issues
will be managed as well as details of experience and understanding of environmental issues on previous similar
projects.
The tendered price shall be fixed and not be subject to any rise and fall.
The Tenderer shall include all costs and disbursements of the Tenderer and nominated Sub Contractors, and the
tendered price shall be deemed to include:
GST shall not be included in the Tender prices, however the successful Tenderer shall separately list GST on each
invoice.
Each Contractor shall be ranked for each of the categories listed above in accordance with the Tamala Park Regional Councils
Procurement Policy. A copy of the TPRCs Procurement Policy is available from their website for tenderers information. The
rankings will then be converted to percentages to achieve a total. The Principal has adopted a best value for money approach to
this Tender. Therefore, although price is considered, the Tender containing the lowest price will not necessarily be accepted, nor
will the Tender ranked the highest on the qualitative criteria.
The Superintendent will not return any Tender or copies of a Tender and the Tender will be retained by the Superintendent and/or
the Principal as commercial in confidence. Both the Superintendent and the Principal may make copies of all or part of a Tender
for any purpose related to this Tender Document.
Neither the Superintendent nor the Principal is liable for any loss, expenses, costs or damages incurred by a Tenderer in relation to
the preparation or submission of a Tender or subsequently in post Tender negotiations or otherwise arising from the Tender Process.
This exclusion applies in relation to this Tender Document and also in relation to any other oral or written communications or
disclosures to a Tenderer by either the Superintendent or the Principal.
Alternative Tenders may be submitted in addition to the Conforming Tender in which case all points of departure from the Tender
Documents shall be clearly and separately listed. Any Tender may be rejected which does not comply with any requirements of, or
which contains provisions not required by these Conditions of Tendering, the Conditions of Contract, the Specification or the
Drawings.
All Alternative Tenders MUST be accompanied by a Conforming Tender. Tenders submitted as Alternative Tenders or made subject
to conditions other than the General and Special Conditions of Contract must in all cases arising be clearly marked ALTERNATIVE
TENDER.
The Principal may in its absolute discretion reject any Alternative Tender as invalid.
The sum of the prices for each item when totalled in the specified way will form the lump sum price for Tender assessment purposes.
If any error is made in the calculation of summation of the amounts, the Tenderer shall be bound by the Lump Sum Tendered.
It shall be the Tenderers responsibility to check and ensure that the items and quantities measured are an accurate reflection of
the work under Contract. Should any items be omitted or quantities incorrect for the Works shown on the Drawings, or described
in the Specification, the Tenderer shall include and/or modify the measured Schedule of Rates to relate to its Tender price.
Contractors shall note the Principal will use the rates submitted by the Contractor for extensions of work awarded within
a period of two (2) years from the date of award, with a further option for a one (1) year extension at the sole discretion of
the TPRC.
Tenderers shall complete and submit the Schedule of Rates with their Tenders.
.
Quantities marked Provisional in the Schedule of Rates have been used where the information available is insufficient to permit an
accurate assessment of the actual quantities. Payment for each and every item shown as having a provisional quantity shall be the
actual quantity completed, as measured by the Superintendent and shall be paid for at the rate shown in the Schedule of Rates.
1.20 QUANTITIES
Quantities provided in the Schedule of Rates are for the guidance of Tenderers only and are not warranted to be correct and will
form no part of the Contract. Tenderers shall write in their own quantities together with any additional items in the Schedule of Rates.
Any delay in giving the Contractor Possession of Site resulting from delays in Acceptance of Tender will result in Extensions of Time
to the Contract to a corresponding amount. This extension shall be requested by the Contractor and approved by the Superintendent
prior to submission of the Contractors works programme and the commencement of construction works. Failure to request an
extension at this time will not be grounds for future extensions.
Stage 25 Linear POS works will include the landscape & irrigation construction works within Lot 8030.
Landscape Construction shall be complete within four weeks (16) weeks from possession of site. The consolidation
period shall be for a period of thirteen (13) weeks. The Contractor shall give the Superintendent three (3) days
notice when they deem landscape construction is complete and obtain approval prior to commencing consolidation.
Stage 25 Greenlink works will include the landscape & irrigation construction works within Lot 8029.
Landscape Construction shall be complete within twelve weeks (16) weeks from possession of site. The
consolidation period shall be for a period of thirteen (13) weeks. The Contractor shall give the Superintendent three
(3) days notice when they deem landscape construction is complete and obtain approval prior to commencing
consolidation.
Stage 25 Entry Statement works will only include the Entry Wall construction works only within Lot 8029 & Lot 2137 GH.
Stage 25 Sales Office works will include the landscape & irrigation construction works within Lot 2137 GH.
Landscape Construction shall be complete within twelve weeks (8) weeks from possession of site. The
consolidation period shall be for a period of thirteen (13) weeks. The Contractor shall give the Superintendent three
(3) days notice when they deem landscape construction is complete and obtain approval prior to commencing
consolidation.
Stage 25 Aviator Boulevard works will include the landscape & irrigation construction works only.
Landscape Construction shall be complete within twelve weeks (6) weeks from possession of site. The
consolidation period shall be for a period of thirteen (13) weeks. The Contractor shall give the Superintendent three
(3) days notice when they deem landscape construction is complete and obtain approval prior to commencing
consolidation.
Stage 25 Marmion Avenue works will include the landscape & irrigation construction works only.
Landscape Construction shall be complete within twelve weeks (6) weeks from possession of site. The
consolidation period shall be for a period of thirteen (13) weeks. The Contractor shall give the Superintendent three
(3) days notice when they deem landscape construction is complete and obtain approval prior to commencing
consolidation.
(a) that it has examined this Tender Document and any other information made available by the Superintendent
or the Principal to Tenderers for the purpose of Tendering;
(b) that it has carried out all relevant investigations as appropriate concerning the following and has taken the
following into account in its Tender:
(i) all information which is relevant to the risks, contingencies and other circumstances which could
affect the Tender and which could be reasonably obtained; and
(ii) the availability of labour and materials for the performance of the Contractors Obligations;
(c) the correctness and sufficiency of its Tender, including the information provided by the Tenderer in the
Tender schedules;
(d) that the Tender Price covers the cost of performing the Contractors Obligations in accordance with the
terms and conditions of the Contract, including having regard to the risks and anything referred to in (b) above;
(e) that it has and will maintain the necessary experience, skill and expertise to perform and complete the
Contractors Obligations in accordance with the Contract;
(f) that it will maintain at adequate levels, throughout the period of the Contract, the resources required for the
proper completion of the Contractors Obligations within the time required under the Contract including skilled
manpower, finance, materials, and office and factory buildings and facilities;
(g) that the Tender in all respects is an independent Tender and that no collusion has taken place between the
Notwithstanding any latent conditions (as defined in Clause 12 of the General Conditions of Contract) which may be encountered,
Tenderers shall be deemed to have made adequate allowance for the site conditions to be encountered and Tenderers must assume
all responsibility and risk involved therein.
Neglecting to inspect the site or to satisfy themselves regarding the site or any other conditions which may have a bearing on the
works under the Contract, or neglecting to have allowed therefore in the compilation of its Tender shall in no way relieve the
Contractor of any of its responsibilities under the Contract.
The Tenderer shall be deemed to have satisfied himself before submitting its Tender as to the correctness and sufficiency of that
Tender to cover all its obligations under the Contract and all matters necessary for the proper completion and maintenance of the
works under the Contract.
The Contractor for this Contract shall at all times co-operate with any other Contractors so that they may carry out the obligations
of their Contracts with the minimum of hindrance.
Should any dispute arise between the Contractor for this Contract and the other Contractors which cannot be resolved between the
parties, the matter shall be referred to the Superintendent whose decision shall be final and binding.
The Contractor shall note that at certain times during construction their work may involve construction within the limits of the site
under possession by a Head (Civil or other) Contractor. It is a requirement by law that all personnel be inducted by the Head
Contractor before operating on the site. The Contractor shall ensure all personnel including delivery personnel and Sub-Contractors
are inducted to the site prior to entering.
The Contractor shall co-ordinate their personnel and liaise with the Head Contractor at all times as to programme, deliveries and
personnel and plant movements when working within their site.
Before selecting Sub-Contractors from the abovementioned list the Tenderer must carry out their own assessment and satisfy
themselves that the subcontract companies selected have all the necessary abilities to complete the work including technical,
management and financial ability.
The Principal has compiled a Work Health and Safety (WHS) Handbook for Contractors (WHS.GUI.1) that provides contractors with
instruction as to the Principals requirements for pre mobilisation and notification requirements. Contractors are required to comply
with the requirements of this handbook as part of the obligations under this Contract. The Work Health and Safety (WHS) Handbook
for Contractors is attached at Annexure A.
'The Contractor shall comply with the Principals safety management plan. The safety management plan at the date of this Tender
is attached at Annexure A'
No works shall be undertaken prior to the approval by the Superintendent of a Safety Management Plan prepared by the Contractor
complying with the requirements as outlined above.
The Tenderer shall give the name of its bank or banks to which the Principal may obtain a reference if required.
If an extension of time to the Closing of Tenders is granted by the Superintendent, the extension will apply to all Tenderers, and all
prospective Tenderers and Tenderers whose Tenders have already been lodged, will be informed of this extension.
In the event an extension to the Closing of Tenders is granted, Tenders already submitted may be withdrawn and may be amended
and resubmitted in accordance with this Tender Document. The Tender must be re-submitted on or before the extended Closing of
Tenders.
1.43 CONFIDENTIALITY
The Tenderer acknowledges and agrees that this Tender Document and the related data and information (including price
information) exchanged between the Superintendent and/or the Principal and the Tenderer relating to the Tender or subsequently
produced following execution of the Contract may include:
trade secrets of either or all of the Superintendent, the Principal and the Tenderer;
information that has a commercial value to either or all of the Superintendent, the Principal and the Tenderer; or
information about the business, professional, commercial or financial affairs of either or all of the Superintendent,
the Principal and the Tenderer,
that will be destroyed or diminished by publication.
Notwithstanding clause 1.44, all of the provisions of the Contract which deal with confidentiality apply to this Tender Process and
any reference to the Contract in that clause is deemed to be a reference to the Tender and the Tender Process as appropriate.
The Tender may not be considered if the Tenderer fails to provide such registration or license number.
EMERGE ASSOCIATES
Suite 4, 26 Railway Road, Subiaco
WA 6008
Australian Standard General Conditions of Contract AS 2124 1992 and Annexures Part A and B as amended by
the Principal
Tenderers must complete the Tender Form provided and lodge it with all accompanying Tender Schedules or information in a sealed
envelope endorsed with the Contract Name and Number at the place and by the time stated in the Notice to Tenderers
Of (Address) ............................................................................................................................................................................
(Project Name, Stage and Contract No) CATALINA BEACH, WA. STAGE 25 PACKAGE A Contract No. CB-01 .............
..................................................................................................................................................................................................
The Specification, all Schedules, all Addenda and all Drawings Listed in Section A or issued under Specification and Contract Document
for Contract No. CB-01 dated 10 October 2016 as issued by Emerge Associates.
$ ................................................................................................................................................................................................
or
Note: When the Tender documents provide that the Tender is to be a lump sum only (2) does not apply. When the Tender documents provide
that the Tender is to be a Schedule of Rates only, (1) does not apply.
I / We undertake to perform the work under the contract in accordance with AS- 2124 General Conditions of Contract and Annexure,
Specification, Drawings and Bill of Quantities (if any) which documents I / we have examined, and I / we further agree that this Tender shall
remain binding on me / us for 90 days, or as such other period as stated in the conditions of Tendering, from the date of Closing of Tenders
and shall not be withdrawn for that period.
Tenderers Name:....................................................................................................................................................................................
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 27
3 TENDER SCHEDULES
3.1 SUMMARY OF TENDER PRICES:
DESCRIPTION: STAGE 25, LANDSCAPE AND IRRIGATION CONSTRUCTION AND MAINTENANCE WORKS
Tenderers Name:....................................................................................................................................................................................
ITEM OF WORK
NAME
ADDRESS
ITEM OF WORK
NAME
ADDRESS
ITEM OF WORK
NAME
ADDRESS
ITEM OF WORK
NAME
ADDRESS
ITEM OF WORK
NAME
ADDRESS
ITEM OF WORK
NAME
ADDRESS
Tenderers Name:....................................................................................................................................................................................
1. Project Manager
3. Site Supervisor
4. Leading Hand
5. Horticulturalist / Arboriculturalist
6. Landscape Apprentice
7. Labourer Horticultural
8. Labourer Skilled
9. Labourer Unskilled
16.
17.
18.
19.
Tenderers Name:....................................................................................................................................................................................
The rates shall include allowances for an experienced operator, fuel, consumable stores, maintenance, overheads and profit.
5. Truck Hiab
13.
14.
15.
16.
17.
18.
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
EMERGE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
QTY
1.0 PRELIMINARIES
1.1 GENERAL PRELIMINARIES Item
1.2 PRODUCTION OF REQUIRED SHOP DWGS Item
1.3 PROVISION OF SAMPLES, TEST RESULTS, AUTHORITY APPROVALS Item
1.4 PRODUCTION OF QA AND PROJECT DOCUMENTATION Item
1.5 PRODUCTION OF AS CONSTRUCTED DWGS INCLUDING SURVEY Item
OHS COMPLIANCE
The tenderer shall complete the following schedule allowing for all costs to
2.0
ensure the information is retained onsite and available to the principal and
superintendent at any time.
2.1 CONTRACT WORKS INSURANCES (with Principal noted as jointly insured) Item
PROVISION FOR SITE SHED AND FACILITIES (for the duration of the Item
2.2
project)
2.3 SITE FENCING (supply for the duration of the project and removal) Item
2.4 TEMPORARY PROTECTIVE/SAFETY FENCING Item
PREPARATION AND IMPLEMENTATION OF A TRAFFIC MANAGEMENT
2.5 Item
PLAN
PREPARATION AND PROVISION OF A CONTRACT WORKS SAFETY
2.6 Item.
MANAGEMENT PLAN
2.7 PREPARATION OF A RISK ASSESSMENT PLAN Item
2.8 CONTRACTOR & SUB CONTRACTOR INDUCTIONS & TRAINING Item
2.9 INDEPENDENT SAFETY AUDIT (PER PRINCIPALS REQUIREMENTS) Item
PREPARATION, UPDATING AND PROVISION OF RISK
2.10 Item
REGISTER (for duration of the project, provide at site meetings)
COMPLETION OF PRINCIPALS CONTRACTORS MONTHLY WHSE Item
2.11
REPORT
2.12 TOOLBOX MEETINGS (undertaken weekly for the duration of the project) Item
2.13 UNDERTAKING AND PROVISION OF SWMS DOCUMENTATION Item
2.14 UNDERTAKING AND PROVISION OF JSA DOCUMENTATION Item
INSPECTION, TESTING AND REPORTING FOR PLANT AND Item
2.15
EQUIPMENT
3.0 SITE WORKS
3.1 REMOVAL OF DEMOLITION WASTE AND DISPOSAL OFFSITE Item
3.2 DUST SUPPRESSION AND WATER CARTS Item
3.3 SERVICES/UTILITIES LOCATION AND IDENTIFICATION Item
3.4 SITEWORKS & SET OUT 7,600 sq m
3.5 ROCK EXCAVATION Item P.Sum
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
EMERGE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
QTY
1.0 PRELIMINARIES
1.1 GENERAL PRELIMINARIES Item
1.2 PRODUCTION OF REQUIRED SHOP DWGS Item
1.3 PROVISION OF SAMPLES, TEST RESULTS, AUTHORITY APPROVALS Item
1.4 PRODUCTION OF QA AND PROJECT DOCUMENTATION Item
1.5 PRODUCTION OF AS CONSTRUCTED DWGS INCLUDING SURVEY Item
OHS COMPLIANCE
The tenderer shall complete the following schedule allowing for all costs to
2.0
ensure the information is retained onsite and available to the principal and
superintendent at any time.
2.1 CONTRACT WORKS INSURANCES (with Principal noted as jointly insured) Item
PROVISION FOR SITE SHED AND FACILITIES (for the duration of the Item
2.2
project)
2.3 SITE FENCING (supply for the duration of the project and removal) Item
2.4 TEMPORARY PROTECTIVE/SAFETY FENCING Item
PREPARATION AND IMPLEMENTATION OF A TRAFFIC MANAGEMENT
2.5 Item
PLAN
PREPARATION AND PROVISION OF A CONTRACT WORKS SAFETY
2.6 Item.
MANAGEMENT PLAN
2.7 PREPARATION OF A RISK ASSESSMENT PLAN Item
2.8 CONTRACTOR & SUB CONTRACTOR INDUCTIONS & TRAINING Item
2.9 INDEPENDENT SAFETY AUDIT (PER PRINCIPALS REQUIREMENTS) Item
PREPARATION, UPDATING AND PROVISION OF RISK
2.10 Item
REGISTER (for duration of the project, provide at site meetings)
COMPLETION OF PRINCIPALS CONTRACTORS MONTHLY WHSE Item
2.11
REPORT
2.12 TOOLBOX MEETINGS (undertaken weekly for the duration of the project) Item
2.13 UNDERTAKING AND PROVISION OF SWMS DOCUMENTATION Item
2.14 UNDERTAKING AND PROVISION OF JSA DOCUMENTATION Item
INSPECTION, TESTING AND REPORTING FOR PLANT AND Item
2.15
EQUIPMENT
3.0 SITE WORKS
3.1 REMOVAL OF DEMOLITION WASTE AND DISPOSAL OFFSITE Item
3.2 DUST SUPPRESSION AND WATER CARTS Item
3.3 SERVICES/UTILITIES LOCATION AND IDENTIFICATION Item
3.4 SITEWORKS & SET OUT 1,650 sq m
3.5 ROCK EXCAVATION Item P.Sum
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
EMERGE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
QTY
1.0 PRELIMINARIES
1.1 GENERAL PRELIMINARIES Item
1.2 PRODUCTION OF REQUIRED SHOP DWGS Item
1.3 PROVISION OF SAMPLES, TEST RESULTS, AUTHORITY APPROVALS Item
1.4 PRODUCTION OF QA AND PROJECT DOCUMENTATION Item
1.5 PRODUCTION OF AS CONSTRUCTED DWGS INCLUDING SURVEY Item
OHS COMPLIANCE
The tenderer shall complete the following schedule allowing for all costs to
2.0
ensure the information is retained onsite and available to the principal and
superintendent at any time.
2.1 CONTRACT WORKS INSURANCES (with Principal noted as jointly insured) Item
PROVISION FOR SITE SHED AND FACILITIES (for the duration of the Item
2.2
project)
2.3 SITE FENCING (supply for the duration of the project and removal) Item
2.4 TEMPORARY PROTECTIVE/SAFETY FENCING Item
PREPARATION AND IMPLEMENTATION OF A TRAFFIC MANAGEMENT
2.5 Item
PLAN
PREPARATION AND PROVISION OF A CONTRACT WORKS SAFETY
2.6 Item.
MANAGEMENT PLAN
2.7 PREPARATION OF A RISK ASSESSMENT PLAN Item
2.8 CONTRACTOR & SUB CONTRACTOR INDUCTIONS & TRAINING Item
2.9 INDEPENDENT SAFETY AUDIT (PER PRINCIPALS REQUIREMENTS) Item
PREPARATION, UPDATING AND PROVISION OF RISK
2.10 Item
REGISTER (for duration of the project, provide at site meetings)
COMPLETION OF PRINCIPALS CONTRACTORS MONTHLY WHSE Item
2.11
REPORT
2.12 TOOLBOX MEETINGS (undertaken weekly for the duration of the project) Item
2.13 UNDERTAKING AND PROVISION OF SWMS DOCUMENTATION Item
2.14 UNDERTAKING AND PROVISION OF JSA DOCUMENTATION Item
INSPECTION, TESTING AND REPORTING FOR PLANT AND Item
2.15
EQUIPMENT
3.0 SITE WORKS
3.1 REMOVAL OF DEMOLITION WASTE AND DISPOSAL OFFSITE Item
3.2 DUST SUPPRESSION AND WATER CARTS Item
3.3 SERVICES/UTILITIES LOCATION AND IDENTIFICATION Item
3.4 SITEWORKS & SET OUT 40 sq m
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
EMERGE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
QTY
1.0 PRELIMINARIES
1.1 GENERAL PRELIMINARIES Item
1.2 PRODUCTION OF REQUIRED SHOP DWGS Item
1.3 PROVISION OF SAMPLES, TEST RESULTS, AUTHORITY APPROVALS Item
1.4 PRODUCTION OF QA AND PROJECT DOCUMENTATION Item
1.5 PRODUCTION OF AS CONSTRUCTED DWGS INCLUDING SURVEY Item
OHS COMPLIANCE
The tenderer shall complete the following schedule allowing for all costs to
2.0
ensure the information is retained onsite and available to the principal and
superintendent at any time.
2.1 CONTRACT WORKS INSURANCES (with Principal noted as jointly insured) Item
PROVISION FOR SITE SHED AND FACILITIES (for the duration of the Item
2.2
project)
2.3 SITE FENCING (supply for the duration of the project and removal) Item
2.4 TEMPORARY PROTECTIVE/SAFETY FENCING Item
PREPARATION AND IMPLEMENTATION OF A TRAFFIC MANAGEMENT
2.5 Item
PLAN
PREPARATION AND PROVISION OF A CONTRACT WORKS SAFETY
2.6 Item.
MANAGEMENT PLAN
2.7 PREPARATION OF A RISK ASSESSMENT PLAN Item
2.8 CONTRACTOR & SUB CONTRACTOR INDUCTIONS & TRAINING Item
2.9 INDEPENDENT SAFETY AUDIT (PER PRINCIPALS REQUIREMENTS) Item
PREPARATION, UPDATING AND PROVISION OF RISK
2.10 Item
REGISTER (for duration of the project, provide at site meetings)
COMPLETION OF PRINCIPALS CONTRACTORS MONTHLY WHSE Item
2.11
REPORT
2.12 TOOLBOX MEETINGS (undertaken weekly for the duration of the project) Item
2.13 UNDERTAKING AND PROVISION OF SWMS DOCUMENTATION Item
2.14 UNDERTAKING AND PROVISION OF JSA DOCUMENTATION Item
INSPECTION, TESTING AND REPORTING FOR PLANT AND Item
2.15
EQUIPMENT
3.0 SITE WORKS
3.1 REMOVAL OF DEMOLITION WASTE AND DISPOSAL OFFSITE Item
3.2 DUST SUPPRESSION AND WATER CARTS Item
3.3 SERVICES/UTILITIES LOCATION AND IDENTIFICATION Item
3.4 SITEWORKS & SET OUT 3,188 sq m
3.5 ROCK EXCAVATION Item P.Sum
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
EMERGE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
QTY
1.0 PRELIMINARIES
1.1 GENERAL PRELIMINARIES Item
1.2 PRODUCTION OF REQUIRED SHOP DWGS Item
1.3 PROVISION OF SAMPLES, TEST RESULTS, AUTHORITY APPROVALS Item
1.4 PRODUCTION OF QA AND PROJECT DOCUMENTATION Item
1.5 PRODUCTION OF AS CONSTRUCTED DWGS INCLUDING SURVEY Item
OHS COMPLIANCE
The tenderer shall complete the following schedule allowing for all costs to
2.0
ensure the information is retained onsite and available to the principal and
superintendent at any time.
2.1 CONTRACT WORKS INSURANCES (with Principal noted as jointly insured) Item
PROVISION FOR SITE SHED AND FACILITIES (for the duration of the Item
2.2
project)
2.3 SITE FENCING (supply for the duration of the project and removal) Item
2.4 TEMPORARY PROTECTIVE/SAFETY FENCING Item
PREPARATION AND IMPLEMENTATION OF A TRAFFIC MANAGEMENT
2.5 Item
PLAN
PREPARATION AND PROVISION OF A CONTRACT WORKS SAFETY
2.6 Item.
MANAGEMENT PLAN
2.7 PREPARATION OF A RISK ASSESSMENT PLAN Item
2.8 CONTRACTOR & SUB CONTRACTOR INDUCTIONS & TRAINING Item
2.9 INDEPENDENT SAFETY AUDIT (PER PRINCIPALS REQUIREMENTS) Item
PREPARATION, UPDATING AND PROVISION OF RISK
2.10 Item
REGISTER (for duration of the project, provide at site meetings)
COMPLETION OF PRINCIPALS CONTRACTORS MONTHLY WHSE Item
2.11
REPORT
2.12 TOOLBOX MEETINGS (undertaken weekly for the duration of the project) Item
2.13 UNDERTAKING AND PROVISION OF SWMS DOCUMENTATION Item
2.14 UNDERTAKING AND PROVISION OF JSA DOCUMENTATION Item
INSPECTION, TESTING AND REPORTING FOR PLANT AND Item
2.15
EQUIPMENT
3.0 SITE WORKS
3.1 REMOVAL OF DEMOLITION WASTE AND DISPOSAL OFFSITE Item
3.2 DUST SUPPRESSION AND WATER CARTS Item
3.3 SERVICES/UTILITIES LOCATION AND IDENTIFICATION Item
3.4 SITEWORKS & SET OUT 2,533 sq m
3.5 ROCK EXCAVATION Item P.Sum
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
EMERGE
ITEM DESCRIPTION QTY UNIT RATE AMOUNT
QTY
1.0 PRELIMINARIES
1.1 GENERAL PRELIMINARIES Item
1.2 PRODUCTION OF REQUIRED SHOP DWGS Item
1.3 PROVISION OF SAMPLES, TEST RESULTS, AUTHORITY APPROVALS Item
1.4 PRODUCTION OF QA AND PROJECT DOCUMENTATION Item
1.5 PRODUCTION OF AS CONSTRUCTED DWGS INCLUDING SURVEY Item
OHS COMPLIANCE
The tenderer shall complete the following schedule allowing for all costs to
2.0
ensure the information is retained onsite and available to the principal and
superintendent at any time.
2.1 CONTRACT WORKS INSURANCES (with Principal noted as jointly insured) Item
PROVISION FOR SITE SHED AND FACILITIES (for the duration of the Item
2.2
project)
2.3 SITE FENCING (supply for the duration of the project and removal) Item
2.4 TEMPORARY PROTECTIVE/SAFETY FENCING Item
PREPARATION AND IMPLEMENTATION OF A TRAFFIC MANAGEMENT
2.5 Item
PLAN
PREPARATION AND PROVISION OF A CONTRACT WORKS SAFETY
2.6 Item.
MANAGEMENT PLAN
2.7 PREPARATION OF A RISK ASSESSMENT PLAN Item
2.8 CONTRACTOR & SUB CONTRACTOR INDUCTIONS & TRAINING Item
2.9 INDEPENDENT SAFETY AUDIT (PER PRINCIPALS REQUIREMENTS) Item
PREPARATION, UPDATING AND PROVISION OF RISK
2.10 Item
REGISTER (for duration of the project, provide at site meetings)
COMPLETION OF PRINCIPALS CONTRACTORS MONTHLY WHSE Item
2.11
REPORT
2.12 TOOLBOX MEETINGS (undertaken weekly for the duration of the project) Item
2.13 UNDERTAKING AND PROVISION OF SWMS DOCUMENTATION Item
2.14 UNDERTAKING AND PROVISION OF JSA DOCUMENTATION Item
INSPECTION, TESTING AND REPORTING FOR PLANT AND Item
2.15
EQUIPMENT
3.0 SITE WORKS
3.1 REMOVAL OF DEMOLITION WASTE AND DISPOSAL OFFSITE Item
3.2 DUST SUPPRESSION AND WATER CARTS Item
3.3 SERVICES/UTILITIES LOCATION AND IDENTIFICATION Item
3.4 SITEWORKS & SET OUT 6,517 sq m
3.5 ROCK EXCAVATION Item P.Sum
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Tenderers Name:....................................................................................................................................................................................
The unit rates submitted shall be lump sum prices for each item of material or component, inclusive of all labour and plant hire
costs associated with the installation of each component. GST shall NOT be included in the rate shown for each item.
This is a lump sum contract and these rates are intended for variation purposes only.
6.00 Sprinklers
Supply and install Hunter I20-04 geardrive, nozzle and
6.01 articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
6.02 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-12P 300mm pop up
6.03 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
sprinkler, complete with a bubbler nozzle, and articulated
6.04 riser Ea $ -
7.00 Control
9.00 Completion
9.01 As constructed drawings Lot $ -
As constructed Survey Data to "O-spec" as noted in
9.01 irrigation spec. Lot $ -
9.02 Manuals Ea $ -
9.03 Testing & Commissioning Lot $ -
Sub-Total $ -
10% GST $ -
GRAND TOTAL $ -
Tenderers Name:....................................................................................................................................................................................
The unit rates submitted shall be lump sum prices for each item of material or component, inclusive of all labour and plant hire
costs associated with the installation of each component. GST shall NOT be included in the rate shown for each item.
This is a lump sum contract and these rates are intended for variation purposes only.
6.00 Sprinklers
Supply and install Hunter I20-04 geardrive, nozzle and
6.01 articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
6.02 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-12P 300mm pop up
6.03 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
sprinkler, complete with a bubbler nozzle, and articulated
6.04 riser Ea $ -
7.00 Control
9.00 Completion
9.01 As constructed drawings Lot $ -
As constructed Survey Data to "O-spec" as noted in
9.01 irrigation spec. Lot $ -
9.02 Manuals Ea $ -
9.03 Testing & Commissioning Lot $ -
Sub-Total $ -
10% GST $ -
GRAND TOTAL $ -
Tenderers Name:....................................................................................................................................................................................
The unit rates submitted shall be lump sum prices for each item of material or component, inclusive of all labour and plant hire
costs associated with the installation of each component. GST shall NOT be included in the rate shown for each item.
This is a lump sum contract and these rates are intended for variation purposes only.
6.00 Sprinklers
Supply and install Hunter I20-04 geardrive, nozzle and
6.01 articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
6.02 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-12P 300mm pop up
6.03 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
sprinkler, complete with a bubbler nozzle, and articulated
6.04 riser Ea $ -
7.00 Control
9.00 Completion
9.01 As constructed drawings Lot $ -
As constructed Survey Data to "O-spec" as noted in
9.01 irrigation spec. Lot $ -
9.02 Manuals Ea $ -
9.03 Testing & Commissioning Lot $ -
Sub-Total $ -
10% GST $ -
GRAND TOTAL $ -
Tenderers Name:....................................................................................................................................................................................
The unit rates submitted shall be lump sum prices for each item of material or component, inclusive of all labour and plant hire
costs associated with the installation of each component. GST shall NOT be included in the rate shown for each item.
This is a lump sum contract and these rates are intended for variation purposes only.
6.00 Sprinklers
Supply and install Hunter I20-04 geardrive, nozzle and
6.01 articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
6.02 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-12P 300mm pop up
6.03 sprinkler, complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up
sprinkler, complete with a bubbler nozzle, and articulated
6.04 riser Ea $ -
7.00 Control
9.00 Completion
9.01 As constructed drawings Lot $ -
As constructed Survey Data to "O-spec" as noted in
9.01 irrigation spec. Lot $ -
9.02 Manuals Ea $ -
9.03 Testing & Commissioning Lot $ -
Sub-Total $ -
10% GST $ -
GRAND TOTAL $ -
Tenderers Name:....................................................................................................................................................................................
The unit rates submitted shall be lump sum prices for each item of material or component, inclusive of all labour and plant hire
costs associated with the installation of each component. GST shall NOT be included in the rate shown for each item.
This is a lump sum contract and these rates are intended for variation purposes only.
6.00 Sprinklers
Supply and install Hunter I20-04 geardrive, nozzle and
6.01 articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up sprinkler,
6.02 complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-12P 300mm pop up sprinkler,
6.03 complete with spray nozzle and articulated riser Ea $ -
7.00 Control
9.00 Completion
9.01 As constructed drawings Lot $ -
As constructed Survey Data to "O-spec" as noted in irrigation
9.01 spec. Lot $ -
9.02 Manuals Ea $ -
9.03 Testing & Commissioning Lot $ -
Sub-Total $ -
10% GST $ -
GRAND TOTAL $ -
Tenderers Name:....................................................................................................................................................................................
The unit rates submitted shall be lump sum prices for each item of material or component, inclusive of all labour and plant hire
costs associated with the installation of each component. GST shall NOT be included in the rate shown for each item.
This is a lump sum contract and these rates are intended for variation purposes only.
6.00 Sprinklers
Supply and install Hunter I20-04 geardrive, nozzle and
6.01 articulated riser Ea $ -
Supply and install TORO 570XF-6P 150mm pop up sprinkler,
6.02 complete with spray nozzle and articulated riser Ea $ -
Supply and install TORO 570XF-12P 300mm pop up sprinkler,
6.03 complete with spray nozzle and articulated riser Ea $ -
7.00 Control
9.00 Completion
9.01 As constructed drawings Lot $ -
As constructed Survey Data to "O-spec" as noted in irrigation
9.01 spec. Lot $ -
9.02 Manuals Ea $ -
9.03 Testing & Commissioning Lot $ -
Sub-Total $ -
10% GST $ -
GRAND TOTAL $ -
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the
Specification and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted
otherwise) and the complete and proper construction of all works as described by the Specification and Drawings and shall
include but not be limited to, the securing, manufacture or fabrication of all parts, and their transportation, installation, erection,
maintenance and replacement of defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of
variations under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison
of Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Together with the summary below the Tenderer shall refer to and complete the maintenance schedules included within the
Maintenance Section of this Specification.
10% GST $
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the Specification
and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted otherwise) and the
complete and proper construction of all works as described by the Specification and Drawings and shall include but not be limited to,
the securing, manufacture or fabrication of all parts, and their transportation, installation, erection, maintenance and replacement of
defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of variations
under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison of
Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Together with the summary below the Tenderer shall refer to and complete the maintenance schedules included within the Maintenance
Section of this Specification.
10% GST $
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the Specification
and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted otherwise) and the
complete and proper construction of all works as described by the Specification and Drawings and shall include but not be limited to,
the securing, manufacture or fabrication of all parts, and their transportation, installation, erection, maintenance and replacement of
defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of variations
under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison of
Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Together with the summary below the Tenderer shall refer to and complete the maintenance schedules included within the Maintenance
Section of this Specification.
10% GST $
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the Specification
and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted otherwise) and the
complete and proper construction of all works as described by the Specification and Drawings and shall include but not be limited to,
the securing, manufacture or fabrication of all parts, and their transportation, installation, erection, maintenance and replacement of
defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of variations
under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison of
Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Together with the summary below the Tenderer shall refer to and complete the maintenance schedules included within the Maintenance
Section of this Specification.
10% GST $
Tenderers Name:....................................................................................................................................................................................
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the Specification
and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted otherwise) and the
complete and proper construction of all works as described by the Specification and Drawings and shall include but not be limited to,
the securing, manufacture or fabrication of all parts, and their transportation, installation, erection, maintenance and replacement of
defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of variations
under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison of
Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Together with the summary below the Tenderer shall refer to and complete the maintenance schedules included within the Maintenance
Section of this Specification.
10% GST $
This is a Lump Sum Tender and the price so Tendered shall be compensation for the complete works as described by the Specification
and Drawings. This Tender includes for the provision of all materials, plant and labour (unless specifically noted otherwise) and the
complete and proper construction of all works as described by the Specification and Drawings and shall include but not be limited to,
the securing, manufacture or fabrication of all parts, and their transportation, installation, erection, maintenance and replacement of
defective parts all to the entire satisfaction of the Superintendent.
The Schedule below shall be completed with quantities and rates to allow for assessment of Tenders and the valuing of variations
under the Contract.
Tenderers shall include a schedule of prices so submitted that when added together represent a lump sum for the comparison of
Tenders. The individual items shall be used for the calculation of progress payments.
This schedule and the descriptions and scope of the items obtained therein shall be read as part of the Specification.
GST shall NOT be included in the rate shown for each item.
Together with the summary below the Tenderer shall refer to and complete the maintenance schedules included within the Maintenance
Section of this Specification.
10% GST $
19. PROJECT
TIME OF COMPLETION
20. PROJECT
TIME OF COMPLETION
21. PROJECT
TIME OF COMPLETION
22. PROJECT
TIME OF COMPLETION
23. PROJECT
TIME OF COMPLETION
24. PROJECT
TIME OF COMPLETION
Tenderers Name:....................................................................................................................................................................................
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 76
5 ANNEXURE TO AS2124-1992 PART A
ANNEXURE to the Australian Standard General Conditions of Contract AS2124 1992
This Annexure shall be issued as part of the Tender documents and is to be attached to the General Conditions of Contract and shall be
read as part of the Contract.
The law applicable is that of the State or Territory of: (Clause 1) Western Australia
Payments under the Contract shall be made at: (Clause 2) Perth, Western Australia
# Contractor shall provide security in the amount of: (Clause 5.2) 5% of the Contract Sum
Work which cannot be subcontracted without approval: (Clause 9.2) All Works under the Contract
The amount or percentage for profit and attendance: (Clause 11(c)) 10%
The additional amount or percentage: (Clause 18(v)) 20% of value of the Works
The time for giving possession of the Site: (Clause 27.1) Within 14 days From Tender
Acceptance
# The Date for Practical Completion: (Clause 35.2) Refer to Separable Portions
# Bonus per day for early Practical Completion: (Clause 35.8) N/A
The charge for overheads, profit, etc. for Day work: (Clause 41(f)) To be included in the rates
Time for Payment Claims: (Clause 42.1) Last calendar day of each month
Unfixed Plant and Materials for which payment claims may be made
notwithstanding that they are not incorporated in the Works:
(Clause 42.1(ii)) Nil
Retention moneys on: (Clause 42.3) (a) work incorporated into he Works and
any work or items for which are a different
amount of retention is not provided, 10% of
the value until 5% of the Adjusted Contract
Sum is held;
The rate of interest on overdue payments: (Clause 42.9) The Reference Rate of Bank West plus 1%
The person to nominate an Arbitrator: (Clause 47.3) Chairperson of the Western Australian
Chapter of The Institute of Arbitrators
& Mediators Australia
The following clauses within AS 2124 - 1992 have been deleted, amended and/or added to as set out below:
The Public Liability Policy of insurance shall be for an amount in respect of any one
occurrence not less than the sum stated in the Annexure and, unless specified
elsewhere in the Contract, shall be effected with and insurer and in terms both
approved by the Principal which approvals shall not be unreasonably withheld. The
policy shall be in force as and from the date upon which the Principal makes the Site
available to the Contractor and shall be maintained until the Final Certificate is issued
under Clause 42.8.
AS 2124-1992 General Conditions of Contract and Annexure (agreement signed and all pages initialled by parties)
Specification and Contract Document for Contract No. CB-01
Drawing Numbers as listed in Section A Drawing Schedule, Specification and Contract Document for Contract No No. CB-01
shall together comprise the Contract between the parties AND if the Contractor or the Principal is two or more persons then they
shall be bound jointly and severally.
Any Special Conditions of Contract as agreed upon before a formal agreement is executed
The General Conditions of Contract
The Drawings
The Specifications
8.3 CO-OPERATION
Further to Clause 27 of the General Conditions of Contract, the Contractor shall make all reasonable effort to perform the Work
under the Contract in such a manner as to enable its Work to be performed without hindrance to others. No claim will be considered
arising out of such other work or interference there from.
Variation claims which are not detailed as stated in this clause will not be assessed and there will be no basis for further claim.
The Contractor shall submit to the Superintendent within seven (7) days after acceptance of Tender, a detailed Construction
Programme outlining all works. Each of the nominated and approved Sub-Contractors must be in full agreement with the
programme. The programme shall be signed off by all nominated Sub-Contractors prior to submission to the Superintendent.
A claim for extension of time arising from inclement weather conditions will be assessed on the effect rather than the occurrence.
Where such a claim is based on wet weather, only those wet days in excess of the average monthly number of wet days will be
assessed on effect on the critical path of the works programme. The monthly average shall be as determined by the Bureau of
Meteorology for the locality of the Works.
A wet day shall be a day having rainfall equal to or in excess of 5mm as recorded by the Bureau of Meteorology for that locality.
The amount for liquidated damages nominated in Annexure Part A has been based on the assessment of these costs and may be
applied by the Principal in accordance with the provisions of the General Conditions of Contract.
Liquidated damages specified in Part A of the Annexure to the Australian Standard General Conditions of Contract will apply.
The Contractor shall notify the Superintendent of its work start and finish times and working days prior to commencement of the
Works on the Site.
8.11 MEETINGS
Further to Clause 33 of the General Conditions of Contract, the Superintendent shall call Site Progress Meetings as necessary. The
Superintendent shall chair the Site Progress Meetings and record and distribute the Minutes.
The meetings may include the Contractor, the Superintendent, the Principal or its representative, Consultants and others required
from time to time and the Contractor shall allow in the Contract Sum for attending such Site Progress Meetings and shall arrange
to diligently carry out the progress of the Works as discussed or arranged at such meetings. The Contractor shall provide progress
reports and Programme updates at these meetings or as otherwise called for by the Superintendent, in a format acceptable to the
Superintendent.
The Contractor shall ensure that no persons, including friends and relatives (particularly children) of employees and the
representatives or organisations unrelated to the Contract, enter the Site without the express permission of the Contractor.
The Contractor is advised that residents / families currently live adjacent to the site, as such particular care and attention to the
prevention of vandalism, theft and public injury is required. It is recommended that the site be rendered as secure as possible to
prevent vandalism, damage or injury.
If, in the opinion of the Superintendent at any period of the contract and during all non working hours maximum security cannot be
maintained, the Contractor shall employ an approved static guard security service on the site.
The Contractor shall provide a temporary safety fence as required by the Occupational Safety and Health Act 1984 and the
Occupational Safety and Health Regulations 1996 and with any amendments that may be made by the Act and the Regulations.
The Contractor shall allow in its Tender for vandalism and interference or disruption to work which may be caused by any person
or personal either employs or not employed by the Contractor during the course of the contract.
Buildings shall be of sound construction with good quality materials used throughout. The location, adequacy and general
appearance of all buildings shall be approved by the Superintendent prior to their installation. The Contractors attention is drawn to
various requirements of the Specification of the storage of materials such as cement and steel reinforcement. The Contractor shall
provide facilities satisfactory to the Superintendent for the storage of such materials.
All buildings and facilities used by the Contractor shall be cleared away and removed by it at no cost to the Principal on completion
of the Works and the Site shall be left in a clean and tidy condition.
An access road to this area shall be constructed by the Contractor as required and maintained in a dust-free condition throughout
the duration of the Contract. Upon completion of the Works this access shall be removed and the ground restored to its original
shape and level to the satisfaction of the Superintendent.
Storage sites for oil and other contaminant materials and plant maintenance areas shall be confined to specially designed areas
within the Site in case of spillage. These areas shall be approved by the Superintendent and shall ensure that any spillages are
confined. Adequate quantities of suitable material to counteract spillages shall be kept on hand.
8.16 ADVERTISING
Further to Clause 8 of the General Conditions of Contract, the Contractor shall not exhibit or permit to be exhibited any advertisement
on the Site or any land to which it has access under the Contract, without the written permission of the Superintendent.
If it can be shown on the date of possession of the site by the Contractor, or within 48 hours of that date, that the existing levels
differ from the levels shown on the Drawings by an amount which would change the quantity of any of the work to be executed
under the Contract by more than 10% of the quantity calculated from the levels shown on the Drawings, the Contract sum shall be
adjusted accordingly.
The Contractor shall ensure that Council Approvals and Building Licences/Permits have been received for all works prior to
construction unless otherwise authorised.
The Drawings supplied at Tender are for Tender and for design guidance only as indicated on the plans. The Contractor shall submit
final details to the Superintendent first in draft and then followed in the form of structurally certified documentation and shop
Drawings. Approval from the Superintendent is to be granted prior to submission by the Contractor to Council for approval and
construction.
The Contractor is entitled to review the Drawings and amend details to improve the efficiency of construction however all revised
structural elements are to be then certified by a qualified, practicing structural engineer engaged by the Contractor. Revised and
certified details are to be submitted to the Superintendent for approval.
The Contractor shall ensure that Council Approvals and Building Licences/Permits have been received for all works prior to
construction unless otherwise authorised.
Shop drawings will be reviewed for general conformance with design concept only. Comments on examined shop Drawings will
apply to general principles of design only. Examination of the Drawings by the Superintendent or Consulting Engineers will in no
way relieve the Contractors responsibility for any errors, omissions or necessity of furnishing such workmanship or materials as
may be required for the completion of these works in accordance with the Contract documents. The design drawings, the
specification and all relevant Standards shall all have priority over the examined shop drawing.
The submission of calculations or details shall not in any way limit the liability of the Contractor nor be seen as an admission of
liability on the part of the Principal or the Superintendent.
As scheduled in Section C: GENERALLY Some elements may have had structural input as indicated on the plans. The Contractor
shall confirm the presence or receipt of approved Structural Drawings within the Contract or by the Superintendent prior to
commencing works.
A copy of all building licence/permits, applications and approvals shall be provided to the Superintendent as they are lodged,
processed and approved. The Contractor shall ensure they have access to or are knowledgeable of the status of and /or have
copies of all approvals, structural designs and building applications at all times.
Retaining walls
Feature shelter
Compaction of Backfill
Certification by the Structural Engineer is required to meet or exceed the standards of the Local Government Authority.
Details of certification shall be submitted to the Superintendent upon or prior to submission of a payment claim for the completion
of each element.
The Contractor shall take all precautions necessary to prevent damage to existing fencing, drainage structures, telephone and
power lines, water mains and services and/or other improvement during the performance of the Works. Any damage caused by the
Contractor shall be made good by the Contractor at the expense of the Contractor or the Superintendent shall arrange for such
damage to be made good by others and for the costs involved to be deducted from payments due to the Contractor. The Contractor
shall establish what services or improvements exist or are under construction at the Site of the Works.
Any damage caused by the Contractor to any existing services shall be notified immediately to the Superintendent and to the Service
Authorities or persons concerned.
Negligence by the Contractor in managing and supervising the protection of services shall be sufficient cause for the Superintendent
to direct the Contractor to remove relevant persons from the Site or from any activity connected with the Works, in accordance with
Clause 26 of the General Conditions.
Failure by the Superintendent to demand such variations or additions shall not relive the Contractor of its obligations to secure the
quality of the work and the rate of progress necessary to complete the work within the time required by the Contract and to the
requirement of the Contract.
The Contractor shall ensure that the Principal shall have the benefit of the guarantees including any guarantees specified in the
Contract that are to be obtained by Sub-Contractors of the Contractor. As soon as possible after Practical Completion and before
the issue of the Final Certificate the Contractor shall produce such specified warranties or equivalent warranties to be effectively
transferred or issued directly in favour of the Principal so that thereafter the warrantors shall be directly responsible to the Principal.
Unless otherwise specified, guarantee periods shall begin on the Date of Practical Completion.
at its own cost provide all things and take all measures necessary to protect people and property on
or adjacent to the Site;
prevent nuisance and unreasonable noise and disturbance.
ensure the safety of all traffic on the Site and
be responsible for any injury, accident or damage arising from the failure of the Contractor to take
precautions or perform its obligations under Clause 15 of the General Conditions of Contract.
Without limiting the generality of the Contractors obligations, they include the provision of barricades, guards, fencing, temporary
roads, footpaths, warning signs, lighting, watching traffic flagging, safety helmets and clothing, removal of obstructions and
protection of services.
If the Contractor or the employees or agents of the Contractor damage property, including but not limited to public utilities and
services and property on or adjacent to the Site, the Contractor shall promptly make good the damage and pay any compensation
which the law requires the Contractor to pay.
If the Contractor fails to comply with an obligation under this Clause, the Principal may, in addition to any other remedy, arrange for
others to perform the obligation on the Contractors behalf and the cost incurred by the Principal shall be a debt due from the
Contractor to the Principal.
The Contractor shall be solely responsible for ensuring that wherever practicable, its employees and those of its Sub-Contractors
are not exposed to hazards. The Contractor shall ensure that all employees are suitably trained and qualified to carry out the Work
under the Contract, and that all work permits have been obtained before the commencement of work. The Contractor shall at all
times use proper and safe plant and equipment and to ensure that all employees using the equipment are adequately trained,
instructed and supervised in the safe operation of the equipment.
The Contractor shall within 2 weeks of the Date of Possession of Site submit to the Superintendent a Safety Plan in accordance
with the Act and Regulations noted above. This shall cover but is not limited to:
The Contractor shall submit a report once a fortnight (as a minimum) on all safety matters to the Superintendent.
The Principal has the right to conduct safety and health audits. Safety and health audits may also be applied to Sub-Contractors,
where applicable. The Superintendent and the Principals Safety and Health Officer shall be entitled to inspect all registers, reports
and certificates required by statute to be kept by the Contractor in respect of safety and health matters applicable to the Contract.
A copy of all accident reports or reports of dangerous occurrences occurring in relation to the Contract shall be provided to the
Superintendent and the Principals Safety and Health Co-ordinator as soon as practicable.
The Superintendent has the right to suspend the carrying out of the whole or part of the Works under the Contract if in the opinion
of Superintendent; the Contractor fails to provide for the protection or safety of any person or property.
The Contractor shall note that at certain times during the construction their work may involve construction within a site under the
contractual possession of another Contractor (Main Contractor). It is a requirement of this Contract that all personnel complete a
safety induction in accordance with the Safety Plan of the Main Contractor prior to commencing works. The Contractor shall ensure
all of their personnel including Sub-Contractors and delivery personnel are inducted to the site prior to entering.
The Contractor shall liaise with the Main Contractor and co-ordinate their own works and personnel in order to minimise conflict and
maximise safety and efficiency of operation.
The Principal has compiled a Work Health and Safety (WHS) Handbook for Contractors (WHS.GUI.1) that provides contractors with
instruction as to the Principals requirements for pre mobilisation and notification requirements. Contractors are required to comply
with the requirements of this handbook as part of the obligations under this Contract. The Work Health and Safety (WHS) Handbook
for Contractors is available for collection/review from the Principal.
The Contractor shall comply with the Principals Safety Management Plan. The Safety Management Plan at the date of this Tender
is available for collection/review from the Principal.
Further to Clause 15, 16 and 17 of the General Conditions of Contract, the Contractor shall provide, erect and maintain barricades,
guards, fencing, temporary roadways, footpaths, signs and lighting. It shall provide and maintain all watching and traffic flagging
lawfully required by any public or other authority or necessary for the protection of the Works or of other property or for the safety
and convenience of the public and others and shall remove same when no longer required.
The Contractor shall avoid obstruction or damage to roadways and footpaths, drains and water courses and public utilities and other
services on or adjacent to the Site which are visible, or the location of which can be ascertained by the Contractor from the
appropriate authority or from the Contract.
Further to Clause 28 of the General Conditions of Contract, where the Works include extensions of or are adjacent to existing works,
the Contractor shall be responsible for making the proper junction between the sections of work and for making good any damage
to the adjacent or existing works. The Contractor shall ensure that the adjacent or existing works conform in level and location with
those shown on the Drawings before commencing any work on the Site.
The Contractor shall remove any obstruction immediately and make good any damage at its own cost; in default of which the
Principal may employ and pay others to execute the work and recover the cost as a debt due to the Principal from the Contractor
under the Contract.
The Contractor shall avoid interference with or damage to property on or adjacent to the Site and shall provide temporary protection
and shall repair and reinstate all damage caused thereto by it either directly or indirectly.
The Contractor shall prevent nuisance to the owners, tenants or occupiers or properties adjacent to the Site and the public generally.
The Contractor shall be responsible at its own cost for all footpath and other deposits or bonds required by statutory authorities.
The extent of the dilapidation surveys will be agreed by the Principal and the Contractors Representative, however, direction will
be provided by the Superintendent in order to help identify the properties at risk of potential damage.
Following the dilapidation surveys, a risk assessment will be conducted for all the buildings surveyed. Where the assessed risk of
damage to the building is high, monitoring of vibration will be put in place prior to works commencing, and, protective measures
installed to preserve the building.
The Contractor shall construct the Works with the least possible interference to public traffic. Public roads and driveways shall
remain open at all times for the safe movement of traffic. In addition, the Contractor shall maintain the existing road as necessary
for this purpose.
Where the amount of dust raised by the traffic or by construction works causes a hazard to public traffic, then the Contractor shall
take action, such as watering, to eliminate the hazard. In dry conditions, watering shall be undertaken a minimum of four times per
day. The cost for such action shall be included under the lump sum cost for the Contract.
The Contractors plant and equipment shall not cross over existing roads during construction operations without prior approval of
the Superintendent as to the proposed methods of traffic control including flagmen.
The Contractor shall not direct public traffic onto the completed Works from the existing road or sidetracks without obtaining prior
written approval from the Superintendent.
Further to Clause 15 of the General Conditions of Contract, the Contractor shall supply signs, cones, lights and any other necessary
equipment and erect and maintain same in good condition in accordance with local authority requirements the relevant Australian
Standards or as instructed by the Superintendent. Maintenance of signs includes washing to ensure night visibility.
Works such as trenches or spoil heaps and other hazards shall be individually signed and barricaded at all times and equipped with
warning lamps at night notwithstanding that the area in question may not be open to traffic at the time. All sections being widened
or excavated shall have, at all times, the edge of the widening or excavation clearly indicated by delineators and steady amber
lights.
The Contractor shall be responsible for carrying out all monitoring in accordance with local government requirements and associated
costs on the instructions of the Superintendent.
The Contractor shall arrange its operations and shall provide silencing and or damping equipment to its plant, at its own expense,
to whatever extent is necessary to satisfy the requirements of the Local Authority Health Department in relation to the sound and
vibration level arising from the Contractors operations near the boundaries of existing occupied properties.
Soil Erosion
Further to Clause 15,16,17 and 39 of the General Conditions of Contract, the Contractor shall take all proper precautions to prevent
soil erosion from any land used or occupied by the Contractor in the execution of work under the contract.
Stockpiles
No Discharge
Further to Clause 15,16,17 and 39 of the General Conditions of Contract, no rubbish, litter, waste, oil, bilge water or other
pollutants shall be discharged or allowed to escape from the Contractors equipment or from its Sub-Contractors equipment. The
Contractor shall take all reasonable measures including instructing its employees and its Sub-Contractors in such matters and
shall ensure that its employees observe and perform the requirements of this Clause. All debris, spoil, rubbish or materials shall
be suitably contained and covered in vehicles during transportation to or from the site to prevent spillage or contamination of
adjoining and other areas of property. The Contractor shall maintain vehicles, wheels and tracks in a suitable clean condition to
prevent transfer of mud onto adjacent streets or other areas. All site refuse (including foodstuffs) shall be handled and disposed of
in accordance with the requirements of relevant statutes and to the approval of the Superintendent.
Fire Control
Further to Clause 15,16,17 and 39 of the General Conditions of Contract, the Contactor shall comply with all the conditions of the
Bush Fires Act 1954 (as amended).
Aboriginal Sites
Further to Clause 15,16,17 and 39 of the General Conditions of Contract, should the presence of a site of possible significance be
discovered, the Contractor shall notify the Superintendent and the Department of Indigenous Affairs and immediately cease work
within the area. The Contractor is to note that it is an offence under the WA Aboriginal Heritage Act 1972 to interfere with any
Aboriginal site unless written permission is obtained from the Minister for Indigenous Affairs.
The site shall be assessed in accordance with the EPA Guidelines and the risk of dust nuisance rated accordingly. Provisions
including contingency arrangements for each classification are given in the EPA Dust Control Guidelines and it shall be the
Contractor's responsibility to be aware of the required provisions and be capable of implementing both the provisions and
contingency arrangements as directed by the Superintendent.
The Contractor shall accept responsibility for preventing aeolian movement of sand, dust or soil from within the site of the works
and shall indemnify the Principal against any claims which may arise as a result of aeolian movement of sand, dust or soil from
within the site of the works however valid those claims may be. The Contractor shall arrange its operations so that existing
vegetation and topsoil are preserved in all areas except those on which fill is to be placed on or in which excavation is to take
place or those areas which are defined in this Specification as areas for occupation or access.
Any over-clearing shall be reinstated by the Contractor with vegetation of similar species and maturity, at its expense. All access
tracks and other disturbed areas shall be regularly watered to prevent wind erosion. The Contractor shall on request, within 24
hours, remove from public roads and other land outside the Site sand or dust wherever the Superintendent considers the sand or
dust originated from the site of the works.
Where a resident has made a complaint of dust nuisance, the Contractor shall contact the affected party within two (2) hours of
being notified of the complaint. The Contractor shall forward a report to the Superintendent within the subsequent two (2) hours
detailing:
Wind Fencing
Further to Clause 15,16,17 and 39 of the General Conditions of Contract, wind fencing (1800 high) shall be erected at the
Contractors cost prior to the commencement of any further works and shall be maintained for the duration of the construction
period that follows. Suitable material such as hessian cloth/shade cloth shall be affixed to the fencing along its full length and
height. Structural adequacy of the fence shall be the responsibility of the Contractor.
The Contractor at no cost to the Principal shall immediately repair any damage that occurs to the wind fencing.
The Contractor shall also allow for removing any sand that accumulates at the foot of the wind fencing, placing it within the site as
directed by the Superintendent. These actions may need to be undertaken on a regular basis. The Contractor shall remove and
dispose of wind fencing at the completion of the project.
Stabilisation
Further to Clause 15,16,17 and 39 of the General Conditions of Contract, when instructed by the Superintendent, the Contractor
shall carry out stabilisation of disturbed areas within 48 hours.
Where such action for suspension does not mean loss of greater than 4 hours per day, the costs shall be borne by the Contractor.
The Contractor may claim the cost of equipment stand down beyond 4 hours per day. The duration of the suspension shall be
ended immediately upon the Superintendents instruction.
Failure to Comply
Further to Clause 34 of the General Conditions of Contract, where the Superintendent at its sole discretion determines the Contractor
has not been taking appropriate action or work as required under the Contract to minimise dust nuisance and the Contractor further
fails to initiate actions or work as requested by the Superintendent within 24 hours including additional work as requested by the
Superintendent shall entitle the Superintendent without any further notification to the Contractor to arrange for the work or initiate
actions. The cost of such work or actions including time required by the Superintendent in organising the work or actions shall be
deducted from the Contract Sum.
Water Carts
Further to Clause 15,16,17 and 39 of the General Conditions of Contract, sufficient water carts and adequate volumes of water shall
be allowed for in the Tender Sum and used during the Contract to keep all disturbed areas wet and shall be available for a minimum
of 10 hours per day, including Saturdays & Sundays. The water carts shall be able to traverse all areas of the site, and be of not
less than 10,000 litres capacity per 5 hectares of disturbed site and shall be fitted with a pump and automated spray to damp down
disturbed areas and stockpiles. Non disturbed areas within the site boundary that are the source of windblown sand are also to be
watered down. Where adequate water carts have not been provided and operated at the request of the Superintendent within 4
hours an amount of $1,000.00 including GST shall be deducted from the Contract Sum per day of non-compliance to the
Superintendents direction. The method of refilling shall be such that at least 1 water cart is in operation at all times. At least one
water cart is to remain full at the end of each day so that it may be immediately used the following morning.
The Contractor shall ensure manufacturers, importers and suppliers of chemical substances for use on the works, are responsible
for providing information on those substances to be used, refer to section 23(3) of the Act. Copies of all information supplied shall
be kept on site. The Contractor is responsible for passing on information supplied by manufacturers, importers and suppliers of
chemical substances to workers on site, refer to section 19(1)(B) of the Act.
The Contractor shall prevent, in so far as reasonably possible, any materials entering any gully, manhole or pipe, and shall remove
from the drainage system any materials from any source which may be deposited in the drainage system by any agency up to the
date of Practical Completion.
With respect to all work done in Western Australia under the Contract, the Contractor shall observe, perform and
comply in all material respects with all relevant industrial agreements and orders to competent Courts or Industrial
Tribunals applicable to the work to be done under the Contract.
Failure by the Contractor to comply with sub-clause (i) hereof shall entitle the Principal by notice in writing to the
Contractor to forthwith terminate the Contract but without prejudice to any other rights or remedies of the Principal.
Disputes
The Contractor shall resolve any industrial disputes that may arise during the course of construction for any reason, with no additional
cost being borne by the Principal. For the purposes of Clause 35.5 of the General Conditions, only industrial actions encompassing the
state-wide operations of the affected industry shall be considered.
Payments
The Contractor shall allow for any site allowance payments and this amount, if any, shall be included in the Contract Lump Sum.
The Contractor shall make payment of the required levy to the Building and Construction Industry Training Fund. Payment shall be
made prior to the commencement of any construction work, and evidence of payment provided to the Superintendent. The Contractor
shall be responsible for any penalty charges, which may be incurred due to late payment. These payments shall be included in the
Contract Lump Sum.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 92
TECHNICAL SPECIFICATIONS
SECTION C
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 93
9 GENERALLY
9.1 LOCATION OF WORKS AND ACCESS
The works area is located at `Catalina Beach Estate, Mindarie`. The site shall be accessed off Aviator Boulevard. Refer to landscape
plans for site access details. Limit all direct access from major roads where possible.
The Contractor shall advise the names and contact phone numbers (mobile) of all workers and Sub-Contractors working on site for
the duration of the works.
All site delivery areas shall be as approved by the Superintendent prior to use and construction. The Contractor shall conform to all
relevant Traffic Management standards and practices as specified and/or relevant Australian Standards.
The Tenderer for the Contract shall be deemed to have taken into account this coordination role in its Lump Sum price. The
Contractor shall cooperate with others and allow free access by others as required or ordered by the Superintendent to enable those
other works to be completed.
The design, supply & installation of the Custom Play Tower is by others. The scope of the Custom Play Tower works by others
includes:
DESIGN, DETAIL DOCUMENTATION & APPROVALS OF A CUSTOM PLAY TOWER PER THE SPECIFICATION
SUPPLY & INSTALL OF THE CUSTOM PLAY TOWER
CUSTOM PLAY TOWER TO BE NOVATED IN LANDSCAPE CONTRACTOS PACKAGE & CONTRACTOR TO
INCLUDE PROFIT & ATTENDANCE FOR ALL COORDINATION PURPOSES.
SUCCESSFUL CUSTOM PLAY TOWER TENDERER TO REPORT AS A SUB-CONTRACTOR TO LANDSCAPE
CONTRACTOR
Before selecting Sub-Contractors from the above list the Tenderer must carry out their own assessment and satisfy themselves
that the subcontract companies selected have all the necessary abilities to complete the work including technical, management and
financial ability.
The Drawings supplied at Tender are for design guidance only. Where indicated in above schedule, the Contractor shall submit
final details to the Superintendent first in draft and then followed in the form of structurally certified documentation and shop
drawings. Approval from the Superintendent is to be granted prior to submission by the Contractor to Council for building
licence/Permit approval and construction.
The Contractor is also entitled to review the Drawings prepared by the Principals structural engineer and to amend details to improve
the efficiency of construction. However, all revised structural elements are to be then certified by a qualified, practicing structural
engineer engaged by the Contractor. Revised and certified details are to be submitted to the Superintendent for approval.
The Contractor shall ensure that Council Approvals and Building Licence/Permits have been received for all works prior to
construction unless otherwise authorised.
Where landscaped areas are to be handed over to the Local Authority, the As Constructed survey shall record all information
strictly in accordance with the current revision of the O-Spec standard for Open Space together with relevant sections of D-Spec
and R-Spec, as applicable.
In order to comply with the requirements of O-Spec, the surveyor engaged by the Contractor shall be responsible for provision of
all services as itemised in the section titled: Western Australia Responsibility of the Developer, as applicable to a surveyor
engaged by the Developer.
Copies of the above-mentioned specifications can be obtained from the A-Spec website: www.dspec.com.au
The Contractor shall include for all costs associated with the preparation and implementation of the TMP, as required to implement
the Landscape Works.
10.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated, or is not current as at the date of close of Tenders, the applicable Standard shall
be the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
The temporary fencing shall comply with the requirements of applicable Safety Plans and shall be sufficiently robust and secure to
prevent the following activities occurring within the protected area for the duration of the Contract:
The temporary fencing shall be located to protect the whole of the Public Open Space/verge/basin areas on alignments to the
approval of the Superintendent.
The Contractor shall be responsible for maintaining the fence as an effective barrier at all times throughout the Contract.
Harmful Materials
Do not store or otherwise place bulk materials and harmful materials under or near trees. Do not place spoil from excavations
against tree trunks, even for short periods. Prevent wind-blown materials such as cement form harming trees and plants.
Damage
Roots
Do not cut tree roots exceeding 50mm diameter unless approved by the Superintendent. Where it is necessary to cut tree roots,
use means such that the cutting does not unduly disturb the remaining root system. Immediately after cutting, apply a bituminous
fungicidal sealant to the cut surface to prevent the incursion of rot or disease.
Backfilling
Do not backfill around tree trunks to a height greater than 300mm above the original ground surface. Immediately after backfilling,
thoroughly water the root zone surrounding the tree.
Compacted Ground
Avoid compaction of the ground under trees. The parking of plant and storage of equipment under trees to be retained is not
permitted.
Australian Standards
All works associated with the protection of existing trees shall comply with Australian Standard;
AS 4970 Protection of trees on development sites
The penalties for significant damage (as determined by the Superintendent) or unauthorised clearing are as follows:
For the purposes of this Specification a tree is all trees with a 200mm diameter trunk and greater, and one metre or greater in total
height.
Contractors should note that if clearing works extend beyond the prescribed limits without the written authorisation of the
Superintendent, these costs will apply and be borne solely by the Contractor by reduction in monies payable under the Contract.
If the Contractor believes that for construction purposes, additional movement areas are required in the form of haul roads and/or
access roads, they shall submit details of the proposed location and extent of these roads to the Superintendent for approval prior
to their construction.
In addition to the above penalties the Contractor shall undertake to co-ordinate, manage and achieve any and all necessary
approvals in relation to protecting and /or the rectification of damage to the satisfaction of the Superintendent, Local Authority and
relevant agencies.
Arborist
When there is no option but to work in the immediate vicinity of existing trees that are to be retained, the Contractor is to organise
for a qualified Arborist to be on site to oversee these works.
The Contractor shall not remove any trees or vegetation without seeking absolute clarity from the Superintendent in writing as to
which option above has implemented.
All tree removal shall comply with the relevant Australian Standards and accepted industry standards, particularly but not limited to
safety, adjoining property, insurance and pedestrian and traffic control. The Contractor shall be liable for any and all costs
associated with damage or injury resulting from tree removal.
Grub out stumps and roots over 75mm diameter to a minimum depth of 500mm below Sub-grade in paved areas or below finished
surface in unpaved areas. Backfill grub holes with suitable spoil from excavations compacted in layers to the density of the
surrounding undisturbed soil.
All debris together with fallen timber shall be loaded, hauled and disposed of in a tip in compliance with statutory requirements or
may if instructed be dumped as directed by the Superintendent.
Following the application of the herbicide, the treated areas shall be left undisturbed for a minimum of seven (7) days ingestion
period prior to undertaking any further work in such areas.
The Contractor shall not remove any vegetation until instruction from the Superintendent in writing is provided as to the extent of
staged clearing.
White painted timber stakes to define the position of trees, paths, paving, garden beds and other construction
elements as specified and or on the Drawings
Bench marks for reduction of levels (if required)
Stakes to define lot boundaries
Setting out shall be approved by the Superintendent prior to the commencement of construction.
Permanent survey pegs that have been damaged or moved during construction shall be reinstated by a Licensed Surveyor
nominated or approved by the Superintendent and the cost of such work shall be paid for in full by the Contractor.
Should survey pegs or marks be in the line of construction operations, the Contractor shall advise the Superintendent prior to
commencing work to enable their temporary removal or relocation of the works. Co-ordination shall include necessary approvals
from Main Roads Department, Council, Service Authorities, other Contractors and the like.
Due to the nature of landscape construction works, minor changes in the layout of the works may be instigated by the
Superintendent on site.
The Contractor shall check horizontal and vertical values of all established or identified benchmarks, reference marks and boundary
and location pegs and compare them with the values and measurements given on the Contract drawings and with other information
and data such as pre-cal plans that may be made available by the Superintendent to the Contractor from time to time. In case the
values given differ from the values established in the field, the work shall not proceed until the Superintendents approval has been
given. Copies of the recorded survey and setting out information shall be made available to the Superintendent. For the avoidance
of doubt, the responsibility for set-out is the responsibility of the Contractor at all times.
Any disturbance of a survey station or bench mark shall be reported to the Superintendent without delay. The Contractor shall not
attempt to reinstate the station or mark without an instruction from the Superintendent and shall accept full liability for damage,
however caused.
A copy of the pre-calculation plan, marked up to show the pegs placed and bench mark level information;
It shall be the Contractors responsibility to re-establish, recover or transfer any of the above survey pegs which will be, or are,
disturbed in the course of construction.
The Contractor shall give the Project Surveyor 48 hours notice of when information is to be provided to the Contractor.
Pipe and RCB drains, End Treatments, Access Chambers, Open Drains and all Earthworks shall be set out in accordance with the
alignments and levels shown on the working drawings. Setting out tolerances are:
The concept of the works and the alignments (both vertical and horizontal) shown on the drawings shall not be altered in any way
without the prior approval of the Superintendent.
10.16 CLEARING
Unless otherwise specified or directed, remove all trees, logs, stumps, boulders, roots and scrub within the limits of clearing.
Demolish and dispose of existing fences, structures and slabs detailed to be removed. Grass and topsoil shall not be removed as
part of this initial clearing. All standing trees shall remain unless directed otherwise by the Superintendent. Give seven (7) days
notice of intention to clear any section of the works so that the Superintendent may determine the trees and plants not already
detailed within the limits of clearing which are to be preserved.
Grub out stumps and roots to a minimum depth of 500mm below Sub-grade in paved areas or below finished surface in unpaved
areas. Backfill grub holes with suitable spoil from excavations compacted in layers to the density of the surrounding undisturbed
soil. All equipment used for clearing shall be fitted with rakes/tines or similar equipment so that as little soil as possible is disturbed
and added to the vegetation stockpiles. No material from clearing is to be pushed beyond the limit of the site.
Cleared vegetation shall be mulched and stockpiled at an agreed site. Spoil from grubbing out; unsuitable material, uncontrolled fill
and rubbish etc shall be removed from site to an approved Local Authority tipping site at the Contractors expense.
Clearing and grubbing shall extend over the areas of the site shown by the limit of earthworks on the drawings. Limits of clearing
are defined as lines one metre outside the intersection of excavation or embankment slopes with the natural surface or the outside
limits of slope rounding together with any other limits detailed.
Existing access tracks, storage, laydown and borrow areas, or similar shall be kept in a condition to be agreed with the
Superintendent. Access tracks locations are to be agreed with the Superintendent prior to construction.
The Superintendent may permit the disposal of boulders, concrete fragments and other non-combustible materials by burial within
the POS reserves outside paved areas. When buried, the tops of boulders, etc. shall be not less than 800mm below finished
surface.
The Superintendent may direct that boulders greater than 0.03 cubic metres in volume be stockpiled on site.
Where indicated on the Drawings Bulk Earthworks are to be undertaken as part of this Contract in accordance with the clauses set
out below
10.21 NOTICE
If the following are encountered, give notice immediately and obtain instructions before carrying out any further work in the affected
area:
Bad ground - Ground unsuitable for the purposes of the works, including fill liable to subsidence, ground containing
cavities, faults or fissures, contaminated ground and ground which is or becomes soft, wet or unstable.
Rock - refer to the clause below entitled Rock Excavation
Suspected Aboriginal or other artefacts
Underground springs or watercourses,
Unknown underground tanks/structures.
Rock excavation shall be undertaken as an approved variation to the Contract at the rate specified by the Contractor in the Schedule
of prices.
Rock excavation is a provisional quantity and payment for rock excavation shall only be made where the extent has been determined
by the Contractor and Superintendent and an approved variation issued. The remaining dollar balance of any variations issued shall
remain with the Principal to be expended if and as approved.
Stockpile topsoil on or near the site for later re-use as specified. A designated stockpile site will be made available by the Principal.
Topsoil is to be separated from all other spoil material. Stockpiles are to not exceed 3.0m in height. If to remain unused for more
than four (4) weeks, topsoil stockpiles shall be sown with a fast growing, non-invasive seed or have an application of Dustex or
similar to prevent wind erosion.
The Superintendent may order the removal of any soft spots, debris or organic material exposed when excavated areas have been
trimmed to finished formation levels. Remove all rocks and boulders which protrude above finished surfaces of Sub-grades. Make
allowance for compaction or settlement.
Separate the best granular materials from excavations for use in the upper layers of fill Sub-grades.
Unless otherwise stated the affected areas shall achieve a minimum compaction of 8 blows per 300mm layer to a depth of 450mm
(ie. 150mm to 450mm)
The approved subgrade preparation shall be surveyed by the Contractors licensed surveyor, and shall be independently spot
checked by the Principals surveyor. This survey data shall be use as a base in determining/checking the quantity of Forward
Earthworks.
The contractor shall notify and allow the Superintendent adequate time to inspect, review the Contractors compaction test sheets,
and confirm sub-grade has been compacted to the requirements stated in this technical specification and geotechnical report.
Materials
Material to be used for fill shall consist of materials approved by the Superintendent, free from timber, stumps and weeds, or other
perishable matter, and shall be obtained generally from the excavation.
Unless otherwise specified or directed, the materials used for filling shall be obtained from cut from site. Filling shall be free from
logs, stumps, weeds and other perishable matter. The best available material, i.e. the most granular and least plastic, shall be used
in the upper layers of construction. Material used in the top 150mm below Sub-grades shall be free of particles larger than 75mm.
Material used in the top 600mm below Sub-grades shall be free of particles larger than 150mm.
Rocky materials not exceeding 600mm maximum dimension may be used in embankments. Suitable fine materials shall be placed
with the rock to fill the interstices and produce a dense compact embankment.
The Superintendent may permit the disposal of rocks larger than 600m by burial in banks, mounds, or other areas at least 800mm
below finished surface.
Any material imported to be used as suitable fill shall satisfy the following criteria:
The sand shall be clean, cohesion-less, free draining and free of all silty, organic or any other deleterious inclusions
Having greater than 80% material passing 19mm sieve
Containing no greater than 4% by weight of soil fractions finer than 0.075mm
Having plasticity index equal to 0% (i.e. no plastic)
The ratio of the maximum density shall be greater than 1.20 the maximum and minimum densities shall be
determined in accordance with test AS1289.5.5.1.
The Contractor shall provide classification and compaction test results on representative samples of the proposed material from a
NATA registered testing authority for approval by the Superintendent prior to the importation of this material to site.
The Superintendent may direct that material unsuitable for embankments be used elsewhere on site or run to spoil. If this should
result in a deficiency of material available for filling, then additional materials shall be obtained as directed at the Contractors
expense.
Filling shall be carried up in horizontal layers, extending the full width of the works. Fill thickness shall not be more than 300mm,
loose measurements, provided that if the Contractor can demonstrate that its equipment is capable of compacting a thicker layer to
comply with this Specification, the Superintendent may nominate an increased maximum thickness of layer.
If fill is to be placed on a surface which slopes more than 1:4, bench the surface to form a key for the fill. As each layer of fill is
placed, cut the existing ground surface progressively to form a series of horizontal steps at least 1 metre in width. Recompact
excavated material as part of the filling.
The bedding, overlay and back-filling of all pipe work trenches shall be accomplished with material previously excavated from the
site trenches, provided it is free from rock and other hard objects, in accordance with AS-2032 Installation of uPVC Pipe Systems.
If the material excavated from the site trenches is unsuitable or insufficient to accomplish the bedding and back-filling operation to
the satisfaction of Superintendent, then the Contractor shall import clean sand fill for this purpose, at its expense.
The Contractor shall provide all necessary equipment for the backfilling of trenches, compacting and levelling. Excessive
subsidence of trenches during the Defects Liability period shall be the responsibility of the Contractor to rectify at its own expense.
All surplus soil excavation, including rocks removed from backfill material, shall be removed from the site by the Contractor at its
expense.
The Contractor shall ensure that compaction no less than 95% of the modified maximum dry density when tested in accordance
with Australian Standards.
Bulk Earthworks shall be trimmed to a neat and even finish to a tolerance of 100 mm of the design level allowing for a final minor
trim to bring the levels to with +/- 10mm of design levels.
Inspect topsoil and vegetation stripping and assess whether sufficient topsoil has been removed, subsurface
conditions are adequate, and level of compaction has been achieved.
Undertake post earthwork verification testing to assess the level of compaction achieved across the site
Provide a report detailing the earthworks verification studies, including site classification to AS2870- 1996
Compaction Testing
The Contractor shall be responsible for the compaction testing of the earthworks. The Contractor shall undertake all compaction
testing required to demonstrate that the Works have been undertaken in accordance with the requirements of this specification and
in accordance with the requirements of AS 3798-1996.
Testing shall be with a Perth Sand Penetrometer in accordance with Australian Standards. The Contractor shall record the
equipment used, date, time, results and location (in plan and level) of all compaction tests conducted on site. If the Contractor uses
its own penetrometer, a calibration certificate showing the mass, drop height and tip diameter shall be provided. The cost of all
penetrometer testing shall be included in the tender rates for preparation and earthworks.
Should difficulty arise in achieving the specified Perth penetrometer blow count the Superintendent may direct that in-situ density
testing be performed to confirm the correlation between blow count and density and ensure that a density index of at least 70 % is
being achieved in accordance with AS 1289 Method 5.6.1.
On a weekly basis, the Contractor shall record the progress of compacted earthworks. The location of quality control tests shall be
referenced on a drawing. The records of all compaction tests shall be submitted to the Superintendent. It should be expected that
the Superintendent will be auditing the Contractors lift compaction tests on a weekly basis.
If not already cleared, dumping sites shall be cleared and grubbed to the extent necessary before any additional material is
deposited. Strip topsoil as specified and set aside for later re-spreading over the dumped spoil. Selling of unused surplus spoil
may be examined as approved by the Superintendent with proceeds to be paid to the Principal in full.
Undertake minor levelling and grading to all earth worked areas after completion of major earthworks to suit final grades indicated
on the plan to the Superintendents approval.
10.31 MATCHING UP
The Contractor shall ensure that all levels neatly tie in and match up with existing work in adjoining areas to the satisfaction of the
Superintendent. This shall include work associated with roads, pathways and paving carried out previously to the areas covered
by this Contract.
At completion, the earth worked areas shall be cleared of all refuse, rubble and the like and neatly graded prior to hydro mulching.
Full attention to detail is expected of the Contractor and as such the Contractor shall make allowance for final trim9 hand work if
necessary) to remove all wheel ruts from machinery, the raking of sicks, stones, removal of temporary level stakes etc. to present
a neat and tidy appearance prior to hydro mulching.
The requirements of this clause shall also extend to existing roads used for access and storm water drains which are directly affected
by the works under the Contract.
10.33 HYDROMULCHING
Hydromulching shall be carried out to the entire area or as indicated on the dwgs following completion of the clearing and earthworks
within that area.
Once an area has been hydromulched, no traffic, construction plant or disturbances of the area shall be permitted to occur on the
area. If any such disturbance to a previously hydromulched area takes place it shall be re-hydromulched at the Contractor's
expense.
Soil Tack ST8 at 300kgs per hectare and recycled newsprint at 1,500 kg per hectare or approved equivalent
Once mixed the hydromulch is to be applied in even quantities making sure that the entire area nominated is covered with the
specified mix.
Treestakes
Bollards as detailed on the Drawings
11.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
11.3 TIMBER
Supply timber of the types, sizes and finishes as indicated on the Drawings.
All timber shall be first class, free of splits or warps.
Pressure treatment of pine with preservative is to be carried out in accordance with AS 1604 - 1993 to Hazard Level 5 (H5) and
timber shall be clearly stamped to indicate that specified Hazard Level of treatment has been achieved.
When requested by the Superintendent, the Contractor shall supply Certificates, Warranties and the like to confirm the type and
level of pressure treatment applied to the timber delivered to the site.
Where the degree of shaping, routing, bevelling and the like indicated on the Drawings as being required as part of the fabrication
of timber items is likely to reduce the effectiveness of the preservative treatment then these works shall be carried out prior to
preservative treatment.
All hot dip galvanising shall conform to the requirements of AS 1650 - Galvanised Coatings and shall be clean, smooth and
continuous, free from acid spots, cracks, laminations, runs and drips. The coating shall have a minimum thickness of 85 microns.
Galvanising of fasteners shall conform to the requirements of AS 1214 - Hot Dip Galvanised Coatings on Threaded Fasteners.
Fastenings i.e. chemical anchors, lugs, screws, rivets and the like shall be of approved type, appropriate to the work, capable of
transmitting the loads and stresses imposed, and sufficient to ensure the rigidity of the assembly.
Prepare timber and apply stain strictly in accordance with Manufacturer's recommendations.
Prepare timber and apply stain strictly in accordance with Manufacturer's recommendations.
11.9 SAMPLES
Provide 1 No sample of each of the following items for the approval of the Superintendent:
Bollards shall have a domed head with routed collars. Bollards shall be uniform 150mm in diameter. All bollards shall be set evenly
in height and alignment, either in straight lines or even curves as indicated on the plans
All pine bollards shall be prepared and painted with 2 No coats exterior quality black paint or an approved stain in accordance with
manufacturers specification
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 108
12 METALWORK
12.1 GENERAL
Scope of Works
Supply, fabricate (where applicable) and install the following as scheduled and detailed on the Drawings:
12.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
STEEL
ELECTRODES
SURFACE PREPARATION
PROTECTIVE COATINGS
AS 1214 1983 Hot-dip galvanised coatings on threaded fasteners (ISO metric coarse thread series)
AS 4680:2006 Hot-dipped galvanised coatings on ferrous articles (ISO Standard, ISO 1461).
12.5 MATERIALS
Materials Generally
All materials as specified hereunder are to comply with the appropriate Specifications of the Standards Association of Australia:
Stainless Steel
Stainless steel to BHP or similar approved 3mm grade 316 sheet or as noted on the Drawings with an electro-polished finish to
Grade 4 as per AS 1449.
All other Materials shall be of the types, temper and quality most suited to their particular application in this Contract.
Structural Steel
All structural steelwork shall be a minimum of Grade 250 in accordance with the Australian Standards. All structural hot rolled and
welded sections shall be OneSteel Grade 300PLUS, complying with AS 3678 and AS 3679. All structural hollow sections shall be
grade C250LO or grade C350LO, in accordance with AS 1163. Other types and grades of steel shall not be used unless otherwise
approved by the Superintendent
All materials shall be new and of unused stock and free from splices for the full length between joints unless otherwise approved by
the Superintendent.
Compliance
Manufacturers Certificates of Compliance with the relevant Standard shall be supplied for all steel used in the work.
Substitution of Materials
No variations from the sizes, sections or grades of material shown on the design drawings shall be made unless otherwise approved
by the superintendent.
For fixing metal components, use only stainless steel bolts, fasteners or stainless steel anchors.
The minimum bolt size for any anchor shall be 6mm diameter. Where washers are shown or required, they shall be of the same
metal or coating as the bolt.
Preventive measures
When connecting two pieces of the same material, use a fastener/bolt made of the same material.
If the subjects being fastened are structural, use a fastener/bolt of appropriate strength. For example, when
fastening aluminum and steel in a structural application, use a fastener made of carbon steel with suitable plating.
Use the corrosion potential chart when selecting fastener/bolt material.
If using the same metal is not possible, select combinations of metals close together on the galvanic potential chart.
Avoid small active metal contact with large inactive metal content.
Isolation methods
All dissimilar metals are to be isolated using a non-absorbent insulating plastic (nylon, neoprene or similar and
approved) washer, gasket, sleeve or insert.
The use of insulating tape is generally unacceptable and is only appropriate for light wear situations and the
Superintendents approval must be sought prior to its use. Isolating tape shall be a polypropylene tape of 1.7 mils
minimum thickness with a dielectric strength of 300-400 volts/mil.
Paint or prime the two metals or selected pieces, even if they have protective coatings. This is especially helpful
in joints, if kept in good repair. It is particularly important to coat the active metal.
Avoid threaded fittings with materials far apart in the ranking of galvanic potential.
Design (during the shop drawing phase) for the use of replaceable active metal components or make them thicker
for longer life.
Do not use caulk as an isolation method. Caulk in a joint between dissimilar metals can squeeze out and allow the
two metals to contact.
Consider using sacrificial anodes. The installation of yet a more active metal than the active metal in a joint will
tend to corrode the most active metal and protect the less active metal.
Use one-piece or welded construction versus bolting or riveting when possible.
If the above measures are not applicable for a joint design, care must be taken to ensure that moisture is allowed
to drain.
Apply corrosion-inhibiting material (pastes, washers, compounds, etc.) under heads of screws or bolts inserted into
dissimilar metal, even if they already have been treated.
12.7 FABRICATION
Generally
All fabrication shall comply with the requirements of AS 4100 - Steel Structures.
Fabrication shall be carried out by qualified and experienced tradesmen to produce finished steelwork components that accurately
reflect the design intent as represented on the design drawings.
Fabricate and pre-assemble items in the workshop wherever practical. All members shall be stored and handled so as to reasonably
protect the inherent and specified finishes.
The Contractor shall be responsible for checking all as-constructed dimensions of features having a bearing on the final form of
fabricated steelwork and allowing for same in fabrication.
Edges and Surfaces
Keep clean, neat and free from burrs and indentations. Remove sharp edges without excessive radiusing.
Joints
Fit accurately to a fine hairline.
Cutting
Steelwork shall be cut by sawing, shearing, machine, plasma or hand flame cutting methods except that:
Ends of sections or edges of plates required to transmit full contract bearing (e.g. column end to base plate) shall
be cold sawn or milled.
Plates thicker than 16mm where edges are to be welded or galvanised shall not be sheared.
Any cutting operations shall produce clean, true lines and surface, complying with the requirements of AS 1554.1 for surfaces to be
welded and AS 4100 for surfaces not to be welded.
Mitres shall be dressed smooth and neatly fitted. Re-entrant corners shall be notch-free and radiussed at least 10mm.
Holing
Bolt holes shall not be made by gas cutting or by punching full size. Holes may be punched 3mm undersize and reamed to size.
Holes to be tapped shall be first drilled to the tapping size. Holes through tubular members shall be lined with pipe sleeves, seal-
welded in place and ground flush.
Tube Bends
Form bends in tube without unduly deforming the true cross section.
12.8 WELDING
All welding shall be carried out in accordance with AS 1554 Part - Welding of Steel Structures.
After fabrication all weld splatter and slag shall be removed by suitable mechanical means and all sharp edges and rough welds
rounded off.
Finish visible joints made by welding, brazing or soldering by grinding, buffing and the like methods appropriate to the class of work
before painting, galvanising or the like further treatment.
12.9 FASTENINGS
Fastenings, including anchors, lugs, screw, rivets and the like shall be of approved type, appropriate to the work, capable of
transmitting the loads and stresses imposed, and sufficient to ensure the rigidity of the assembly.
12.10 BOLTS
All bolts, washers and nuts shall comply with the relevant Australian Standards.
All structural bolting shall be hot-dip galvanised in accordance with AS 1214, unless otherwise noted on the drawings.
One hardened washer per each assembly shall be provided when bolt tightening procedure is 8.8/S (snug-tight condition).
One hardened washer per each assembly shall be provided when the bolt tightening procedure is 8.8/TB (fully tensioned, bearing
type) and 8.8/TF (fully tensioned, friction type) where the tensioning procedure is nominated as part turn method to AS 4100 cl.
15.2.5.2.
One hardened washer and one approved load indicating washer per each assembly shall be provided when the tightening
procedures are 8.8/TB and 8.8/TF, where the tensioning procedure is nominated as by use of a direct-tension indication device to
AS 4100 cl. 15.2.5.3.
Where a bolt head or nut bears on a tapered flange it shall be provided with a washer of corresponding taper.
After tightening a bolt, at least one thread and not more than three threads shall project beyond the nut.
12.12 GALVANISING
Complete welding, cutting, drilling and other fabrication before coating.
Unless otherwise stated on the Drawings, all steel items shall be hot dip galvanised. All hot dip galvanising shall conform to the
requirements of AS 4680:2006 - Hot-dipped galvanised coatings on ferrous articles (as aligned with ISO Standard, ISO 1461).
Galvanised Coatings and shall be clean, smooth and continuous, free from acid spots, cracks, laminations, runs and drips. The
thickness of the galvanised coating shall conform with Table 1 in AS 4680
Galvanising of fasteners shall conform to the requirements of AS 1214 - Hot Dip Galvanised Coatings on Threaded Fasteners.
Inspection
Inspection shall be carried out at the galvanisers works by the Contractor, or at some other place as agreed between Contractor
and galvaniser.
Certificate
When requested by the Superintendent, a certificate shall be provided stating that the galvanising complies with the requirements
of AS/NZS 4680.
A passivation treatment after galvanising may be used to minimise the wet storage staining which may occur on articles unable to
be stored in dry, well-ventilated conditions.
Any wet storage staining shall be removed by the galvaniser if formed prior to leaving the galvanisers plant, unless late pick-up or
acceptance of delivery has necessitated the material being stored in unfavourable conditions. Provided the coating thickness
complies with the requirements of AS 4680, no further remedial action is required to the stained areas.
Welding
Where galvanised steel is to be welded, adequate ventilation shall be provided. If adequate ventilation is not available,
supplementary air circulation shall be provided. In confined spaces a respirator shall be used.
Grinding of edges prior to welding may be permitted to reduce zinc oxide fumes formed during welding and eliminate weld porosity
which can sometimes occur.
All uncoated weld areas shall be reinstated see Coating Reinstatement or Clause 8 of AS 4680.
Coating reinstatement
Areas of significant surface that are uncoated shall, following approval by the Superintendent, be reinstated by following the
recommendations contained in AS 4680 - Repair after Galvanising, or by other methods nominated by the Contractor and approved
by the Superintendent. Similar repair methods shall be used for areas damaged by welding or flame cutting, or during handling,
transport and erection.
The size of the area able to be repaired shall be relevant to the size of the object and the conditions of service but shall normally be
in accordance with the provisions of AS 4680 - Repair after Galvanising.
All items to be powder coated are not to have chromate passive coating on surface.
Where damage has occurred, the damaged areas shall be thoroughly power wire brushed or ground back to bright metal, cleaned
and degreased.
Immediately following surface preparation, apply two coats minimum 50 micron dry film thickness each coat of approved organic
zinc rich epoxy in accordance with this specification and AS 2312.
Area to be treated such that there is minimum 50mm overlap with sound surface coating.
Where colour matching is required an approved paint shall be applied over the treated area strictly in accordance with manufacturer
instructions to achieve the required colour match. Unless noted otherwise, colour matching is required, and the Contractor shall
arrange and pay for colour match trials as necessary.
Where colour matching is not required, surfaces treated with an organic zinc-rich paint shall be coated with an approved acrylic or
polyurethane top coat applied over the fully cured surface.
Galvanised Surfaces
Where galvanised steel surfaces have been damaged on site or in transit due to welding or rough handling, corrosion
protection must be restored in accordance with AS 4680 Appendix E Renovation of Damaged or Uncoated Surfaces and AS 2312.
Unless otherwise stated in AS4680, acceptable methods of protection reinstatement include the use of low-melting-point zinc alloy
repair rods or by application of an approved zinc-rich paint.
If an approved zinc-rich paint is to be used, it shall be a single pack organic zinc rich paint, containing 90% zinc by weight in the dry
film (Interzinc 315 or a similar approved) and shall conform to and be applied in accordance with AS 3750.9 Organic Zinc Rich
Primer and the paint manufacturers written instructions.
Note that inorganic zinc rich paints are not considered suitable as touch-up coatings for galvanised products as the surface
preparation requirements specific to uncoated steel will damage the galvanised coating adjacent to any area being repaired.
The damaged area to be painted shall be thoroughly power wire brushed or ground back to bright metal, be clean, dry and free from
contaminants such as oil and grease. Area to be treated such that there is minimum 50mm overlap with sound galvanised coating.
Immediately following surface treatment the selected paint shall be applied with a brush in two coats to give a minimum total dry
film thickness of 100 microns.
Where colour matching is required an approved paint shall be applied over the treated area strictly in accordance with manufacturer
instructions to achieve the required colour match. Unless noted otherwise, colour matching is required, and the Contractor shall
arrange and pay for colour match trials as necessary.
Where colour matching is not required, surfaces treated with an organic zinc-rich paint shall be coated with an approved acrylic or
polyurethane top coat applied over the fully cured surface.
12.14 FINISH
The finish to all stainless steel shall be as follows;
The Contractor shall submit a 500mm length sample of the stainless steel finish prior to commencing polish of fabricated steelworks.
Surface Preparation
The Contractor shall ensure that the method and finish adopted is adequate to ensure adhesion of the selected paint system in the
particular application conditions and service environment of the work.
Particular attention shall be paid in the vicinity of welds to ensure that all slag, flux residues, and spatter are completely removed.
Steel surfaces shall be cleaned by dry abrasive blasting to achieve a Class 2.5 finish. The abrasive used shall be dry and free of
salt or contaminants and be of sufficient hardness and angularity to produce the specified anchor pattern profile at the intended
blast pressure. Blast products and dust shall be removed from surfaces on completion using compressed air or vacuum cleaning.
Weather Conditions
Painting shall not commence or continue when rain is falling nor when fog or mist is present, nor when any condensation occurs on
the surface to be painted. If appropriate data is available then no painting should be carried out when the relative humidity exceeds
85% nor when the surface temperature of the steelwork is less than 2C above the dew point. In any case painting shall not
commence or continue when the air temperature is less than 5C, nor when the steel surface temperature is less than 2C.
Painting shall not commence or continue when the steel temperature exceeds 50C unless the paint is specifically formulated for
application at high temperature. Appropriate measures shall be taken when painting in hot weather to avoid dry spray and other
film defects, and to ensure that the specified film thickness is achieved.
Painting in high winds shall be avoided, and shall be discontinued if excessive drift to adjacent surfaces, dry spray film defects, or
wind-blown dust contamination of the wet paint occurs.
Paint shall be applied by spray wherever practical. Airless spray is preferred and shall be used for high build coatings. Areas
inaccessible for effective spray coating shall be coated by brushing before adjacent work is sprayed.
Paint shall be stirred and mixed strictly in accordance with manufacturers instructions prior to and during application. Mixed paint
which has exceeded the pot-life nominated by the manufacture shall be discarded and removed from the site.
Storage, handling and application of paint shall be carried out observing all safety precautions given in the manufacturers
instructions and in the appropriate government legislation and regulations. In particular adequate ventilation and appropriate fire
precautions shall be provided.
Each coat shall be properly cured or dried before the succeeding coat is applied. Application of the succeeding coat shall not cause
any lifting or other film irregularities in the undercoat. Minimum drying times and state of cure shall be those nominated by the
manufacturer.
For touch-up work all coats shall be applied as specified, ensuring that the finished surface is uniformly matched to the adjacent
untouched work.
Where the work includes repair of previously painted surfaces, all paint which has been damaged by heat, smoke, or mechanical
impact shall be removed and the exposed surface prepared as specified above. The edges of the remaining paint film shall be
feathered off and the area to be over-coated with fresh paint shall be wet sanded.
12.19 TESTING
Accurately calibrated testing instruments shall be provided and maintained by the Contractor, and used in accordance with methods
and procedures outlined in AS 3894 as directed by the Superintendent. Tests shall be conducted to determine wet and dry film
thicknesses, and to locate defects and discontinuities.
Any defects and discontinuities detected shall be rectified as directed by the Superintendent.
For each coat the average dry film thickness shall equal or exceed the specified value, and no more than 25% of readings shall be
less than the specified value.
The finished railings shall be created to the tolerances set out below:
All field bolting and field welding shall be inspected during erection. All field weld slag shall be removed prior to inspection.
Priming and painting in the vicinity of welds shall not be carried out over any field welding until they have inspected.
No concrete encasing of formwork installation shall be carried out until the Superintendent has inspected and approved the
preparation of the steelwork to be encased.
No grouting may take place until the Superintendent has inspected and approved the preparation of both the steel and concrete.
Approval
The Contractor shall obtain approval in writing from the Superintendent before undertaking any welding, drilling, cutting or other
modification to permanent steelwork to accommodate temporary works.
Rectification
The Contractor shall make full rectification to permanent steelwork, including restoration of protective coatings after removal of
temporary works.
12.27 GROUTING
General
The grout type to be used is as shown on the design drawings and shall be either flowable non-shrink grout or dry pack mortar.
Spaces to be grouted shall be fully cleaned and free of rubbish, polystyrene formers, free water and any other deleterious substances
immediately prior to placing grout.
Cutting
Site cutting shall be by mechanical means wherever practical. Where flame cutting is unavoidable, an allowance shall be left for
grinding off ragged edges to ensure a smooth finish.
Holing
Boltholes shall be drilled, not flame-cut. Correction of mismatching holes may be achieved by reaming or by filling badly misaligned
holes with weld metal, grinding flush and redrilling correctly.
Repositioning
Where welded fitments need to be repositioned, the existing weld shall be removed by chipping, grinding or gouging. When the
fitment has been removed any undercut areas shall be filled with weld metal and the area shall be ground smooth. Fitments
damaged during removal shall be replaced with new items. Fitments shall be replaced using the same fixing as shown in the detail
drawings.
Finishing
Wherever remedial work has been carried out, burrs, slag and weld spatter shall be removed and the surface of the affected area
shall be cleaned. The paintwork shall be made good in accordance with this Specification.
14.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
AS/NZS 3661.2:1994; Slip resistance of pedestrian surfaces - Guide to the reduction of slip hazards
AS/NZS 4586:1999: Slip resistance classification of new pedestrian surface materials
AS/NZS 4663:2002: Slip resistance measurement of existing pedestrian surfaces
HB 197:1999: An introductory guide to the slip resistance of pedestrian surface materials
AS 1141 - 1974 : Methods of Sampling and Testing Aggregates
AS 1289 - 1977 : Methods of Testing Soils for Engineering Purposes
14.3 MATERIALS
The Contractor shall supply and install the following paving types or approved equivalent where indicated on the Drawings:
Colours:
14.4 SAMPLES
The Contractor shall allow to construct for approval, a sample of the works. This work shall be reviewed by the Superintendent, to
ensure compliance with the Specification and Drawings. Once approved, the Contractor shall ensure that all materials and
workmanship comply with the approved samples. The approved samples may be incorporated into the finished work.
Prepare sub-grade to provide a consolidated, sound base, free of depressions, soft spots or any deleterious materials such as tree
roots, organic matter, Contractors rubble and the like.
Any section of sub-grade which, in the opinion of the Superintendent, is composed of unsuitable material or is composed of material
which would bread down with ageing or weathering to such an extent that it would then fall outside the limits of the Specification
shall be rejected. Any material thus rejected shall immediately be excavated and removed from site and replaced with conforming
material.
Level and trim sub-grade finished surface to ensure that the completed hardstand surface does not deviate more than 10mm from
the base of a 3.0m long straight edge placed in any direction on the finished surface.
The crushed limestone base shall comply with the following grading requirements:
Methods of sampling and testing of crushed limestone shall be in accordance with the following Australian Standards:
The crushed limestone shall have resistance to abrasion, when determined in accordance with the Los Angeles Test to show a
weight loss not exceeding sixty percent (60%) by weight.
The Calcium Carbonate content of the crushed limestone shall not be less than sixty percent (60%) by weight.
Notwithstanding this Specification, any sample, which in the opinion of the Superintendent, is composed of unsuitable material or is
composed of material which would break down with ageing or weathering to such an extent that it would then fall outside the limits
of the Specification shall be rejected.
The base course shall be compacted to 95% of the maximum dry density when tested in accordance with AS 1289-1977. Where
the material is to be used as the infill to the tree surrounds do not over compact the area immediately around the tree.
The base course shall be graded and compacted to the required profiles and grades. The material shall be watered during grading
and rolling to achieve the optimum water content for compaction. Generally, compaction shall be by means of rolling with an
approved self-propelled roller.
The surface shall be tested by template to ensure accuracy and any irregularities greater than 10mm when tested with a straight
edge 3m long shall be made good by addition or removal of material and further rolling until the specified cross section is obtained.
A tolerance of levels of + 5mm will be permitted. The thickness of the base course shall not vary by more than 10% of the nominated
layer thickness.
Placement
Once an appropriate base is established install crushed stone and/or stabilised material to the required depth as indicated on the
Drawings.
The top course shall be carefully placed upon the subgrade and compacted to achieve a dense solid surface that is resistant to
scuffing and scouring. The Contractor shall maintain the moisture content at the optimum level for placing and construction
throughout the entire construction period. Any foreign matter such as rock and soil must be removed and re-established. It is
important that the fully compacted depth of material is achieved, and the surface is even, fully compacted and free draining.
Do not over-water any stabilised material before compaction otherwise cement will rise to the surface causing a hard cement surface
layer.
Prepare sub-grade to provide a consolidated, sound base, free of depressions, soft spots or any deleterious materials such as tree
roots, organic matter, Contractors rubble and the like.
Any section of sub-grade which, in the opinion of the Superintendent, is composed of unsuitable material or is composed of material
which would bread down with ageing or weathering to such an extent that it would then fall outside the limits of the Specification
shall be rejected. Any material thus rejected shall immediately be excavated and removed from site and replaced with conforming
material.
Uniformly compact the sub-grade to 95% of the modified maximum dry density when tested in accordance with AS 1289 - 1977 Part
E2.1 for the upper 250mm. Where material is to be used as the infill to the tree surrounds do not over compact the area immediately
around the tree.
Level and trim sub-grade finished surface to ensure that the completed hardstand surface does not deviate more than 10mm from
the base of a 3.0m long straight edge placed in any direction on the finished surface.
Methods of sampling and testing of gravel shall be in accordance with the following Australian Standards:
Notwithstanding this Specification, any sample, which in the opinion of the Superintendent, is composed of unsuitable material or is
composed of material which would break down with ageing or weathering to such an extent that it would then fall outside the limits
of the Specification shall be rejected.
The base course shall be laid to 70mm thickness and compacted to 95% of the maximum dry density when tested in accordance
with AS 1289-1977. Where the material is to be used as the infill to the tree surrounds do not over compact the area immediately
around the tree. Seek Superintendents guidance in this regard.
The base course shall be graded and compacted to the required profiles and grades. The material shall be watered during grading
and rolling to achieve the optimum water content for compaction. Generally, compaction shall be by means of rolling with an
approved self-propelled roller.
The surface shall be tested by template to ensure accuracy and any irregularities greater than 10mm when tested with a straight
edge 3m long shall be made good by addition or removal of material and further rolling until the specified cross section is obtained.
A tolerance of levels of + 5mm will be permitted. The thickness of the base course shall not vary by more than 10% of the nominated
layer thickness.
Placement
Once an appropriate base is established install resin bound aggregate to 30mm depth or as indicated on the Drawings.
The top course shall be carefully placed upon the subgrade and compacted to achieve a dense solid surface. Any foreign matter
such as rock and soil must be removed and re-established. It is important that the fully compacted depth of material is achieved,
and the surface is even, fully compacted and free draining.
Establish a level surface with a recommended cross fall of at least 2% as indicated on the Drawings. (Don't allow water to pond on
surface). Protect area and leave surface for 24-48 hours to dry.
14.7 COMPLETION
Miscellaneous Work
Do all cutting and forming of holes for services to be installed by other trades, secure any membranes where shown to be concealed
under cappings or paving and all other labours required to complete the work.
Protection
Protect work from staining, erosion and damage, use sheeting or other screening as necessary until Practical Completion.
Cleaning
On completion and following approval by the Superintendent of the work, all stone/surfaces shall be raked/brushed cleaned by
approved means to give a uniform surface free from all foreign matter.
Clean away and remove from the site all rubbish and unwanted materials and leave the area of the works clean and tidy.
14.8 TESTING
The Superintendent reserves the right to take samples of any materials at any time for test or analysis.
Should the results indicate that the requirements of this Specification have not been complied with, action will be taken under the
Contract regarding replacement, re-performance or compensation.
The costs of all failing tests or analysis will in all circumstances be paid by the Contractor.
The finished works shall conform to the construction tolerances and be free draining at all times. The applicable
finished surface tolerance is a maximum deviation from the bottom of a 3m straight edge shall be 10mm.
The colour of the pavement will be uniform
The surface texture is to be uniform throughout.
Where hardstand is constructed against a kerb and/or edge restraint, the top of the hardstand shall be constructed
to finish 10 mm below the lip of the adjacent edge.
The surface and subgrade should be stable and such as not to be eroded under normal conditions.
Resin bound material shall be of uniform appearance across the project and have retained the original surface
tolerances +/- 5% of the tolerance as approved at Practical Completion.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 125
16 BITUMINOUS CONCRETE (ASPHALT) PAVEMENT (NOT USED)
17.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
17.3 BLOCKS
Stone shall be sound, free from stakes, crakes, vents, pockets, veins, fissures and other like defects.
Except where otherwise indicated on the Drawings, all limestone shall be tungsten cut to the sizes indicated on the Drawings and
palletised for delivery to site.
Stone shall be stored on site clear of the ground on pallets and the stacks shall be covered with a waterproof cover to prevent
wetting.
Faceblocks to be Reconstituted Limestone 350x350x500mm & 350x350x1000mm available from Blokstone 1300
360 344 or approved equivalent.
Entry Wall faceblocks to be Reconstituted Limestone 165x240x500mm & 165x240x1000mm available from
Blokstone 1300 360 344 or approved equivalent.
Rear and Supporting Blocks not visible to be grey reconstituted limestone blocks.
Cladding to be: Random dietz diamond cut face natural limestone cladding. 30mm thick. No mortar covering the
face of stonework. Recessed mortar joints. Cladding to be fixed with 10mm thick cement based tile adhesive.
The Contractor shall ensure that the nominated blocks meet with the structural requirements of the Specification and the appropriate
Australian Standard.
17.4 MORTARS
General
Mortar shall comply with AS 3700 - 1988 and be used within 30 minutes of initial adding of water.
Do not use admixtures unless specified. When specified, use admixtures strictly in accordance with the manufacturer's
recommendations. When coloured mortar is specified, mix colouring pigments with cement and use fine aggregate compatible with
the colour required.
Coloured Mortar
Mortar in face stonework shall match the colour of the specified reconstituted limestone blocks to the approval of the Superintendent.
17.5 WORKMANSHIP
All stone work shall be carried out by tradespersons experienced in limestone work.
Provide all accessories and perform all operations necessary for the proper execution of first class masonry work, including
selecting, cutting, dressing, carving, bedding, setting, fixing, pointing, grouting, caulking and the like.
Build in where indicated and as necessary, all reinforcements, ties and the like.
Cut openings, chases, mortices and the like for other services and fixings. Well wet down stone which is to be laid or grouted in
cement mortar.
Use non-staining softwood wedges or lead or plastic buttons for positioning stones.
Set work out, plumb, level and properly bonded, with no part rising more than 1000mm above adjacent unfinished work.
Re-lay in fresh mortar any stonework which has been moved or jarred after initial laying.
Stone shall be selected on site to ensure that only clean, square edges are visible in top course and facework.
All edges shall be kept true and straight, with jointing running horizontally and vertically and finished to dimensions indicated.
17.7 JOINTS
Form joints uniformly in facework, filled solidly with mortar, rolled to a smooth finish and finished with clean, straight edges against
the stone.
17.8 SAMPLES
Erect samples of limestone work as follows and obtain the Superintendents approval prior to proceeding. All limestone work shall
match the standard of the approved sample:
17.11 CLEANING
Upon completion, clean down all new work and adjoining surfaces where necessary, by appropriate methods, which shall be subject
to the Superintendent's approval.
Stained or damaged stonework shall be replaced, not repaired, unless otherwise permitted by the Superintendent. Similarly protect
adjoining surfaces during masonry work.
Protect adjoining surfaces during application of the waterproofing compound. Finished surfaces in the vicinity of work being carried
out shall be protected from staining and all necessary precautions are to be taken to ensure that protection is provided and
maintained.
Application shall not take place when weather conditions are unsuitable such as in high winds or rain.
Application shall occur subsequent to the installation of irrigation lines and all other services.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 132
18 INSITU CONCRETE
18.1 GENERAL
Scope of Works
Supply and install the following as detailed on the Drawings:
18.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
Cement
All cement used shall be Portland Cement in accordance with AS 3972 and obtained from an approved manufacturer. Cement shall
be delivered to the site fresh and in sealed bags and there stored in a weatherproof shed until such time that it is to be used. Any
bag showing sign of deterioration or setting is to be rejected.
Aggregate
Fine aggregate shall be well graded, clean, sharp and free from clay and organic impurities in accordance with AS 1141 - 1974 and
AS 2758.1 - 1985.
Coarse aggregate shall be crushed granite or diorite clear and free from all impurities and dust in accordance with AS 1141 - 1974
and AS 2785.1 - 1985.
Water
Potable water shall be used in the concrete mix. The water shall be clean and free of any deleterious matter before use in the mix.
The quantity of water used in the concrete shall be kept to the minimum necessary to ensure adequate workability of the concrete.
Under no circumstances may the water/cement ratio exceed 0.60.
Sand
Sand for mortar will be crushed stone or natural sand free from all deleterious substances and have a uniform grading. Sand for
bedding or backfilling shall be clean sand free from roots, clay or any deleterious matter.
Compaction of Sub-Grade
Uniformly compact sub-grade to 95% of the modified maximum dry density when tested in accordance with
AS 1289 - 1977 Part E2.1 for the upper 250mm.
The concrete may be mixed in an approved central plant and transported on to the site in a pre-mixed condition in specially
constructed conveyances, or centrally batched and mixed in transit by specially constructed transit mixers. Production and delivery
of the concrete shall be in accordance with the requirements of AS 1379 - 1973.
A plastic surface of concrete shall be maintained until the completion of placing of that part of the work.
Each batch of concrete shall be placed and compacted within 30 minutes of the concrete being discharged from the mixer, or
delivered to the site in a transit mixer and discharged there from. The methods of handling and placing shall prevent segregation
and/or loss of ingredients and shall avoid re-handling. The concrete shall not be dropped by more than 1 metre. Open troughs and
chutes where used shall be made of metal or lined with metal. Barrows and buckets shall be of metal. The concrete shall NOT be
thrown from shovels.
During and immediately after placing, the concrete shall be thoroughly compacted by mechanical vibration or if necessary by hand
in positions agreed by the Superintendent around the reinforcement and shall be properly spaded against the forms to ensure a
good surface free from honeycombing. The concrete shall not be subjected to any disturbance after being worked into place.
Concreting shall be carried on continuously between joints. The position of all construction joints shall be subject to prior approval
of the Superintendent. Newly placed concrete shall be adequately shielded from harmful effects of sun, rain and frost.
Curing
All concrete shall be kept continuously damp for at least 7 days or until thoroughly cured. In hot, dry or windy conditions, the
exposed concrete shall be covered and sealed with a PVC membrane, or similar approved material, such that adequate moisture
is retained for proper curing.
Finishing
All exposed surfaces of concrete shall be finished smooth and dense. All honeycombed portions shall be cut out and made good
to the satisfaction of the Superintendent immediately after the formwork has been struck. All projecting imperfections shall be
rubbed down flush with carborundum stone or other approved means and resulting grit and dust thoroughly washed off with clean
water. Then as a separate operation a 1-1/2:1 approved sand and Portland Cement mixture shall be worked into the pores over
the whole surface with a fine carborundum float in such a manner that no material is left on the concrete face than is necessary to
fill the pores completely, so that a uniformly smooth and dense surface is presented.
Formwork
The design and construction of the forms shall be the responsibility of the Contractor. The forms shall be removable without injury
to the concrete. The forms shall be made either of approved timber, free from loose knots and other defects, or metal in which all
bolt and rivet heads are countersunk in faces in contact with the concrete, or other approved material.
The forms shall be built true to line, and braced in a substantial and unyielding manner to maintain position and shape. Joints in
forms shall be either horizontal or vertical and the forms and joints shall be mortar tight. Re-entrant angles shall be chamfered and
corners filleted, the bevel in each case having equal angles and sides of 25mm, if not shown otherwise in the Drawings.
The contact face of timber formwork used for exposed concrete surfaces shall be made of either dressed timber or undressed timber
lined with an approved waterproof lining not liable to warp, so that exposed concrete surfaces on stripping shall be smooth and even
and true to the dimensions and slopes given in the Drawings.
Forms shall be provided for all vertical surfaces of concrete to be placed in earth excavation.
Dimensions affecting the construction of other parts of the work shall be checked carefully, after the erection of forms and before
the placing of concrete. The oil, grease or soap used on forms to prevent adhesion of mortar shall be such that no discolouration
of the surface of concrete will result. The oil, grease or soap shall be spread uniformly in a thin film and any surplus shall be removed
prior to the placing of concrete.
Reinforcement
The reinforcement shall be built up exactly as shown on the detail Drawings and supported in position so as to give the correct
cover. Bars and stirrups shall be wired firmly together at all points of intersections and the ends of all wires turned inwards away
from the shuttering. Fabric must be waved up over supports exactly as shown on the Drawings. The use of a fabric bender is
recommended.
The reinforcement shall be accurately bent cold to the shapes shown on the working Drawings and all bends shall conform to the
special details supplied.
The Contractor shall provide at the Contractor's own expense all supports of timber or other material, pre-cast motor spacing blocks,
tying wire and other materials. Fabric reinforcement shall be supplied in flat sheets. Any fabric which has been taken from a roll
will not be allowed to be used on the works.
Testing
The consistency of concrete shall be determined by the slump test in accordance with AS 1012.3 - 1983. The Contractor shall
provide the necessary equipment and conduct the test whenever requested by the Superintendent.
The method of sampling fresh concrete for testing is to be carried out in accordance with AS 1012.1 - 1981.
The Contractor shall provide four (4) standard moulds for the making of strength test cylinders in accordance with methods
prescribed in AS 1012.8 - 1986. Cylinders shall be made when required by the Superintendent and shall be tested after curing and
maturing in accordance with AS 1012.9 - 1986, AS 1012.10 - 1985 and AS 1012.11 - 1985, as appropriate.
The testing shall be allowed for within the Contract Sum, except that the cost of all tests failing to reach the required strength shall
be borne by the Contractor.
Sub-Base Preparation
Sub-Base shall be clean yellow fill sand. It shall be placed and compacted to a minimum depth of 50mm and to 90% modified
maximum dry density.
Colour
Concrete shall be standard grey or approved equivalent.
Samples by Contractor
The Contractor shall supply and lay a sample panel of each concrete colour each 1.5 x 2.0 metres. All samples shall be reproducible
at the price submitted with Tender. The Superintendent shall select one of the sample panels for use to areas as shown on the
plans. The samples panels shall be protected from damage to enable comparison following completion of the works. The Contractor
shall be responsible for maintaining the quality and colour approved in the samples across all relevant works.
Form work
Form work shall be of steel or suitable dressed seasoned timber planks, free of warps, bends of kinks.
Set out of form work to be approved prior to pouring. The Superintendent must approve the path setout and form work prior to
pouring of concrete, give adequate notice (24 hours min) for inspection and approval prior to pouring.
Forms shall be staked with no less than 3 stakes and not more than 1.5m apart to prevent unspecified warps and bends. Forms
shall be in one piece for the concrete pavement thickness specified. Control joints should be straight, even and true.
Concrete
Concrete shall be grade N20 have a maximum aggregate size of 14mm and include quarry dust.
The cement content of any mix shall not be less than 270 Kg/m3. No additives shall be used in the concrete, unless otherwise
approved by the Superintendent. The slump shall not exceed 70mm or be less than 30mm.
Cement
All cement used shall be Portland Cement in accordance with AS 3972 and obtained from an approved manufacturer.
Aggregate
Fine aggregate shall be well graded, clean, sharp and free from clay and organic impurities in accordance with AS 1141 - 1974 and
AS 2758.1 - 1985.
Coarse aggregate shall be crushed granite or diorite clear and free from all impurities and dust in accordance with AS 1141 - 1974
and AS 2785.1 - 1985.
Water
Potable water shall be used in the concrete mix. The water shall be clean and free of any deleterious matter before use in the mix.
The quantity of water used in the concrete shall be kept to the minimum necessary to ensure adequate workability of the concrete.
Under no circumstances may the water/cement ratio exceed 0.60.
Steel
Steel reinforcing fabric and steel reinforcing bars for concrete shall comply with the requirements of AS 1302 - 1982, AS 1303 -
1984 and AS 1304 - 1984 and be free from loose rust or matter likely to impair the bond with concrete.
Placement
Lay concrete at widths shown on Drawings and to 100mm depth unless otherwise indicated and finish with a steel hand trowel.
Where Lock Joint or approved equivalent is used in pathways( no wider than 2.5m) expansion joints are required every 50m along
a straight, unhindered path or at the start of a deviation of a curve in the path. Expansion joints are also to be installed along all
edges where the slab abuts either a structure, pier, post, paved surface or similar.
Set into expansion joints a backing of 15mm diameter closed cell polyethylene strip. Set strip back sufficient distance so that sealing
compound will finish flush with paving.
Seal expansion joints with a polysulphide or polyurethane based sealing compound. Depth of sealing compound shall not exceed
the width of the joint. Colour of sealing compound shall blend with colour of concrete.
Where polysulphide sealing compounds are used, coat surfaces of concrete in contact with sealing compound with a sealer
recommended by the sealing compound manufacturer.
Control joints shall be formed using a v-notched steel trowel. Trowelling should occur in direct straight lines across the path or as
dictated on site by existing joints.
Finish to control joints shall be approved by Superintendent or to match existing paths on site.
Where Lock Joint or approved equivalent is used as the control joint to pathways these are to be spaced to a maximum of 1.5
times the width of the path. Spacings may be increased when laying on sand with the approval of the Superintendent.
Finishing
After placing and compaction, concrete shall be finished monolithically to a smooth, even surface by means of steel floats or other
suitable equipment. Refer to exposed aggregate clauses below for specialised finishes where required.
On completion of steel floating and before initial set, the surfaces of concrete paths, driveways and minor paving shall be brushed
to a non-skid texture. This shall be achieved by Drawing a moistened nylon broom lightly across the surface at right angles to the
direction of the path or paving.
Sealant
The Contractor shall allow to supply and install sealant to all concrete paving areas. The sealant shall be a commercially
manufactured, clear, non yellowing, sealant designed to prevent staining from oils, grease and general dirt equal or equivalent as
approved by the Superintendent to Nu Pave by Crommelin Chemicals or Natural Finish by Bondall.
Path Widths
The Contractor shall allow to supply and install footpaths to the dimensions as indicated on the plans.
Note: All Specification Clauses noted above for Standard Flatwork apply equally to Textured and Exposed Aggregate
Concrete unless otherwise noted.
Concrete Mix
Exposed Aggregate Concrete Hardstand Holcim Eucalyptus exposed aggregate concrete, close shave finish or
approved equivalent
Exposed Aggregate Concrete Hardstand Holcim Boab exposed aggregate concrete, close shave finish or
approved equivalent
Exposed Aggregate
All paths and pads within this contract are to be exposed aggregate. All concrete shall be finished to match the colour and texture
of the approved sample.
Samples by Contractor
The Contractor shall supply and lay a sample panel of each exposed aggregate type each 1.5 x 2.0 metres. All samples shall
be reproducible at the price submitted at Tender. The Superintendent shall select one of the sample panels for use to areas as
shown on the plans. The samples panels shall be protected from damage to enable comparison following completion of the works.
The Contractor shall be responsible for maintaining the quality and colour approved in the samples across all relevant works.
The Contractor shall refer to the Holcim Best Practice Placement Guidelines when installing all Holcim products. If an alternate
method is proposed this must first be submitted to the Superintendent for approval prior to proceeding with the works.
Placement
The concrete shall contain an integral mix of the specified aggregate to the entire depth of the slab. Concrete shall be placed,
screeded and bull floated to the finished level ensuring an even cover of approximately 2mm of cement mortar to the aggregate at
the surface.
Exposing Aggregates
Aggregates shall be exposed through the water wash-off technique. The slab shall be brushed and flushed with water soon after
the concrete has stiffened. Aggregate exposure shall commence when the surface can bear the weight of the pavior without making
surface impressions deeper than 2-3mm.
A medium-bristle broom together with a continuous water spray shall be used to wash away the surface cement matrix. The water
spray is to be sized to avoid dislodging smaller aggregate particles. To avoid weakening the mortar and dislodging aggregate the
Smaller sections are to be hand worked with a sponge and brush where necessary.
If washing larger areas the Contractor shall ensure water runoff is not concentrated into defined areas and thereby removing
additional mortar.
No aggregate is to be exposed more than one third of their individual depth. Aggregate shall be exposed uniformly across each slab
and consistently over the entire project to match the approved samples.
Inconsistent or unevenly exposed panels will be rejected and are to be relaid at the Contractors cost.
Finishing
All cement film is to be washed from the finished surface.
Details for the use of surface set retardants are to be submitted to the Superintendent at the time of sample panels being laid.
Following exposure of aggregates the surface shall be kept free of all traffic for a minimum of 7 days.
The surface shall be acid washed with a mix of 1 part hydrochloric acid to between 10-20 parts water to remove any remaining
cement film. The surface shall first be thoroughly wetted to prevent acid soaking into the surface. The surface shall then be rinse
with clean water to remove residual acid. If a curing compound has been used the use of acid shall be delayed until the curing
compound has degraded.
All surfaces are to be sealed as noted under the Standard Flatwork Section.
Materials
Concrete shall be minimum strength 32 MPA, 20mm aggregate & a max slump of 65mm.
Colour
Concrete shall be standard grey concrete using cement to match footpaths.
Earthworks
Carry out earthworks and preparation of surfaces to achieve eve grades to the final approval of the Superintendent. Compact
kerbing sub-base to 90% of modified maximum dry density.
Installation
Kerbing shall be constructed using machine formed extruded insitu concrete to have dimensions as indicated on the drawings.
Kerbing is to be free from imperfections and irregularities in width and thickness and must be constructed in good straight line and/or
smooth even radius curves, to the approval of the Superintendent.
Construct control joints at 3.0 metre maximum centres and at least one quarter of the depth of the kerb section.
Hand constructed mowing kerbs must be done using good quality framework capable of producing uniform, well finished kerbs in
either straight and even lengths or smooth, even curves.
Top surface of all kerbing must finish flush with surrounding surfaces and/or ground level.
Finish all kerbing monolithically to a smooth, even surface by means of a steel trowel or other surface equipment.
Provide surface protection to kerbing as necessary to prevent cracking of the concrete due to temperature changes during curing
periods. Make good to all poorly constructed and/or damaged lengths of kerb.
On Completion
Remove all excess concrete from site and backfill with soil flush with top of kerb.
The Shotcrete mix to be used shall achieve 35Mpa within 28 days of being laid (submit proposed mix formula for approval prior to
commencing work on site). Shotcrete shall be applied carefully to provide a minimum 75mm layer over all surfaces. It shall be
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 139
19 CONCRETE AND BRICK MASONRY
19.1 GENERAL
Scope of Works
The work included in this Section comprises furnishing all labour, equipment, appliances and materials and performing all operations
in connection with Concrete Masonry walls.
This section covers the construction of masonry, including unreinforced brickwork and blockwork wall, piers and lintels. It also
includes the construction of reinforced hollow blockwork.
19.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated, or is not current as at the date of close of Tenders, the applicable Standard shall
be the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
19.3 SUBMITTALS
Manufacturer's Literature
Manufacturer's printed literature indicating product Specification and installation instructions for each product required by this
Section.
Manufacturer's Data
Manufacturer's certification that the following comply with the requirements specified:
Portland Cement
Hydrated Lime
Samples
Samples to be submitted if requested as follows:
Samples will be reviewed for colour and/or texture only. Compliance with all other requirements is the exclusive responsibility of the
Contractor.
Shop Drawings
Shop Drawings indicating details of anchors, inserts, joints, connections to adjoining work or materials including elevations indicating
setting out and placement of all joints, openings, cut-outs, etc.
Submit Shop Drawings for fabrication, bending and placement of reinforcing bars for concrete masonry work:
Comply with Australian Standard Practice for Detailing Reinforced Concrete Structures unless more stringent
requirements are specified.
Show bar schedules, diagrams of bent bars, stirrup spacing, lateral ties and other arrangements and assemblies
as required for fabrication and placement of reinforcement for concrete masonry work.
Pre-Installation Inspection
Examine all parts of the supporting structure and the conditions under which the masonry work is to be installed. Notify the
Superintendent in writing of any conditions detrimental to the proper and timely completion of the work. Do not proceed with the
installation of masonry work until unsatisfactory conditions have been corrected in a manner acceptable to the Superintendent.
Deliver concrete masonry materials other than bulk materials to site in manufacturer's unopened containers, bundles, pallets or
other standard packaging devices, fully identified with name, type, grade, colour and size.
Protect all concrete masonry material during shipment, storage and construction against wetting and soilage or intermixture with
earth or other types of materials.
Take all necessary precautions to prevent all masonry items from chipping, cracking or other damage during transportation,
unloading and storage on site.
Do not use metal reinforcing or ties having loose rust or other coatings that will reduce or destroy bond.
Outside storage of masonry units and reinforcement shall be on plank platforms, off the ground, in dry locations.
19.6 PROTECTION
Protection During Progress of Work
When the ambient air temperature is more than 30OC in the shade and the relative humidity is less than 50% protect the masonry
from direct exposure to the wind and sun for 48 hours after installation.
Protect partially completed concrete masonry walls against weather when work is not in progress by covering top of walls with strong
waterproof, non-staining membrane.
Extend membrane at least 600 mm down both sides of walls and anchor securely in place ensuring that there is free air flow sufficient
to prevent heat build-up.
19.7 CO-ORDINATION
The Work of this Section shall be completely co-ordinated with the work of other sections.
A sample of all products noted above are to be inspected by the Superintendent for approval.
19.9 MORTAR
For general applications (except as listed for M4), Type M3 mortar shall be used, and shall consist by volume of:
1 part GP or GB cement, 1 part lime, 6 parts sand (water thickener optional)
1 part GP or GB cement, 5 parts sand plus water thickener
1 part masonry cement, 4 parts sand.
For the applications listed below, Type M4 mortar shall be used, and shall consist by volume of:
1 part GP or GB cement, 0.5 part lime, 4.5 parts sand (water thickener optional)
1 part GP or GB cement, 4 parts sand plus water thickener
1 part GP or GB cement, 0-0.25 parts lime, 3 parts sand (water thickener optional)
1 part masonry cement, 3 parts sand.
Placed under walls to provide a continuous damp-proof barrier around the building
Lapped not less than 150 mm at joints
Projecting through the entire width of the masonry and project beyond the external face of the masonry
Stepped at changes of floor level
Positioned (if applicable) under the coping of any parapet more than 300 mm above adjoining roof cladding
Positioned (if applicable) in chimney stacks, 150 mm to 300 mm above the highest junction of roof and chimney
At least 75 mm above finished surface level of adjacent paved, concreted or landscaped areas that slope away
from the wall
At least 50 mm above finished paved or concreted areas sloping at least 50 mm over the first 1 m from the building
and protected from the direct effects of the weather by a carport, verandah or similar
At least 150 mm above the adjacent finished ground in all other cases.
19.11 FLASHINGS
Flashings shall be built into the masonry in accordance with the Drawings, Building Regulations and relevant Standard (AS 3700,
AS 4773.1, AS 4773.2). Unless stated otherwise, flashings shall be:
Fixed with clouts to timber studs or built into an inner leaf of masonry as applicable
Built into the external leaf of walls exposed to weather, extending across the cavity,
Turned up 150 mm and nailed to the frame or built 30 mm into an inner leaf of masonry,
Positioned at openings (unless they are protected by an overhang), where they shall extend 100 mm past the end
of opening and be turned up to prevent leakage.
Termite protection shall provide a continuous barrier that prevents termites from entering the building undetected. The critical areas
for termite entry, including the external perimeter, construction joints and plumbing penetrations, shall be protected and treated by
a termite management system. The system installation shall conform to the manufacturers guidelines.
A certificate permanently fixed to the building in a prominent location, such as a meter box, kitchen cupboard, or similar, shall
indicate the following:
Method of protection.
Date of installation.
Life expectancy of any termiticide and the required re-injection date.
Installers or manufacturers recommendations for the scope and frequency of future inspections for termite activity,
not greater than 12 months.
Sheet material acting as a termite barrier within the masonry and their joints shall be constructed of termite-resistant materials, such
that termites are unable to pass through them. The maximum aperture size of a perforated sheet material barrier shall be sufficiently
small as to deny access to foraging termite species of the region. Combinations of materials likely to cause electrolytic reaction shall
not be used, e.g. stainless steel mesh shall not be used in contact with mild steel reinforcement.
19.17 ANCHORAGES
Anchorages, including those to tie down roof structures, shall be installed at specified locations, and in accordance with the
Drawings, Building Regulations and relevant Standard (AS 3700, AS 4773.1, AS 4773.2).
19.19 WEEPHOLES
Weepholes shall comply with the Drawings, Building Regulations and relevant Standard (AS 3700, AS 4773.1, AS 4773.2). Unless
stated otherwise, weep holes shall be built into the external leaf of cavity walls or veneer walls at centres not exceeding 1.2 metres
in the course immediately above a DPC or flashing, except where the head or sill opening is less than 1.0 metre wide.
Centres not exceeding the following in straight continuous walls without openings
For sand and rock sites (Class A), and slightly reactive sites (Class S), with little or no ground movement from moisture changes:
For moderately reactive clay or silt sites, which can experience moderate ground movement from moisture changes (Class M or
MD) and highly reactive clay sites, which can experience high ground movement from moisture changes (Class H or H-D)
Articulation and control joints shall not be placed adjacent to arches. Control joints in concrete masonry arches shall be saw-cut to
half the depth of the masonry unit and positioned at the centre of the arch.
Control joints and articulation joints, shall be 10 mm wide and shall consist of a polystyrene backing rod and a polyurethane material
gunned into the joint to form a 10 x 10 mm flexible seal. The backing rod shall be placed into the masonry at a depth, which permits
the finish of the control joints to match the mortar joints.
For control joints or articulation joints in cavity walls (i.e. not in veneer walls), extendible masonry ties shall be built into every fourth
course.
Where an articulation joint is adjacent to a door or window frame, a 10 mm gap shall be provided between the edge of the frame
and the masonry to allow for movement.
19.21 ADDITIONAL REQUIREMENTS FOR REINFORCED MASONRY CONSTRUCTION (EXCLUDING RETAINING WALLS)
All construction of reinforced concrete masonry shall comply with the Drawings, Building Regulations and relevant Standard (AS
3700, AS 4773.1, AS 4773.2). Unless stated otherwise, the following shall apply:
Vertical steel reinforcement shall be tied using tie wire to steel starter bars through clean-out holes in each
reinforced core and fixed in position at the top of the wall by plastic clips or template. Starter bars shall be tied into
position to provide the specified lap above the top surface of the footing. The starter bars shall be held in position
on the centre line of a reinforced blockwork wall by a timber member or template and controlled within a tolerance
of +,- 5 mm through the wall and +,- 50 mm along the wall.
Horizontal steel may be laid in contact with rebated webs of Double U or H blocks. It shall be held in position by steel ties or plastic
clips. Cover to horizontal steel in lintel blocks shall be maintained by the use of wheel type plastic clips.
The minimum cover (from the edge of the steel reinforcement to the inside face of the block core) shall be 20 mm, except where
specified otherwise. In severe marine environments, saline or contaminated water including tidal and splash zones, and within 1 km
of an industry in which chemical pollutants are produced, the minimum cover to the inside face of the block core shall be 30 mm.
Control joints shall be built into reinforced concrete masonry at all points of potential cracking and at the locations shown on the
drawings. The spacing of control joints should not exceed 8.0 metres, except that the spacing of control joints may be increased in
reinforced masonry walls meeting the following criteria:
Masonry units shall comply with Dimensional Category DW1, except that split or irregular faces may be DW0.
Concrete units usually comply with Dimensional Category DW4 , which is more stringent than for DW1.
Masonry units shall meet General Purpose Salt Attack Resistance Grade, except for applications requiring
Exposure Grade. Applications requiring Exposure Grade are:
o saline wetting or drying,
o aggressive soils,
o severe marine environments,
o saline or contaminated water including tidal or splash zones, or
o within 1 km of a industry producing chemical pollutants
Masonry units shall have a Characteristic Compressive Strength not less than a value specified by the Engineer. In the absence of
such specification, masonry units shall have Characteristic Compressive Strengths not less than the following values.
Notes
1. Values of minimum characteristic compressive strength specified by the Engineer over-ride the values given in
this table. Designers and specifiers should check with the manufacturers the availability of particular strength grades.
2. For hollow units, compressive strength is measured using face shell bedding.
3. For solid, cored or horizontally cored units, compressive strength is measured using full bedding.
Masonry units intended for face applications and exposed to the weather shall have:
Permeability not more than 2 mm/minute
Efflorescence Potential of Nil or Slight
Colour and texture within an agreed range.
Masonry units intended for exposure to lateral loads in excess of 0.5 kPa shall have a Characteristic Lateral Modulus of Rupture
not less than 0.8 MPa.
Concrete masonry units shall have a Mean Coefficient of Residual Drying Contraction not more than 0.6 mm/m.
Masonry units for reinforced masonry applications shall have the following properties: If units are intended to incorporate both
horizontal and vertical reinforcement and are not protected both sides by a waterproof membrane, they shall be H or Double U
configuration;
Units may be fully grouted and may be reinforced both vertically and horizontally;
Grout may flow easily around and enclose the reinforcement in all cores; and
Cover is consistent with the requirements for durability, strength and fire resistance as appropriate
19.23 DEFINITIONS
19.24 CEMENT
Cement shall be Type GP portland cement or GB blended cement complying with the relevant Standard.(AS 3972).
19.26 LIME
Lime shall be hydrated building lime complying with complying with the relevant Standard (AS 1672).
19.28 SAND
Sand shall be well graded and free from salts, vegetable matter and impurities. Sand shall not contain more than 10% of the material
passing the 75 micron sieve. Sand within the following grading limits complies with this requirement and is deemed suitable for
concrete masonry.
Backing rod for control joints, expansion joints and articulation joints shall be expanded polystyrene tube or bead
or, rigid steel backing profile with closed cell foam adhered to the metal profile face.
Joint sealant shall be gun grade multi-purpose polyurethane sealant.
Control joints and articulation joints shall incorporate de-bonding tape.
Intumescent seals shall be acrylic co-polymer sealant capable of providing the requisite fire performance as specified in the
Drawings and/or Building Regulations as appropriate.
19.32 FLASHINGS
Flashings shall comply with the Drawings, Building Regulations and relevant Standard (AS 3700, AS/NZS 2904).
Metal and metal-cored flashings shall not be used in locations that expose them to saline ground water or rising
salt damp.
Metal flashings shall be compatible with the materials with which they are in contact, and shall not give rise to
electrolytic action. If there is potential for electrolytic action to occur, flashings shall be isolated by inert materials.
Flashings intended to hold their shape shall be manufactured from rigid material. (e.g. metal cored material)
Unless stated otherwise flashings shall consist of one of the following options:
Flashing in Concealed Locations (e.g. cavity flashings) shall be one of the following:
Uncoated annealed lead having a mass not less than 10 kg/m2 in lengths not exceeding 1.5 m, but shall not be
used on any roof that is used to catch potable water;
Uncoated copper having a mass not less than 2.8 kg/m2 and having a thickness of 0.3 to 0.5 mm;
Bitumen coated metal (normally aluminium) with a total coated thickness of 0.6 mm to 1.0 mm;
Zinc coated steel with a thickness not less than 0.6 mm;
Embossed/quilted polyethylene sheet with an average thickness not less than 0.5 mm
Flashings in Exposed Locations (e.g. flashings from the roof to masonry wall) shall be one of the following:
Uncoated annealed lead having a mass not less than 20 kg/m2 in lengths not exceeding 1.5 m, but shall not be
used on any roof that is used to catch potable water;
Uncoated copper having a mass not less than 2.8 kg/m2 and having a thickness of 0.3 to 0.5 mm;
Bitumen coated metal (normally aluminium) with a total coated thickness of 0.6 mm to 1.0 mm;
Zinc coated steel of thickness not less than 0.6 mm.
19.34 TERMITE BARRIER PARGING MATERIAL FOR WOVEN STAINLESS STEEL MESH
Parging material, for woven stainless steel mesh acting as a termite barrier, shall comply with the Drawings, Building Regulations
and relevant Standard (AS 3660.1). Unless stated otherwise, parging material shall be a highly modified cementitious grout of a
water-dispersed copolymer with a dry mixture of Type GP portland cement and sieved aggregate of a size that passes readily
through the woven stainless steel mesh. Hardened parging material shall provide:
Termite resistance, when in contact with soil and termite workings;
Bond strength (mesh to substrate) of not less than 1 kN/m at 28 days for a temperature range of 10C to 30C at a relative humidity
range of 10%RH to 70%RH; and for at least 60 freeze-thaw cycles in saline solution between 15C and 18C.
19.35 TERMITE BARRIERS CONSISTING OF COMPOSITE FIBRE BLANKET AND PLASTIC MEMBRANE WITH TERMITICIDE
IMPREGNATION
Termite barriers, consisting of composite fibre blanket and plastic membrane with termiticide impregnation, shall comply with the
Drawings, Building Regulations and relevant Standard (AS 3660.1). Unless stated otherwise, properties shall be not less than:
Internal non-woven fibre blanket, not less than 200 grams per square metre,
Impregnated with termiticide of pyrethroid deltametherin crystals to a loading of not less than 1 gram per square
metre (low toxicity to warm blooded animals which both strongly repels and kills termites),
Bonded to a top moisture vapour barrier of low density polyethylene (LDPE), not less than 200 microns thick,
Bonded to a bottom membrane of low density polyethylene (LDPE) not less than 50 microns thick, to prevent the
termiticide leaching into soil.
Bitumen-coated aluminium
Embossed polyethylene
Polyethylene-and-bitumen coated aluminium.
For elements in a mild environment, elements in an interior environments above a damp-proof course and enclosed within a building
except during construction, elements above the damp-proof course in non-marine exterior environments,
elements above the damp-proof course in other exterior environments, with a waterproof coating, properly flashed junctions with
other building elements and a top covering (roof or coping) protecting masonry, elements below a damp-proof course or in contact
with ground, that are protected from water ingress by an impermeable membrane; ties shall be:
For elements in marine environments (1 km or more but less than 10 km from breaking surf ; or 100 m or more but less than 1 km
from salt water not breaking surf); ties shall be:
Sheet steel ties galvanised after manufacture with 470g/m2 of zinc on each side, or
Galvanised wire ties with 470g/m2 of zinc coating, or
Stainless steel designated R3 or greater; or
Polymer ties designated R3 or greater.
For elements in interior environments that are subject to non-saline wetting and drying, elements below the damp-proof course in
contact with non-aggressive soils, or elements in fresh water; ties shall be:
For elements in severe marine environment (less than 1 km from breaking surf ; or less than 100 m from salt water not breaking
surf), interior environments subject to saline wetting and drying, elements below a damp-proof course or in contact with ground in
aggressive soils; or elements in severe marine environments (less than 1 km from breaking surf ; or less than 100 m from salt water
not breaking surf), ties shall be:
For elements in saline or contaminated water including tidal splash zones or elements within 1 km of an industry producing chemical
pollutants, ties shall be:
Wall ties shall comply with AS 3700, AS 4773.1 and AS 4773.2, based on the classifications set out in AS 2699.1.
Extendible masonry ties for control joints and articulation joints shall restrain the wall against out-of-plane movement, but permit in-
plane movement such as expansion and contraction. Extendible masonry ties shall be capable of correct operation, even when
misaligned by up to 10 mm over the length of the tie.
Note: Although most lintels are not below a damp-proof course or in contact with ground, these cases have been included in the
schedule for completeness and because it is possible for them to occur.
For elements in a mild environment, elements in an interior environments above a damp-proof course and enclosed within a building
except during construction, elements above the damp-proof course in non-marine exterior environments, elements above the damp-
proof course in other exterior environments, with a waterproof coating, properly flashed junctions with other building elements and
For elements in interior environments that are subject to non-saline wetting and drying, elements below the damp-proof course in
contact with non-aggressive soils, elements in marine environments, elements in fresh water; steel lintels and arch bars shall be R3
or greater.
For elements in external applications 1 km or more from breaking surf or 100 m or more from salt water not subject to breaking surf
(Classified Moderate), BCA Vol 2 Clause Table 3.4.4.2 permits the following protection:
For elements in interior environments subject to saline wetting and drying, elements below a damp-proof course or in contact with
ground in aggressive soils, elements in severe marine environments; steel lintels and arch bars shall be designated R4 or greater.
For elements in saline or contaminated water including tidal splash zones, elements within 1 km of an industry producing chemical
pollutants; steel lintels and arch bars shall be designated R5. For external applications in heavy industrial areas (Classified Severe),
steel lintels may be hot dip galvanised to 600 g/m2.
Span mm Load Type A 3 Load Type B 4 Load Type C 5 Load Type D 6 Load Type E 7
Supporting Supporting Supporting Supporting Supporting
masonry only Tiled Roof Metal Roof Timber Floor Brickwork Only
(up to 3000 mm)
75 x 8 FMS 640 250 640
100 x 10 FMS 820 250 250 250 820
90 x 90 x 6 EA 3060 1550 1930 1680 2640
90 x 90 x 8 EA 3310 1670 2100 1820 2800
100 x 100 x 6 EA 3400 1730 2160 1870 2870
100 x 100 x 8 EA 3660 1870 2340 2020 3040
150 x 90 x 8 UA 4200 2710 3380 2840 3920
150 x 100 x 10 UA 4330 3490 3610 3010
150 UB 14.0 4200 3140 3840 3270 4200
150 UB 18.0 4200 3480 4140 3590 4200
180 UB 22.2 4200 4000 4200 4050 4200
1. The spans tabulated are clear opening widths. To determine the overall length of a lintel, add at least 300 mm to the clear
opening, thus providing at least 150 mm bearing length at each end.
2. For openings up to 1000 mm, the required bearing length may be reduced to 100 mm at each end.
3. Load Type A applies to a lintel supporting a masonry leaf up to 600 mm high without roof or floor loads.
4. Load Type B applies to a lintel supporting up to 600 mm of masonry and a tiled roof up 6.6 metres load width.
5. Load Type C applies to a lintel supporting up to 600 mm of masonry and a metal roof up 6.6 metres load width.
6. Load Type D applies to a lintel supporting a masonry leaf over 2100 mm high with or without tiled roof or metal roof up 6
metres load width and/or timber floor up 3.0 metres load width.
7. Load Type E applies to a lintel supporting a masonry leaf up to 3000 mm high without roof or floor loads.
19.39 REINFORCED CONCRETE LINTELS
Reinforced concrete lintels shall comply with the Drawings, Building Regulations and relevant Standard (AS 3700, AS 3600).
19.42 ANCHORAGES
Anchorages shall comply with the Drawings, Building Regulations and relevant Standard (AS 3700, AS 4773.1, AS 4773.2).
Mechanical expansion anchors shall not be used where the expansion action is likely to damage the masonry.
For external walls, in applications requiring structural enhancement of wall strength or for significant crack control,
joint reinforcement shall be Grade 316 austenitic stainless steel, 6 mm diameter (or 8 mm or 10 mm for heavy duty
applications in wide joints).
For non-structural applications in protected internal walls, external walls, joint reinforcement shall be stainless steel
(as per external / structural applications) or two 3.0 mm galvanised wires joined at intervals by cross wires.
Masonry units
Type Spot check* As specified Hold
Dimensions Spot check* As specified Hold
Strength Spot check* delivery As specified Hold
docket
Mortar
Mix As specified Hold
Bond strength Spot check As per AS 3700 (0.2 Witness
Not required unless mix is MPa)
Termite barrier suspect Hold
In position
Flashings & DPCs Visual Hold
In position
Control Joints Visual spot check Hold
As specified
Joint reinforcement Visual spot check Witness
In position
Ties Visual spot check Witness
As specified
Lintels Visual spot check Witness
As specified
HD Bolts and straps Visual spot check Witness
As specified
Cleaning Visual spot check Witness
As specified
Reinforcement (if Visual
applicable) Hold
Type and diameter As specified Hold
Position Spot check As specified Hold
Laps Visual As specified
Spot check
* delivery docket
Inspection
Examine Surfaces.
Inspect existing surfaces and ensure that they are satisfactory for work to proceed as specified.
Filling with mortar or material other than that specified will not be acceptable.
Walls shall be carried up uniformly without leaving any part more than 4 courses lower than adjacent sections unless the permission
of the Superintendent is first obtained.
Blocks shall be soaked with water for 24 hours before being used and the tops of walls left off shall be well wetted immediately prior
to recommencement of work.
The faces of walls shall be kept clean and free from mortar dropping and splashes.
Blockwork abutting concrete columns shall be tied with 32 x 6 mm thick galvanised steel cramps shot fired to the concrete and built
in every third course of blockwork and shall be debonded from the blockwork by painting with bitumen.
Chases
Form chases and recesses as shown and as may be required for the work of other trades.
In select instances, the Contractor may be allowed to chase hollow blocks, if approved by the Superintendent.
Do not cut horizontal or diagonal chases in load bearing work.
Provide not less than 200 mm between chase or recess and jamb of openings and between adjacent chases and recesses.
Construction Openings
Leave openings for equipment as shown or required to be installed at later date.
Complete masonry work after equipment is in place using materials identical with those immediately adjacent to the opening.
Construction Joints
Step back unfinished work for joining with new work. Toothing will not be permitted.
Before new work is started, clean exposed surfaces of set masonry.
Wet units lightly (if specified to be wetted).
Remove loose blocks and mortar prior to laying fresh masonry.
Cutting Blocks
Use motor driven saw designed to cut blocks with clean sharp corners.
Cut blocks as required to provide pattern shown and to fit adjoining work neatly.
Use full blocks without cutting wherever possible.
Avoid the use of less than half size blocks at corners, jambs and wherever possible at other locations.
Do not use chipped or broken blocks.
Age of Blocks
Do not build in concrete blocks until at least 28 days after manufacture and until they are fully cured.
Cleaning
During masonry installation and the tooling of joints, enlarge any voids or holes and completely fill with mortar.
Point up all joints at corners, openings and adjoining work to provide a uniform, neat appearance, properly prepared for the
application of sealant compounds and other work to follow.
Pre-soak the wall saturating the masonry with clean water and flush off all loose mortar and dirt.
Using a stiff fibre brush only, scrub down the wall with a solution of 0.25 litre household detergent and 0.25 litre of trisodium
phosphate dissolved in 4 litres of clean water.
Thoroughly wash off all cleaning solution, dirt and mortar crumbs using clean pressurised water.
If after this cleaning procedure is completed, the wall or portion of the wall is not clean in the judgment of the Superintendent, the
Contractor shall clean with an acid solution by means and methods acceptable to the Superintendent.
If cleaned with an acid solution, all sashes, metal lintels and other material shall be thoroughly protected.
Particular care shall be taken to prevent smearing mortar on surfaces of concrete masonry units.
If mortar smearing occurs, it shall be removed while soft, when possible; if dry and hard, it shall be removed by rubbing with a small
piece of concrete masonry.
All mortar smears, drippings, etc. on expanded faces of concrete masonry units shall be removed.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 155
21 LAKES AND HYDRAULICS (NOT USED)
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 157
22 WATER FEATURES (NOT USED)
The nominated Sub-Contractor shall assess the adequacy of the Sub-grade material and the levels of compaction provided by the
Contractor. The level of compaction of the subgrade shall be 90% Modified Maximum Dry Density when tested in accordance with
Australian Standards. Any concerns in this regard are to be brought to the Superintendents notice prior to the installation of
equipment or finished surfacing. Upon acceptance of the playground site by the nominated Sub-Contractor they shall be solely
responsible for the adequacy of the compaction. The nominated Supplier/Sub-Contractor is solely responsible for the complete
construction including excavation and backfilling of the footings of the play equipment.
Playright Australia
Contact Nasser Anastasi
Unit 1, 17 Mordaunt Circuit, Canning Vale WA 6155
Phone: 08 9256 1560
Fax: 08 9256 1561
A Playground Equipment Safety Audit is required irrespective of size/quantity or type of proposed playground equipment.
A Playground equipment audit is required to be conducted after installation and provided to the Superintendent prior to the award
of Practical completion and the use of the equipment by the public
The safety audit shall cover all aspects of the play equipment and the surrounding play area inclusive of an analysis of fall height
and the adequacy of softfall areas.
An annual audit is required after the post-installation audit, with a final audit completed prior to handover to the local government
authority. Items identified as requiring action are to be rectified as per the audit. All audits are to be carried out by a certified
playground auditor with at least five years experience who has regularly performed audits over the past five years. A copy of the
qualifications of the auditor is to be provided with the audit.
Rubber softfall is to be finished to ensure it is free draining without any ponding and to ensure even drainage. The softfall rubber is
to be installed progressively and be fully maintained during the contract period as may be required.
Standards
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Client. Where a nominated Standard or Interim Standard has
been revised, amended and/or designated as not current as at the date of close of tenders, the applicable Standard shall be the
Australian Standard which is current as at the date of close of tenders.
23.5 Materials
Base Layer
A highly compacted material such as quarry dust, crushed limestone and / or their equivalents as approved by the Superintendent.
The base material is to provide a secure stratum and be free draining.
Cushion Layer
The cushion layer is to be comprised of recycled shredded tyre rubber to match the manufacturers test specifications. The material
used is to be clean of all contaminants such as nylon and have no loose wire fibres. The cushion layer is to be mixed as per the
top layer in a specified pre polymer polyurethane & rubber ratio to the manufacturers specifications.
Top Layer
The top layer is to be as nominated on the detail drawings and as approved by the Superintendent and be:
15 mm depth Melos (or equivalent and approved) 1 - 4mm EPDM granules applied in a wet-poured, smooth trowel
finished surface. Colours are to be as per the detail drawings or are to be advised.
23.6 Laying
Base Layer
The base layer is to be prepared to a high standard to ensure surface quality and to prevent future subsidence and growth of plant
matter through the surface.
An 80mm thick pad of 4mm diameter compacted quarry dust or equivalent should be installed over an existing prepared sand
surface. The existing sand should be levelled out and all organic matter removed prior to the installation of the compacted base
layer. The compacted base layer must be sufficiently wetted and compacted to a level firm finish.
Compaction of the base is to be 92% minimum. This shall be achieved by dampening the uncompacted material slightly and
compacting using a vibrating plate.
The resultant base shall be smooth and contain no variations in height in excess of +/-10mm.
Cushion Layer
The Contractor shall submit a soft fall plan to the Superintendent prior to the commencement of the works which should reflect the
laid thickness minus the specified top layer thickness.
The cushion layer is to be laid as a single monolithic surface with minimal joins. Thickness may vary in relation to proximity and
location of play equipment or be laid to a single thickness equal to or exceeding the depth required to provide impact attenuation
for the maximum fall height and fall zone. It is the responsibility of the Contractor to liaise with the Playground Manufacturer to
determine the thickness and density required to match the certified softfall requirements.
Top Layer
A 15mm thick top layer is to be hand batched and laid to the manufacturers surface specifications to meet the various surface
thicknesses and various polymer ratios as required to meet the safety criteria as listed in the applicable standards of the playground
design.
The top layer is to be laid as a single monolithic surface if it is of a single colour or colour blend. If shapes or a pattern is indicated
on the landscape drawings, the top layer is to be laid with only the minimum number of joints required to separate the colours or
patterns.
Key Joints
The Contractor is to ensure that all divisional changes of colour, end of pour sections and detailed design edges are formed with
correct key joints. The horizontal planes of the joints are to be a minimum of 100mm in width.
The cured key joint is to be wet primed on its vertical and horizontal faces prior to application of the next rubber pour. Ensure that
the wet prime material is not allowed to cure prior to application of the new rubber. Ensure that the new rubber is well compacted
into the key joint prior to floating off.
PILA Group
99A South Creek Road, Cromer NSW 2099
Phone: 1300 745 247
Email: info@pilagroup.com.au
Forpark Australia
Address: Perth Office
PO Box 484 Cloverdale WA 6985
Phone: +618 9472 1788
Fax: +618 9472 1789
Email: forpark@forparkaust.com.au
Sales Manager: Shaun Reynolds
Taskers (Windsocks)
38 Daly Street, South Fremantle WA 6162
Phone: +618 9437 9222
Mobile: 0417 991 816
Email: steve@taskers.com.au
Sales Manager: Steve Hartley
PILA Group
99A South Creek Road, Cromer NSW 2099
Phone: 1300 745 247
Email: info@pilagroup.com.au
GC Sales
9 Bruce Street Leederville WA
Phone: 9248 3726
Contact: Paul Homes
The Contractor shall allow for the supply and installation of the bind stand with a 240 litre Wheelie Bin or similar approved by the
Superintendent. The installation of the Wheelie Bin must occur at the same time as the installation of the bin enclosure.
23.13 BOLLARDS
The Contractor shall allow to supply and install bollards as per the Drawings. Bollards shall be SFA Slim Bollard: B5 Dome & SFA
Slim Bollard: B5 Dome (Removable). The Contractor shall note that installation is below ground bolt-fix to footing and that the finish
shall be standard Stainless Steel to be confirmed. Bollards are available from:
Forpark Australia
Address: Perth Office
PO Box 484 Cloverdale WA 6985
Phone: +618 9472 1788
Fax: +618 9472 1789
Email: forpark@forparkaust.com.au
Sales Manager: Shaun Reynolds
23.15 WINDSOCKS
The Contractor shall allow to supply and install high quality HD Galvanised powder coated flag poles as nominated on the Landscape
plans and details. All windsocks shall conform to relevant Australian Standards and the details and notation contained within the
Drawings. Final profiles, colours & artwork designs to be approved by the Superintendent prior to manufacture.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 164
24 MISCELLANEOUS WORKS
24.1 GRAFFITI COATING
General
The Contractor shall allow to supply and apply a non-sacrificial graffiti coating to all walls, signs and vertical surfaces unless
otherwise specified or directed. Do not apply graffiti coating to any signage unless directed to do so on site, removal of graffiti coating
applied to signage will be at the Contractors expense. The Principal will not be liable for any costs associated with removal of graffiti
during the Construction period.
Materials
Source graffiti coating from an approved supplier and ensure application rate and method meets the
Suppliers recommended standards. Anti graffiti coating shall be equal or equivalent to Dynashield, two-part, clear waterbased
acrylic coating or similar approved by the Superintendent. Application shall be as per manufactures recommendations for individual
surface types.
Safety
All works and product handling shall be undertaken in strict accordance with the approved material safety data sheet and the
manufacturers Specification.
Modwood Decking
Colour: Silver Gum
Finish: Brushed
Sizes: 137 x 23mm & 88 x 23mm. Refer drawings for specific sizes per item.
Fixings: As per manufacturers specification or as noted by structural engineer.
The windbreak fence shall consist of 1200mm high cyclone mesh fence fixed 3 strand wire trace between standard spaced metal
star picket posts. Black shade cloth is to be fixed to the inside of the fence on the opposite side from the completed landscape
works.
The limestone boulders shall be of a size nominated as 3 man rocks to 5 man rocks in size and supplied and placed suitably to
prevent moving by the general public upon completion of the works.
It is the Contractors responsibility to ensure all rockwork is well settled and secure in its position and does not constitute a risk to
the public.
24.5 GEOTEXTILE
Geotextile shall be FILTER WRAP non-woven polyester geotextile as supplied by Geofabrics Australia Pty Ltd, or similar and
approved.
24.6 PAINTING
GENERAL
Standards
Follow the guidance given in AS/NZS 2311 and AS/NZS 2312.
Powder Coating
Aluminium surfaces: To AS 3715.
Steel or zinc coated surfaces: To AS 4506.
Combinations
Do not combine paints from different manufacturers in a paint system.
Delivery
Deliver paints to the site in the manufacturers labelled containers. Ensure containers are marked with the APAS (Australian Paint
Approvals Scheme) specification number.
INSPECTION
Notice - Witness Point
Witness Point: Give sufficient notice so that each of the following stages may be inspected:
substrate immediately prior to commencement of painting.
Prior to application of final coat.
PAINTING
Substrate Preparation
Prepare new surfaces for painting in accordance with Section 3 of AS/NZS 2311.
For repainting of existing surfaces comply with Sections 7 and 8 of AS/NZS 2311. This includes cleaning down with sugar soap,
treatment of mould growth, rubbing back existing painted surfaces with abrasive paper and patching and priming of damaged
surfaces.
Order of work
Complete clear timber finishes before commencing opaque paint finishes in the same area.
Protection
Remove door furniture, switch plates, light fittings and other fixtures before starting to paint, and refix in position on completion of
painting.
Restoration
Clean off marks, paint spots and stains progressively and restore damaged surfaces to their original condition. Touch up damaged
decorative paintwork or misses with the paint batch used in the original application.
Fillers
Provide a filler tinted to match the substrate if the finish is transparent.
Paint application
Apply the first coat immediately after substrate preparation and before contamination of the substrate can occur. Ensure each coat
of paint or clear finish is uniform in colour, gloss, thickness and texture, and free of runs, sags, blisters, or other discontinuities.
Number of coats
Apply additional coats if necessary at no extra cost to achieve the required total film thickness and satisfactory opacity.
Repair of galvanising
If galvanised or zinc-coated surfaces have been cut or welded after galvanising, prime the affected area with a zinc-rich organic
binder to APAS - 2916.
Painting Schedule
Refer to the Project Specific Requirements for painting, where applicable.
Soil mixes
Plant material
Mulches
25.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
Soil conditioner shall be free from pathogens and heavy metals and produced in accordance with AS 4454-2003.
Metro Soil Conditioner as supplied by Amazon Soils (Tel: 08 9302 1288), is acceptable. Alternatives must be submitted as a 5
Kg sample together with a current laboratory certification for approval by the Superintendent.
The Contractor shall supply and incorporate soil conditioner to all planted and grassed areas as follows:
Turf
Import and spread 50mm depth soil conditioner and thoroughly incorporate into top 150mm of topsoil
Garden Beds
Import and spread 75mm depth soil conditioner and thoroughly incorporate into top 300mm of existing soil
Import soil conditioner and thoroughly incorporate with backfill to tree pit in the proportions 3 parts backfill to 1 part
soil conditioner
Soil conditioner shall be incorporated using a rotary hoe except in raised planting beds and other areas with restricted access where
the Contractor shall allow for hand digging.
The chemical composition shall be as follows unless otherwise approved by the Superintendent:
The following trees have been reserved by the Principal. Contractors are to allow for install only for the trees below;
The Contractor shall arrange for delivery to site and shall give the nursery at least 3 working days notice of delivery/collection date.
The Contractor shall be responsible for supply and planting of replacements for all dead or failing plants during the period of the
Contract and the subsequent 13 week Consolidation Period and, as such, shall reject any trees reserved by the Principal which, in
its opinion, are not of acceptable quality and shall inform the Superintendent accordingly within two weeks of entering into the
Contract.
Plant quality
Plants shall be vigorous, well established, hardened off, of good form consistent with species or variety, not soft or forced, free from
disease and insect pests, with large healthy root systems and no evidence of having been restricted or damaged. Trees shall have
a single leading shoot.
The Superintendent will reject any trees, shrubs or plants, which do not meet with its approval.
If, in selecting the trees, shrubs and plants as shown on the Drawings or as specified, the Contractor finds the best quality of trees,
shrubs and plants available at the time vary in species and container sizes to those shown or specified, they shall notify the
Superintendent. The Superintendent shall give the Contractor all necessary directions regarding the selection of plant species and
container sizes and such will be the subject of a variation to the Contract.
Plant substitutions
Make no substitutions unless approved in writing. Substitutions will not be approved if the Contractor has not complied with the
Specification. The Superintendent will select and nominate all substitutions.
Plant labelling
Label at least one plant of each species or variety in a batch with a durable, readable tag.
Plant replacements
Order sufficient quantities to allow for plant failures, Replace with plants of the same specified type, quality and size, and plants
which fail or are damaged during the work under the Contract.
Plant warranty
Furnish a warranty from the supplier attesting that they are true to the specified species and type, and free from diseases, pets,
weeds and the like.
Planting generally
Remove trees, shrubs and plants from their containers in such a manner as to do as little disturbance as possible to the roots.
Where necessary tease out root-balls before planting.
Place trees, shrubs and plants in holes in an up-right position and backfill level with top of root-ball. Compact soil by hand watering.
Fertiliser tablets
Prior to backfilling all plants are to receive approved fertiliser tablets such as Agraform or similar and in accordance with
manufacturers instructions:
500 litre and larger pot size plants to have ten 10g tablets
200 and 100 litre pot size plants to have six 10g tablets
35 and 45 litre pot size plants to have four 10g tablets
15 litre and 200mm pot size plants to have two 10g tablets
130-150mm pot size plants to have one 10g tablet
Backfilling to plants
Backfill with topsoil or approved site soil mixture as specified. Lightly tamp down the mixture and water to eliminate air pockets.
Watering Basins
Construct a watering basin around the base of each individually planted tree or shrub of 200mm pot size and above, consisting of
a raised ring of soil of minimum diameter of 1000mm capable of holding a minimum of 10 litres of water.
Locate stakes parallel to prevailing wind direction on site or adjoining roads as nominated. Do not pierce root ball.
All ties shall be approved flat plastic, rubber or hessian tree ties of minimum width of 10mm. Ties to be located as directed by the
Superintendent in accordance with tree size. All ties shall be placed in a figure of eight around stake and stem allowing adequate
support without constricting plant growth.
All broken ties shall be replaced quickly and adequately to prevent tree damage. The Contractor shall be responsible for replacing
any damaged trees as a result of no/slow replacement of tree ties. Stakes to be painted black (2 coats).
Watering
At time of planting provide by hand watering a minimum of 5 litres of water to each tree, shrub and plant. Repeat watering to each
tree, shrub and plant with 5 litres of water on each alternate day up to Practical Completion. Watering of plants by a reticulation
system will not be accepted unless approved by the Superintendent.
The Contractor is responsible for watering all plant material on site during the Contract Period. The following rates are provided as
a general guide only. The Contractor shall provide adequate water to keep plants vigorous, well established, hardened off, of good
form consistent with species or variety. The Contractor shall be responsible for adjustments which may be required according to
specific site conditions, extremes in weather and individual plant requirements:
Repeat watering to each tree, shrub and plant on each alternate day up to Practical Completion.
Watering of plants by a reticulation system will not be accepted unless approved by the Superintendent.
Note: Any diseased or dying plants are to be replaced at the Contractors expense.
After inspection by the Superintendent and on Practical Completion, remove labels from plants.
Final Inspection
Give the Superintendent at least three (3) working days notice before completing each project so that he may inspect the work upon
completion.
25.8 MULCHING
Supply and place 75mm deep mulch as specified to the extent of each watering basin, minimum diameter 1000mm and to all garden
beds or as indicated on the Drawings.
Mulch shall be Sandgroper Mulch as supplied by Amazon Soils (Tel: 08 9302 1288), or equivalent to the approval of the
Superintendent. Mulch shall be a composted organic material free from pathogens, heavy metals, noxious weeds, seeds and
fungus, insect pests and other deleterious material and produced in accordance with AS 4454-2003. The chemical composition
shall be as follows unless otherwise approved by the Superintendent:
Minor garden bed preparation, including raking and removal of rubbish to produce an even and smooth surface, will be the
responsibility of the Contractor.
The mulch will be consolidated, to produce smooth and even grades, finishing 10mm below surrounding hard surfaces.
Mulch shall be free from pathogens, heavy metals, noxious weeds, seeds and fungus, insect pests and other deleterious material
and produced in accordance with AS 4454-2003.
The heavier mulch is necessary for this project to minimise wind drift.
Minor garden bed preparation, including raking and removal of rubbish to produce an even and smooth surface, will be the
responsibility of the Contractor.
The mulch will be consolidated, to produce smooth and even grades, finishing 10mm below surrounding hard surfaces.
Note: The Contractor shall make allowance to co-ordinate all Transplant works. The Contractor shall make an allowance for a full
one (1) day inspection of all Transplant sites with the Arbor Centre and the Superintendent prior to planting. The prices issued by
the Arbor Centre shall allow for all guying, imported soil fill as required, fertiliser and maintenance. The Contractor shall confirm the
extent of allowances made by the Arbor Centre and shall allow for all other items as may be necessary to ensure the survival of the
trees.
Nominated Trees
Insurances
The arborcultural company undertaking the work and the landscape head Contractor shall maintain all relevant and required
insurances to undertake this work in accordance with accepted industry standards and statutory requirements. Insurances must
include but not be limited to Workers Compensation and Public Liability.
Guarantees
All works shall be undertaken to relevant Australian standards. The Contractor shall be responsible for the health and well being of
the transplanted trees for the period nominated above. All trees shall have clear trunks to the dimension specified above.
Upon transplanting it is accepted industry practice that any adverse signs regarding the health of the tree will usually be evident
within the first 3 months. Upon adverse growth occurring within the guarantee period the nominated Sub-Contractor shall be required
to advise of the reasons leading to adverse growth or death. Upon rectification of the adverse conditions, replace the tree free of
charge to the satisfaction of the superintendent at any time within the guarantee period as stated above for each species.
The nominated transplanter shall undertake regular inspections to satisfy themselves of the trees condition, irrigation etc and bring
any concerns or issues to the attention of the head Contractor and superintendent in writing immediately.
Guy Wires
The Contractor shall supply and install guy wires as required to adequately support all transplants after planting. Guy wires shall
be maintained in good condition for the duration of the defects liability period. The Contractor shall supply and install all safety
devices required on the guy wires and maintain the devices in good condition for the duration of defects liability period.
The Contractor shall ensure watering is maintained to the trees as recommended by the Arboriculturalist directly after transplanting
and for the duration of the guarantee period.
Mulching
The Contractor shall supply and place 75mm deep mulch as indicated on the Drawings to the full extent of all advanced tree and
palm transplant holes.
Mulch shall be composed of crushed Karri bark and screened black peat. Equal or equivalent to that supplied by Amazon Soils
from an approved supplier and to the approval of the Superintendent.
Mulch is to be completely free of all noxious weeds, seeds and fungus, insect pests and other deleterious material. A sample of the
mulch will be required for approval by the Superintendent prior to commencement of works on site.
The mulch will be consolidated, to produce smooth and even grades, finishing 10mm below surrounding hard surfaces.
Grade areas to true and even grades and falls and finish flush with adjoining kerbs to roads, parking and paved areas, and with
footpaths, terraces, verandahs, mowing strips, manholes, pit and the like. Where plumbing disconnector traps and rainwater relief
overflows occur, finish ground level 75mm below overflow level.
All grading works shall be undertaken by hand work or by machine as is appropriate to the work however all grading and earthworks
within a distance of 600m radius of sprinklers or other fixed reticulation apparatus shall be hand worked to prevent damage to
equipment.
Finish shall be smooth rolled, consolidated and smudge boarded to obtain a perfectly even, well consolidated surface. No
irregularities, depressions, hollows or abrupt changes in grades or falls will be accepted. The cost of such minor preparation work
shall be included in the unit rate per square metre Tender price and no extras will be allowed for such preparation.
Before commencing work the Contractor shall inspect the site with the Superintendent to determine that grading can be achieved
without providing additional filling sand from off-site sources. If the Superintendent determines that additional filling sand is required
beyond the levels shown on the Drawings, the Contractor shall submit a written quotation which will be the subject of a variation to
the contract as per the unit rate.
Obtain specified grass species from a specialist grower of cultivated turf. Furnish a warranty from the grower that the grass is true
to species and free from weeds, fungus, inspect pests and other deleterious matter. Turf must be certified as sting nematode free
from a NATA accredited laboratory and must have a declaration that the turf has not been treated with a nematicide in the 12 months
prior to testing.
Grass shall be planted within eighteen (18) hours of being dug and shall be kept continuously moist. Grass shall be delivered to
site in approved covered containers and fully protected from drying out, damage or contact with injurious substances.
Turf deemed unacceptable in quality shall be rejected from site prior to laying by the Contractor and/or the Superintendent. The
Superintendent reserves the right to reject poor quality turf after laying upon inspection. All lifting, removal disposal and replacement
of the rejected turf shall be at the Contractors expense and shall occur as quickly as possible to minimise impact on the presentation
of the works.
Before commencing work the Contractor shall inspect the site with the Superintendent to determine that grading can be achieved
without providing additional filling sand from off-site sources. If the Superintendent determines that additional filling sand is required,
the Contractor shall submit a written quotation which will be the subject of a variation to the contract as per the unit rate.
Watering
The Contractor shall supply all equipment necessary to adequately water the site during the Construction and Consolidation period.
Before commencing planting, ensure adequate watering services and equipment are available and properly functioning. Areas to
be planted shall first be watered to a depth of 100mm and the planting shall be carried out immediately after watering.
Throughout the Contract up to Practical Completion, watering shall be properly undertaken, either by irrigation system or hand as
necessary (including during the failure of any nominated reticulation system), to keep the turf areas moist to a depth of 100mm at
not more than two (2) day intervals excepting Sundays and Public Holidays unless otherwise directed by the Superintendent.
Any faults or defects to the watering service and equipment occurring after the issue of the certificate of Practical Completion and
during the Defects Liability Period shall be immediately reported to the Superintendent.
Making Good
Lift and remove and dispose of failed turf and relay with new turf. Turf of poor quality will be rejected.
Topdressing
When the turf is established, mow closely (in addition to all other Clauses) remove cuttings and lightly top dress to a depth of 10mm
with an approved quality top dressing sand. Rub the dressing well into the joins and correct any unevenness in the turf surface.
Give the Superintendent two (2) working days notice before the commencing of fertilising and watering.
The Contractor must give the Superintendent two (2) working days notice before the commencement of each fertilising and watering
for site inspection.
Sample of fertilisers
Submit to the Superintendent on request, sample of fertilisers used in the works. The samples may be subjected to analysis by a
laboratory. Fertiliser not in accordance with the Specification may be rejected. Areas found to be not in accordance with the
Specification shall be given an additional application of fertiliser by the Contractor in accordance with the Specification at its own
expense.
Mowing
All newly grassed areas are to receive four mowings using a reel mower or an approved equivalent. When grass growth has
exceeded 60mm a first light cut shall be made carefully avoiding damage to new turf. This cut shall be made in relation to top
dressing Clause C1.09. Cutting shall not remove more than 50% of growth and cuttings shall be caught and removed from the site.
Each additional cut (3 in total) shall be made when turf has again reached 60mm. Repair all failed turf after mowing. Cuttings shall
not remove more than 50% of growth and all cuttings shall be caught and removed from the site.
Where required, spray with insecticide, herbicide or fungicide in accordance with the manufacturers recommendations, to all Health
Department and other statutory requirements. Submit proposal for approval prior to starting this work.
Programme Inspections
Give the Superintendent not less than two (2) working days notice before completing each stage so that he may inspect the work.
Payment will only be made upon a satisfactory grass growth pattern being in evidence with grass in healthy and vigorous condition
at the initial inspection and continuing similar healthy growth being evident with total cover at the expiry of the Defects Liability
period. Make repairs to each stage as are necessary to ensure full cover to the
The Contractor shall be fully responsible for all remedial works including patching, to ensure a 100% full cover of healthy grass is
achieved by the expiry of the Defects Liability period.
Grade areas to true and even grades and falls and finish flush with adjoining kerbs to roads, parking and paved areas, and with
footpaths, terraces, verandahs, mowing strips, manholes, pit and the like.
Where plumbing disconnector traps and rainwater relief overflows occur, finish ground level 75mm below overflow level.
All grading works shall be undertaken by hand work or by machine as is appropriate to the work however all grading and earthworks
within a distance of 600m radius of sprinklers or other fixed reticulation apparatus shall be hand worked to prevent damage to
equipment.
Finish shall be smooth rolled, consolidated and smudge boarded to obtain a perfectly even, well consolidated surface.
The cost of such minor preparation work shall be included in the unit rate per sq metre Tender price and no extras will be allowed
for such preparation.
Before commencing work the Contractor shall inspect the site with the Superintendent to determine that grading can be achieved
without providing additional filling sand from off-site sources.
If the Superintendent determines that additional filling sand is required, the Contractor shall submit a written quotation which will be
the subject of a variation to the contract as per the unit rate schedule
Obtain specified grass species from a specialist grower of cultivated turf. Furnish a warranty from the grower that the grass is true
to species and free from weeds, fungus, inspect pests and other deleterious matter. Turf must be certified as sting nematode free
from a NATA accredited laboratory and must have a declaration that the turf has not been treated with a nematicide in the 12 months
prior to testing.
Grass shall be planted within eighteen (18) hours of being dug and shall be kept continuously moist. Grass shall be delivered to
site in approved covered containers and fully protected from drying out, damage or contact with injurious substances.
Where specified supply shredded turf (well established fibrous runners) with healthy leaf material, from an approved source.
Application Rate
Application rate shall be 1 metre square of turf, when shredded to cover 5 metres square of area.
Spread the shredded turf in two equal applications in traverse directions over the area to be grassed to form an interlocking mat.
Planted using an approved disk roller planter in two directions at 90 degrees to each other
Spaded by hand in confined spaces, where either of the above two methods are not permissible or practicable
Depth of runners shall be a minimum of 25mm and a maximum of 60mm below finished surface
Watering
The Contractor shall supply all equipment necessary to adequately water the site during the Construction and Consolidation period.
Before commencing planting, ensure that adequate watering services and equipment are available and properly functioning.
Areas to be planted shall first be watered to a depth of 100mm and the planting shall be carried out immediately after watering.
Throughout the Contract up to completion of Consolidation, watering shall be properly undertaken, either by hand or irrigation
system to keep the planted area moist to a depth of 100 mm at not more than two (2) day intervals excepting Saturdays, Sundays
and Public Holidays unless otherwise directed by the Superintendent.
Any faults or defects to the watering service and equipment occurring after the issue of the Certificate of Practical Completion and
during the period for Defects Liability shall be immediately reported to the Superintendent.
Evenly spread fertiliser at the rate of 50 grams/sq metre or in accordance with manufacturers recommendations and immediately
thoroughly water in.
Fertilising and watering shall be inspected by the Superintendent during each operation.
Give the Superintendent two (2) working days notice before the commencing of fertilising and watering.
Each application shall be at a maximum of four (4) and a minimum of three (3) weeks after initial fertilising.
The Contractor must give the Superintendent two (2) working days notice before the commencement of each fertilising and watering
for site inspection.
Sample of Fertilisers
Submit to the Superintendents on request, sample of fertilisers used in the works. The samples may be subjected to analysis by a
laboratory. Fertiliser not in accordance with the Specification may be rejected. Areas found to be not in accordance with the
Specification shall be given an additional application of fertiliser by the Contractor in accordance with the Specification at its own
expense.
Mowing
All newly grassed areas are to receive four mowings using a reel mower or an approved equivalent. When grass growth has
exceeded 60mm a first light cut shall be made carefully avoiding damage to new turf. This cut shall be made in relation to top
dressing Clause C1.09. Cutting shall not remove more than 50% of growth and cuttings shall be caught and removed from the site.
Each additional cut (3 in total) shall be made when turf has again reached 60mm. Repair all failed turf after mowing. Cuttings shall
not remove more than 50% of growth and all cuttings shall be caught and removed from the site.
Where required, spray with insecticide, herbicide or fungicide in accordance with the manufacturers recommendations, to all Health
Department and other statutory requirements. Submit proposal for approval prior to starting this work.
Payment will only be made upon a satisfactory grass growth pattern being in evidence with grass in healthy and vigorous condition
at the initial inspection and continuing similar healthy growth being evident with total cover at the expiry of the Defects Liability
period. Make repairs to each stage as are necessary to ensure full cover to the area.
The Contractor shall be fully responsible for all remedial works including patching, to ensure a 100% full cover of healthy grass is
achieved by the expiry of the Defects Liability period.
Grass Overseeding
Overseed all new stolon grass areas as shown on Drawings. Grass seed shall be as specified by the Superintendent. Grass seen
shall be obtained from a reputable seed supplier and shall confirm to all requirements of relevant seed legislation and viability.
Drill Seeding
Areas to be seeded shall be first cleared of all weeds and other plants and the whole area cultivated to a depth of 100mm.
All weed and plant growth, stone, debris or other extraneous matter shall be removed from the surface to leave a completely clean
surface.
The area shall then be lightly rolled and levelled to receive seed as specified in the Contract.
The rate of grass seeding using an approved drill seeding machine shall be based upon an average of 15gms per square metre of
creeping fescue seed. Sowing should be undertaken on a still day with cover of not less than 6mm of sand after drill seed sowing.
Where areas are too small or are inaccessible for the drill seeding machine, then these areas are to be seeded by mechanical
broadcasting or by alternative approved methods at the specified seeding rate.
Watering
The Contractor shall supply all equipment necessary to adequately water the site during the Construction and Consolidation period.
Before commencing planting, ensure adequate watering services and equipment are available and properly functioning.
Areas to be planted shall first be watered to a depth of 100mm and the planting shall be carried out immediately after watering.
Throughout the contract up to Practical Completion, watering shall be properly undertaken, either by hand or irrigation system to
keep the planted area moist to a depth of 100mm at not more than two (2) days intervals excepting Saturdays, Sundays, Public
Holidays unless otherwise directed by the Superintendent.
Any faults or defects to the watering service and equipment occurring after the issue of the certificate of Practical Completion and
during the Defects Liability Period shall be immediately reported to the Superintendent.
Programme Inspections
Given the Superintendent not less than two (2) working days notice before completing each stage so that he may inspect the work.
Payment will only be made upon a satisfactory grass growth pattern being in evidence with runners in healthy and vigorous condition
at the initial inspection and continuing similar healthy growth being evident with total cover at the expiry of the Defects Liability
period. Make repairs to each stage as are necessary to ensure full cover to the area.
The Contractor shall be fully responsible for all remedial works including patching, to ensure a 100% full cover of grass is achieved
by the expiry of the Defects Liability period.
Seed shall be obtained from a reputable seed supplier and shall conform to all requirements of relevant seed legislation and viability.
Supply a certificate of viability prior to commencement of the works for approval.
All debris together with fallen timber shall be loaded, hauled and disposed of in a tip in compliance with statutory requirements or
may if instructed be dumped as directed by the Superintendent.
A sample of the proposed RCB shall be submitted for inspection and approval prior to commencement of planting operations. RCB
material shall be to the width indicated on the details, in either panel or roll form. All joints shall be either heat fused or double sided
butyale tape (double jointed so that both barrier ends are secure), as recommended by the manufacturer.
During instillation the distance to protected surfaces should be as detailed on the detail Drawings. Soils should be compacted
between protected surfaces and RCB to a greater extent than between the root ball and the RCB.
The RCB shall be placed in a square configuration to the dimensions as indicated on the Drawings and finish flush with finished
adjoining pavement levels
26.2 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
26.3 GENERAL
Consolidation shall mean the continuing care and consolidation of the Contract areas by accepted horticultural practices, as well as
rectifying any defects that become apparent in the works.
The Consolidation Period shall commence from the date of Practical Completion and be for a period of thirteen (13) weeks.
During the Consolidation Period damage to the works due to vandalism and theft shall be the responsibility of the Principal.
The Contractor is also required to keep a log book recording when and what maintenance has occurred and what materials have
been used. Make the consolidation log book available on request.
Weekly Report
Report in writing by 12 noon each Friday 1 x A4 summary of works complete as at that date.
Mowing
All areas of turf will be mown using cylinder mowers. Edging and line trimming of kerbs, paths and around trees and obstacles will
be completed after each alternate mow. Special care will be taken to ensure the trees are not damaged by mowing operations.
Herbicide
Eliminate all weed growth to landscaped areas using approved non-residual herbicide such as Roundup.
Re-Mulching
At the end of consolidation period top up mulching to all plants to conform to Specification.
Staking Maintenance
Supply and install replacement stakes as required each week.
Re-Planting
Supply and install replacement plants for unhealthy or damaged, or dead plants each week.
As part of a Monthly report, advise the Superintendent of the cost for the supply and installation of replacement plants for those
damaged or stolen through acts of theft or vandalism.
During the Consolidation Period damage to the works due to vandalism and theft shall be the responsibility of the Principal.
All other plant replacement shall be at the Contractors expense.
Pruning
Prune all dead wood or foliage from plants as required each week and maintain hedge planting.
Maintaining Site
Maintain site free of rubbish, rocks, branches etc each week on Friday or Saturday mornings only.
The Contractor shall be required to prepare and submit to the Superintendent a complete report on the state all lake hydraulic, re-
circulation and refilling systems, bores and irrigation systems and all electrics within these systems and its general operation. Any
problems, issues or recommendations shall be made in writing as part of this report for rectification as required prior to handover to
the annual maintenance period.
26.9 IRRIGATION
The Contractor shall undertake the full and complete operation of the irrigation system during the consolidation period in accordance
with the systems design requirements. The Contractor shall supervise and authorise any and all works as may be urgently necessary
to be undertaken by the selected Irrigation Contractor to ensure the full and continuous operation of the system and the watering of
the landscape works.
Consolidation works shall include a complete operational review of the irrigation system prior to handover to the annual maintenance
period. The Contractor shall issue a written report on the irrigation systems operation to the Superintendent prior to the completion
of the consolidation period. Any problems, issues or recommendations shall be made in writing as part of this report for rectification
as required prior to handover to the annual maintenance period.
26.12 HANDOVER
Reference is made to the General Conditions of Contract, definition of Practical Completion.
Give the Superintendent five (5) working days notice that the works are complete and that the works are ready for Principal handover
or for the subsequent commencement of the Maintenance Contract/Period.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 187
27 MAINTENANCE - GENERAL
27.1 GENERAL
This portion of the Contract pertains to the maintenance of the Landscape Works as per the areas nominated within contract CB-
01 and the plans as listed:
The Contractor shall undertake all works and provide all tools, equipment, labour and machinery necessary to maintain the
landscape as designed and in peak condition using best practice and approved horticultural and landscape management
techniques. The Contract Sum shall include but is not limited to the cost of all such machinery, labour, the costs of fertilisers, pest
and disease control materials. Maintenance shall mean the continuing care for the Contract area by accepted horticultural practices,
as well as rectifying any defects that become apparent in the works.
Year 1 39 weeks
Year 2 52 weeks
Tenderers should note that appointment to the first year Maintenance Contract does not necessarily mean appointment to Year 2
Maintenance Period. The potential rolling over of the Contract is subject to the Principals discretion and is subject to but not limited
to on-site and off-site performance, cost, staff, programme and capacity to perform the works.
The Contractor shall undertake the maintenance of the nominated landscape areas as per the Drawings for a minimum period of 1
(one) year and maximum period of 2 (two) years. Handover to the Council may occur at some stage during the second year period;
as such the contract is split into two years to be costed separately as indicated within the schedule.
Should the maintenance be handed to the Council at some time during the second year period the Principal shall only be liable to
pay for the maintenance as undertaken by the Contractor up to the Council handover date without penalty.
The Principal reserves the right of option at the close of the first year maintenance period to terminate the balance of the contract
without penalty or to re-Tender the remaining maintenance contract as desired.
The twelve (12) or twenty four (24) month Maintenance Period shall commence either from the date of completion of the
Consolidation Period or alternatively from the date nominated in the Project Timeline.
Subtota
l
GST
TOTAL MAINTENANCE PERIOD YEAR 1
TOTAL
Subtota
l
GST
TOTAL MAINTENANCE PERIOD YEAR 2
TOTAL
SCHEDULE OF RATES
RATE
HARD LANDSCAPE WORKS (as specified)
Concrete kerb planting edge replacement /lin m
Graffiti removal /hr
SOFT LANDSCAPE WORKS (as specified)
Mulch replacement and top up /m3
Vertimow to turf/ Dethatch /ha
Aeration to turf /ha
5mm top dressing to turf with clean yellow sand /ha
Turf replacement - couch /m2
- kikuyu /m2
Tree Plant replacement complete inc
supply/install & staking as required
- 500 litre /ea
- 200 litre /ea
- 100 litre /ea
- 45 litre /ea
- 15 litre /ea
- 5 litre /ea
Shrub Planting replacement - Complete inc supply,
install as specified
- 200mm /ea
- 140mm /ea
- Tubestock /ea
- Enviro-Cells /ea
27.10 INSURANCES
The Contractor will be responsible for Public Liability where its services are concerned. Public Liability insurance will be Ten Million
Dollars (AUD$10,000,000) in the event of any one claim.
The Contractor shall also have continuous insurance for and be responsible for Workers Compensation and vehicle Insurances
while on site and shall be responsible for the upkeep of insurances for the duration of the Contract.
If, pursuant to Clause 32 of General Conditions of Contract (AS 2124), the Superintendent approves of work outside the customary
working hours or on other than working days, or outside such other working hours or working days as are provided in the Contract,
then the Superintendent may impose on such approval any conditions which the Superintendent, at its discretion, may determine.
Such conditions may include, inter alia, a prohibition or restriction on the performance of work which requires supervision, during
extended working hours.
Customary working hours shall mean 9 hours per day, worked between 7.00 a.m. and 6.00 p.m. and ordinary working days shall
mean Monday to Friday inclusive, but exclusive of proclaimed public holidays or rostered days off. Weekends constitute working
days for urgent tasks or inspections and shall be utilised at the Principals request.
27.12 PERSONNEL
The Contractors work force will be experienced landscape persons. The foreman responsible for daily implementation and
programming of maintenance activities will have a minimum of five years experience in ornamental horticulture and be qualified in
landscape horticulture having achieved a trade certificate in landscape horticulture along with relevant diploma courses.
All personnel will be presented in company uniform and be personally presentable at all times.
A twenty four (24) hour contact number will be available for contact with a company representative should an emergency occur out
of hours.
27.13 VARIATIONS
Labour or materials provided in addition to those specified will be charged as per the Schedule of Rates if listed or otherwise on a
time plus cost of materials basis, and are not included in the Maintenance Contract price.
Daily maintenance routines may vary from that originally specified. No extra cost will be involved in this variation providing the then
present staff levels can provide the necessary service without compromising their primary occupations on site.
27.14 PAYMENT
Monthly invoices will be submitted thirty (30) days in arrears and received by the Superintendent on or before the 28th day of the
month. Submit to the Principal c/o EMERGE ASSOCIATES for certification and approval.
27.15 EQUIPMENT
The equipment required to effect this Contract, supplied by the Contractor at no extra cost to the contract, will range from hand tools
through to trucks, tractor drawn mowers, hydraulic chemical applicators and specialised turf equipment i.e. Trac-air aeration
equipment and vertical de-thatching mowers. Generally equipment shall be used as appropriate for and as best used for conducting
the works as outlined in the contract documents.
27.16 INSPECTIONS
The Superintendent shall conduct periodic inspections at their discretion without notice to the maintenance Contractor. Following
these inspections the Superintendent may organise a meeting on site with the Contractor, to examine any works not completed to
a satisfactory standard.
An initial and a final inspection will be conducted at the commencement and completion of the Contract period and shall form the
hand over to the Contractor and the subsequent hand over to the Local Authority at the end of the Maintenance Contract Period.
The Contractor shall be required to keep a maintenance log book for the purposes of evidence of dates and works completed. This
log book shall be made available to the Superintendent on request to assist in the determination of payments and programmes.
Not proceeded with the work with due diligence or is not performing the works in a good or proper and workmanlike
manner in accordance with the Agreement.
or
That the time has expired within which the works or such part of the works ought to have been completed.
or
The Contractor has failed to remedy defective work as required by the Superintendent.
The Superintendent shall give written notice to the Contractor requiring the default to be remedied within a period of 14 days.
Should the works not be completed within the stipulated period and to the satisfaction of the Superintendent, then the Superintendent
shall have the power to recommend a termination of Contract under Clause 44.2 AS 2124 1992.
The Contractor is obliged to take all reasonable steps to prevent or minimise disturbance or damage to the landscape areas,
including bringing any problems or potential problems stemming from housing construction to the attention of the builder involved
and the Superintendent.
Residential building Contractors shall be held responsible for any damage proven to be of their doing, including spreading of rubbish
materials on landscaped areas. The Maintenance Contractor shall inform the Superintendent of any conflict or problems upon
occurrence and shall seek direction.
27.24 THEFT AND VANDALISM GENERALLY (refer also to softscape and hardscape clause)
Where not the result of Contractor negligence the cost of replacement plants, hardscape and irrigation, parts and materials inclusive
of supply and installation which is necessary due to vandalism, theft or damages not under the control of the Contractor will be
submitted to the Superintendent as a variation to the Contract. Approval of the Variation must be received prior to carrying out the
works.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 198
28 MAINTENANCE WORKS HARD LANDSCAPE
28.1 CONCRETE PATHWAYS AND PAVED AREAS
All paths, paved areas and kerbing etc shall be swept or blown down after each mow or as required. All paths and paved areas will
be maintained free of weeds or unwanted vegetation by the use of non-residual Glyphosate herbicide or approved equivalent and
thereafter physical removal. All paths, paved areas and paved traffic islands shall be swept or blown down and free of weeds or
unwanted vegetation following planting.
Any obstruction or obvious defect in the paving that constitutes a public hazard will be barricaded and reported for repair.
28.3 SIGNAGE
All estate signage, excluding temporary marketing signs are to be kept clean and free of spider webs, graffiti or any material that
interferes with the design intent.
28.4 LIGHTING
All lighting poles, lenses and luminaires are to be kept clean and free of spider webs, graffiti or any material that interferes with the
design intent of the lighting. All lights are to be tested to ensure they are operating in accordance with the design intent, the
manufacturers Specification and in accordance with warranty conditions. Any electrical adjustments are to be undertaken by a
licensed electrician.
28.5 BBQS
As most usage is anticipated across the weekends the Contractor shall organise to Inspect and clean BBQs early in the week. All
hotplates, benchtops, splashbacks and side panels are to be cleaned weekly. All BBQs are to be tested to ensure they are operating
in accordance with the manufacturers Specification and in accordance with warranty conditions. Any electrical adjustments are to
be undertaken by a licensed electrician.
28.7 PLAYGROUNDS
Routine visual inspections are to be carried out by the Contractor to check the condition of all features and surfaces; report any
defects or vandalism to the Superintendent immediately. Works to rectify vandalism are to be valued as a variation to the contract.
Other defects stemming from workmanship or quality of materials are the responsibility of the Contractor or for the supplier or
manufacturer to rectify.
All paths and synthetic surfacing are to be kept free of sand or other loose fill mulch. Sand and mulch is to be swept back into play
areas; in particular, it is to be raked back into position around high use areas such as under swings and at slide exits. Sand, mulch
and synthetic surfaces are to be inspected regularly for broken glass, syringes and other hazards that may be buried or embedded;
any items are to be removed immediately and disposed of in an appropriate safe manner. The depth of loose softfall is to be
checked for compaction and to ensure minimum depths are maintained. Softfall measurement lines on play equipment are to be
checked regularly.
All play equipment and features are to be checked for broken and missing components. Any movable or flexible items are to be
intact and move freely. Inspections are required to ensure that equipment is operating in accordance with the Manufacturers design
intent and Specification and in accordance with warranty conditions. Plastic and fibreglass items are to be inspected for damage
or separation of surfaces or sections.
Rubbish bins are to be checked regularly (or as stated elsewhere in this document) to ensure that bins do not overflow. Litter is to
be collected on a regular basis and collected from all areas of the playground, including sand, lawns and garden beds, to ensure a
tidy appearance is maintained at all times.
Missing fittings Ensure that no caps, pins, clamps, covers etc have
been removed. These should all be fixed to prevent
unauthorised removal.
Plastics and fibreglass Check all joints in segmented plastic or fibreglass
products for separation or damage and for inserted
foreign objects
Any wilful damage to the landscape shall be reinstated to equal or equivalent to that shown on the plans as outlined in the Contract
Documents. The Contractor shall submit a report and quote for work before commencing work. Prior to commencing work, the
cost and extent of work is to be agreed with by the Principal and written approval obtained. During the Maintenance Period the cost
of repairing vandalised or stolen items will be borne by the Principal.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 203
29 MAINTENANCE WORKS SOFT LANDSCAPE
29.1 GENERAL WORKS
All plants shall be maintained in a healthy and vigorous growing condition. Any damaged, dying, dead or diseased plants or section
of plants shall be removed immediately once they become evident. Chemicals used shall be safe to human and household pet
health and the Contractor shall allow for and be prepared to inform local residents in order to alleviate community concerns over
spraying.
Dead plants shall be replaced with those of the same species and size. Plants that die due to the Contractors negligence shall be
replaced at the Contractors cost. A plant list will be provided to ensure replacements match those planted during the landscape
Contract.
29.2 TREES
The Contractor shall maintain, prune, fertilise, water, mulch and spray all plants as required to ensure health, vigorous growth.
Maintain weed growth and turf grasses away from tree wells. Spray surface vegetation with Roundup or grub out
as required.
Inspect periodically, as necessary, tree trunks and canopies for pathogens. Control with appropriate pesticides
utilising recognised and accepted horticultural practices.
Replenish mulch as necessary to maintain an effective mulched surface of 75mm depth.
Inspect and test irrigation systems regularly to ensure specified volumes are being delivered to the required root
ball area.
29.3 PRUNING
Pruning shall occur to either maintain or encourage healthy plant growth or to allow clear sightlines in both vehicular and pedestrian
access ways.
Prune trees to select and develop a permanent single leader and scaffold branches that are smaller in diameter than the trunk or
branch to which they are attached. The vertical spacing of branches should be 500-1000mm with radial orientation so as not to
overlay each other. Prune to remove any dead or degenerating parts of trees and make repairs to tree wounds wherever possible.
Stripping of lower branches on younger trees will not be performed; instead the branches will be maintained in a pinched back
condition with as much foliage as possible. Only when the plant begins to sucker from the base will the stem (sucker) be removed.
Primary pruning of advanced deciduous trees shall be completed whilst the tree is dormant with a secondary pruning required to
shape the tree after the tree has regenerated foliage.
Any substantial tree surgery should be deferred until mid spring to reduce the risk of disease infesting the wound.
Pruning of evergreens or semi deciduous trees can be performed as required with preference given to the spring summer period.
Stakes shall be 2 x 2.1 metre treated pine stakes for 200 litre and 100 litre trees and 2 x 1.8 metre treated pine stakes for 45 litre
trees. Guying shall occur with hessian or rubber ties.
Periodic checks will be made and wherever a deficiency in plant quality is evident it will be reported immediately.
The removal of any and all rubbish, debris and unsightly material
The removal of any and all dead, dying or diseased plant material
The removal of all weed growth from the garden beds
Ensuring all mulch is contained within the defined mulch areas
Ensure all mulch finishes flush with the top of hard edges
Plant Death
The Contractor shall take all steps to prevent plant death, including monitoring plant health and applying remedial measures. Should
plant death or damage occur due to causes under the control of the Contractor the Contractor shall be responsible for all costs
incurred to remove and dispose of dead plant material and the purchase, transporting and installation of replacement plant material
equal to that removed, as per the Contract Documents. Plants shall be replaced by plants at the pot size and dimensions as were
originally planted.
Pests and disease can cause significant damage to landscape plants. Because of areas of bush surrounding the site or nearby, the
threat of insect infestations could easily become a problem without the correct diagnosis, cure and prevention. The Contractor is
required to conduct fortnightly inspections of plant material to identify any and all disease and pest problems.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 206
30 MAINTENANCE WORKS TURF AND GRASS AREAS
30.1 MOWING
Instant Turf
All areas of instant turf will be mown using cylinder mowers or other approved means. Any alternative method shall be submitted
to the Superintendent at the time of Tender.
Edging of kerbs, paths will be completed after each alternate mow. Special care will be taken to ensure the trees are not damaged
by mowing operations. Mulch tree wells will be maintained and edged as above. Line trimming around bollards, trees and other
obstacles will be completed in conjunction with each mow.
Mowing will be completed each week during January to April and as required for the remainder of the year. A total of 32-34 cuts
per year are estimated to be required. An indicative turf management calendar is provided, the Contractor shall make their own
assessment of the adequacy of the calendar and advise the Superintendent accordingly.
If the turf area is deemed unfit for triplex use due to poor turf quality, Superintendent to be advised and alternative turf maintenance
technique submitted for approval.
30.2 FERTILISING
All fertilisers will be applied using a tractor mounted fertiliser spreader for broad acre areas and a 40kg spinner for smaller areas.
Fertilisers to be applied, their rates and frequencies of application are outlined in the Turf Management Calendar below.
Frequent application in low dosage is encouraged particularly during the establishment period.
50% reduction in fertiliser application. All fertiliser in this zone to be spread by hand
The following recommended rates of application are advised and are reflected in the turf management calendar:
The requirement for phosphorus is dependent upon the soil type. Soil type can vary across the site and it is a requirement of this
Contract for a thorough investigation of soil types to be conducted. During the Tender period the Tenderer shall familiarise
themselves with the site and ascertain the number of soil tests that are required to cover the range of soil types within the particular
Contract area. As a minimum a single soil test will be required for each POS.
A key aim of the maintenance regime is to minimise water and fertiliser usage and thereby limit the requirement for mowing. Any
methodology that assists in achieving this aim should be forwarded to the Superintendent for approval.
January
Mow each week to maintain a turf height of 15mm. (14 days for Kikuyu)
Water 3 times weekly applying 30 mm
Apply Baileys 3.1.1 at 200kg/Ha
February
Mow each week to maintain a turf height of 15mm. (14 days for Kikuyu till mid Feb)
Water 3 times weekly applying 30 mm
March
Mow each week to maintain a turf height of 15mm
Water 2 times weekly applying 20-30mm
Apply Baileys 3.1.1 at 200kg/Ha
April
Mow each week to maintain a turf height of 15mm
Water 2 times weekly applying 20mm
May
Mow every 14 days to maintain a turf height of 18-20mm. (Weekly for Kikuyu)
Pre-emergent spray for winter grass
Water once per week applying 10-20mm
June
Mow every 14 days to maintain a turf height of 18-20mm. . (Weekly for Kikuyu)
Apply selective herbicide for broadleaf weeds if necessary (rate only) seek Superintendent approval
Reticulation to be run once per week for 5 minutes per station to keep system operational
July
Mow every 14 days to maintain a turf height of 18-20mm
Reticulation to be run once per week for 5 minutes per station to keep system operational
August
Mow every 14 days to maintain a turf height of 18-20mm
Apply selective herbicide for broadleaf weeds if necessary (rate only) seek Superintendent approval
Reticulation to be run once per week for 5 minutes per station to keep system operational
September
Mow every 14 days to maintain a turf height of 15mm
Apply Baileys 4.1.1 with Grosorb @ 200kg/Ha
Water once per week applying 10mm
October
Mow every 7 days to maintain a turf height of 15mm
Vertimow to remove excess thatch (if required)
Remove any diseased patches of turf and replace with instant turf
Water 2 times per week applying 20 mm
November
Mow every 7 days to maintain a turf height of 15mm
Apply Baileys 3.1.1 at 200kg/Ha
Top dress where needed to address imperfections in levels (if required)
Water 2 times per week applying 20mm
December
Mow every 7 days to maintain a turf height of 15mm. (14 days for Kikuyu from mid Dec)
Water 3 times per week applying 30mm
Grass Death
The Contractor shall take all steps to prevent death, including monitoring grass health and applying remedial measures. Should
grass death or damage occur due to causes under the control of the Contractor the Contractor shall be responsible for all costs
incurred to remove and dispose of dead grass material and the purchase, transporting and installation of replacement grass material
equal to that removed, as per the Contract Documents.
The Principal shall be responsible for the above process and costs only if grass death can be proven to be caused by something
other than the Contractors negligence.
The Contractor shall ensure that reticulation remains functioning at all times and to the capacities required. As this is the Contractors
responsibility any death of turf from lack of water shall be rectified at the Contractors expense.
Pests and disease can cause significant damage to a landscapes grass. Because of areas of bush surrounding the site or nearby,
the threat of insect infestations could easily become a problem without the correct diagnosis, cure and prevention. The Contractor
is required to conduct fortnightly inspections of grass material to identify any and all disease and pest problems.
31.3 DETHATCHING
The turf will require a full dethatching annually on October or as otherwise approved. A light verticut is to be scheduled toward the
end of summer. The use of a tractor mounted vertical mower will be used to complete this activity. This item is excluded from the
lump sum price and is to be valued separately in the schedule of rates.
31.4 LITTER
All litter will be removed from pathways and high profile areas including lake edges and water courses on an as required basis. All
other areas such as car parks, lawns, general gardens and roadways will have litter removed twice weekly. It is the responsibility
of the Contractor to remove all rubbish from the bins installed under the Contract and ensure all wheel bins are taken to kerb on the
nominated collection day unless an alternate arrangement has been approved by the Superintendent. Alternatively the Contractor
may choose to remove all rubbish from all bins directly from site.
31.5 IRRIGATION
The effective operation of the Irrigation System shall be the responsibility of the Contractor but they shall engage a registered
Irrigation Association of Australia Contractor to CHECK, ADJUST AND REPORT on the system weekly. Any repairs, servicing
and modification to the system (including the bore and associated electrics) as necessary to ensure the landscape is healthy and
developing to achieve the Design Objectives, are the responsibility of the Contractor but at additional cost. Any such repairs,
servicing and modification necessary are to be reported to the Superintendent with a costing for approval by the Principal.
The contract is for inspection, monitoring and adjustment of the irrigation system as below and any major servicing and repairs is to
be priced separately and as required.
The Principal shall not be liable for costs to rectify any and all landscape works damaged as a result of the Contractors negligence
in ensuring the continuous operation of the irrigation system.
As the current operation of the irrigation equipment is essential to achieving a healthy landscape, the engagement of a qualified
Irrigation Contractor to carry out this check and report status, is paramount.
Areas where erosion control and prevention do not fall to the Contractor include:
Should erosion control be required in areas within the Contract area but the source of the erosion is outside the Contract area, then
the Contractor shall apply to the Superintendent for direction, while taking all reasonable steps to prevent or minimise continuing
erosion.
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 212
APPENDICES
SECTION E
emerge associates
SPECIFICATION CATALINA BEACH STAGE 25 Contract CB-01 213
32 BULK EARTHWORKS SPECIFICATION
b. STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the respective
Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of appropriate
materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard has been revised,
amended and/or designated, or is not current as at the date of close of Tenders, the applicable Standard shall be the Australian Standard
which is current as at the date of close of Tenders.
Materials and workmanship shall conform to the current Australian Standards, where such Standard exists, including the following:
The temporary fencing shall comply with the requirements of applicable Safety Plans and shall be sufficiently robust and secure to prevent
the following activities occurring within the protected area for the duration of the Contract:
The Contractor shall be responsible for maintaining the fence as an effective barrier at all times throughout the Contract.
The Contractor shall be responsible for carrying out this monitoring and associated costs on the instructions of the Superintendent.
The absolute maximum noise level permitted is 67db(A) at the nearest boundary of the nearest property to the Site from Mondays to Saturdays
and nothing greater than ambient noise on Sundays.
If noise levels exceed the above the Contractor shall be required to modify its work methods or plant types so as to comply with the permitted
level.
The Contractor must demonstrate that any plant employed in relation to the Works does not exceed the manufacturer's stated noise levels.
The Contractor shall take account of the contents of AS 2436-1981 Guide to Noise Control of Construction Maintenance and Demolition
Sites.
All plant employed in relation to the Works shall be in good order and repair.
Where dust and wind borne materials are generated from the work Site areas whilst machinery and plant are not working or have not worked
the Contractor shall, at the direction of the Superintendent, implement dust control measures in accordance with the Specification and
Guidelines. The cost of implementing these measures shall be borne by the Contractor and shall be included in the Contractor Sum.
Notwithstanding the allocated Site Classification, if during the Works the suggested dust suppression measures are found to be insufficient
the responsibility for carrying out the necessary measures to achieve the desired level of dust suppression rests totally with the Contractor as
occupier of the Site. Should additional methods of dust suppression implemented, such as wind fencing/watering etc, fail to control the dust
to a satisfactory level under EPA Guidelines then it may be necessary to cease work on the particular activities generating the wind borne
material.
No extension of time will be granted for the implementation of dust control. Should the Contractor or Superintendent deem it necessary to
cease all or part work on the site to control dust, an extension of time without costs may be granted in accordance with the Amended Form of
AS2124-1992 Construction Contract. The Contractor shall be responsible for making good of areas affected by dust and wind borne material
emanating from the site and for the resolution of claims made. Insurances as required by the Contract shall be adequate to cover the risks
assessed in accordance with this Section and shall provide cover to a minimum of $50,000.00.
The extent of the dilapidation surveys will be agreed by the Principal and the Contractors Representative, however, direction will be provided
by the Superintendents Representative in order to help identify the properties at risk of potential damage.
Following the dilapidation surveys, a risk assessment will be conducted for all the buildings surveyed. Where the assessed risk of damage to
the building is high, monitoring of vibration will be put in place prior to works commencing, and, protective measures installed to preserve the
building.
32.11 CLEARING
Unless otherwise specified or directed, remove all trees, logs, stumps, boulders, roots and scrub within the limits of clearing. Demolish and
dispose of existing fences, structures and slabs detailed to be removed. Grass and topsoil shall not be removed as part of this initial clearing.
Grub out stumps and roots to a minimum depth of 500mm below Sub-grade in paved areas or below finished surface in unpaved areas.
Backfill grub holes with suitable spoil from excavations compacted in layers to the density of the surrounding undisturbed soil.
Give seven (7) days notice of intention to clear any section of the works so that the Superintendent may determine the trees and plants not
already detailed within the limits of clearing which are to be preserved.
Limits of clearing are defined as lines one metre outside the intersection of excavation or embankment slopes with the natural surface or the
outside limits of slope rounding together with any other limits detailed.
d. DISPOSAL OF MATERIAL
Unless otherwise permitted or directed, all debris resulting from clearing operations together with all lying and fallen timber and rubbish shall
be removed from the site. All cleared material removed from the site shall, unless required by the Contractor for other purposes, be loaded,
hauled, dumped and disposed of in a tip in compliance with statutory requirements.
The Superintendent may permit the disposal of boulders, concrete fragments and other incombustible materials by burial within the POS
reserves outside paved areas. When buried, the tops of boulders, etc. shall be not less than 500mm below finished surface.
The Superintendent may direct that boulders greater than 0.03 cubic metres in volume be stockpiled on site.
e. BULK EARTHWORKS
Where indicated on the Drawings and itemised in the Tender Schedules, Bulk Earthworks are to be undertaken in accordance with the relevant
Engineers Specification (refer Appendix III).
g. EXCAVATION
Excavate to conform to the lines grades, cross-sections and dimensions shown on the Drawings. The Superintendent may order the removal
of any soft spots, debris or organic material exposed when excavated areas have been trimmed to finished formation levels. Remove all
rocks and boulders which protrude above finished surfaces of Sub-grades.
Separate the best granular materials from excavations for use in the upper layers of fill Sub-grades.
Stockpile topsoil on or near the site for later re-use as specified. Topsoil stockpiles shall not exceed 1.5m in height. If to remain unused for
more than four (4) weeks, topsoil stockpiles shall be sown with a fast growing, non-invasive seed with good soil retention capacity.
All material removed from the pond area is to be disposed of off site to a Class 2 disposal facility unless specified otherwise.
If not already cleared, dumping sites shall be cleared and grubbed to the extent necessary before any material is deposited. Strip topsoil as
specified and set aside for later re-spreading over the dumped spoil. Selling of unused surplus spoil may be examined as approved by the
Superintendent with proceeds to be paid to the Principal in full.
Before filling commences, the Superintendent may order the removal of any soft spots, debris or organic material exposed when the nominal
depth of topsoil has been stripped in areas where natural surface is within 1m below finished levels. This additional stripping may extend to
a depth of 300mm below the general depth of stripping. Grade all stripped surfaces to prevent accumulation of water.
Where fill is to be constructed on hillsides or against existing fills, slopes which are steeper than 1:3 shall be benched and roughened to allow
placement of filling in layers and to prevent slip failures at the interface.
Materials
Unless otherwise specified or directed, the materials used for filling shall be obtained from cut from site. Filling shall be free from logs, stumps,
weeds and other perishable matter. The best available material, i.e. the most granular and least plastic, shall be used in the upper layers of
road embankments. Material used in the top 150mm below Sub-grades shall be free of particles larger than 75mm. Material used in the top
600mm below Sub-grades shall be free of particles larger than 150mm.
Rocky materials not exceeding 600mm maximum dimension may be used in embankments. Suitable fine materials shall be placed with the
rock to fill the interstices and produce a dense compact embankment.
The Superintendent may permit the disposal of rocks larger than 600m by burial in banks, mounds, or other areas at least 300mm below
finished surface. Alternatively, large rocks may be secondary blasted to suitable size at no additional cost and incorporated in fills.
The Superintendent may direct that material unsuitable for embankments be used elsewhere on site or run to spoil. If this should result in a
deficiency of material available for filling, then additional materials shall be obtained as directed.
l. ROCK EXCAVATION
Rock excavation is classed as any excavation material that cannot be undertaken by a hydraulic excavator fitted with a rock bucket at a rate
of three cubic metres per hour.
Rock excavation shall be undertaken as an approved variation to the Contract at the rate specified by the Contractor in the Schedule of prices.
Rock excavation is a provisional quantity and payment for rock excavation shall only be made where the extent has been determined by the
Contractor and Superintendent and an approved variation issued. The remaining dollar balance of any variations issued shall remain with the
Principal to be expended if and as approved.
Harmful Materials
Do not store or otherwise place bulk materials and harmful materials under or near trees. Do not place spoil from excavations against tree
trunks, even for short periods. Prevent wind-blown materials such as cement form harming trees and plants.
Damage
Prevent damage to tree bark. Do not attach stays, guys and the like to trees.
Roots
Do not cut tree roots exceeding 50mm diameter unless approved by the Superintendent. Where it is necessary to cut tree roots, use means
such that the cutting does not unduly disturb the remaining root system. Immediately after cutting, apply a bituminous fungicidal sealant to
the cut surface to prevent the incursion of rot or disease.
Backfilling
Do not backfill around tree trunks to a height greater than 300mm above the original ground surface. Immediately after backfilling, thoroughly
water the root zone surrounding the tree.
Compacted Ground
Avoid compaction of the ground under trees. The parking of plant and storage of equipment under trees to be retained is not permitted.
Australian Standards
All works associated with the protection of existing trees shall comply with Australian Standard;
AS 4970 Protection of trees on development sites
The penalties for significant damage (as determined by the Superintendent) or unauthorised clearing are as follows:
For the purposes of this Specification a tree is all trees with a 200mm diameter trunk and greater, and one metre or greater in total height.
Contractors should note that if clearing works extend beyond the prescribed limits without the written authorisation of the Superintendent,
these costs will apply and be borne solely by the Contractor by reduction in monies payable under the Contract.
If the Contractor believes that for construction purposes, additional movement areas are required in the form of haul roads and/or access
roads, they shall submit details of the proposed location and extent of these roads to the Superintendent for approval prior to their construction.
In addition to the above penalties the Contractor shall undertake to co-ordinate, manage and achieve any and all necessary approvals in
relation to protecting and /or the rectification of damage to the satisfaction of the Superintendent, Local Authority and relevant agencies.
Arborist
When there is no option but to work in the immediate vicinity of existing trees that are to be retained, the Contractor is to organise for a
qualified Arborist to be on site to oversee these works.
The Contractor is to engage, at the Contractors expense, a qualified, experienced and reputable Arborist to oversee the demolition works in
close proximity to any particular tree to be retained. The Arborist is to be contacted a minimum 3 weeks prior to the demolition works
commencing to ensure appropriate scheduling of works.
p. VEGETATION REMOVAL
The Contractor shall note that trees to be removed and/or retained shall be tagged on site as follows. The Principal, Contractor and
Superintendent shall agree to either;
The Contractor shall not remove any trees or vegetation without seeking absolute clarity from the Superintendent in writing as to which option
above has implemented.
All tree removal shall comply with the relevant Australian Standards and accepted industry standards, particularly but not limited to safety,
adjoining property, insurance and pedestrian and traffic control. The Contractor shall be liable for any and all costs associated with damage
or injury resulting from tree removal.
Grub out stumps and roots over 75mm diameter to a minimum depth of 500mm below Sub-grade in paved areas or below finished surface in
unpaved areas. Backfill grub holes with suitable spoil from excavations compacted in layers to the density of the surrounding undisturbed
soil.
All debris together with fallen timber shall be loaded, hauled and disposed of in a tip in compliance with statutory requirements or may if
instructed be dumped as directed by the Superintendent.
q. WEED ERADICATION
All weed growth shall be eliminated throughout the landscape areas prior to commencement of any soil preparation or planting or grassing
works. Weed eradication shall be undertaken by use of an approved non-residual herbicide such as Roundup or equivalent. Apply such
herbicide only on windless days strictly in accordance with the manufacturers written directions and any relevant health regulations.
Following the application of the herbicide, the treated areas shall be left undisturbed for a minimum of seven (7) days ingestion period prior
to undertaking any further work in such areas.
The Contractor shall not remove any vegetation until instruction from the Superintendent in writing is provided as to the extent of staged
clearing.
White painted timber stakes to define the position of trees, paths, paving, garden beds and other construction elements as
specified and or on the Drawings
Bench marks for reduction of levels (if required)
Stakes to define lot boundaries
Setting out shall be approved by the Superintendent prior to the commencement of construction.
Permanent survey pegs that have been damaged or moved during construction shall be reinstated by a Licensed Surveyor nominated or
approved by the Superintendent and the cost of such work shall be paid for in full by the Contractor.
Should survey pegs or marks be in the line of construction operations, the Contractor shall advise the Superintendent prior to commencing
work to enable their temporary removal or relocation of the works. Co-ordination shall include necessary approvals from Main Roads
Department, Council, Service Authorities, other Contractors and the like.
Due to the nature of landscape construction works, minor changes in the layout of the works may be instigated by the Superintendent on
site.
The Contractor shall allow in their price for changes in the setout of the works. A variation to the contract shall only be issued where any
changes results in a change in the Bill of Quantities.
u. MATCHING UP
The Contractor shall ensure that all levels neatly tie in and match up with existing work in adjoining areas to the satisfaction of the
Superintendent. This shall include work associated with roads, pathways and paving carried out previously to the areas covered by this
Contract.
v. CLEAN FILL
Material to be used for fill shall consist of materials approved by the Superintendent, free from timber, stumps and weeds, or other perishable
matter, and shall be obtained generally from the excavation.
Any material imported to be used as suitable fill shall satisfy the following criteria:
The sand shall be clean, cohesion-less, free draining and free of all silty, organic or any other deleterious inclusions
Having greater than 80% material passing 19mm sieve
Containing no greater than 4% by weight of soil fractions finer than 0.075mm
Having plasticity index equal to 0% (i.e. no plastic)
The ratio of the maximum density shall be greater than 1.20 the maximum and minimum densities shall be determined in
accordance with test AS1289.5.5.1.
The Contractor shall provide classification and compaction test results on representative samples of the proposed material from a NATA
registered testing authority for approval by the Superintendent prior to the importation of this material to site.
If the material excavated from the site trenches is unsuitable or insufficient to accomplish the bedding and back-filling operation to the
satisfaction of Superintendent, then the Contractor shall import clean sand fill for this purpose, at its expense.
The Contractor shall provide all necessary equipment for the backfilling of trenches, compacting and levelling. Excessive subsidence of
trenches during the Defects Liability period shall be the responsibility of the Contractor to rectify at its own expense.
All surplus soil excavation, including rocks removed from backfill material, shall be removed from the site by the Contractor at its expense.
The Contractor shall ensure that compaction no less than 95% of the modified maximum dry density when tested in accordance with Australian
Standards.
a) A copy of the pre-calculation plan, marked up to show the pegs placed and bench mark level information;
As specified in the Amended Form of AS2124-1992 Construction Contract, it shall be the Contractors responsibility to re-establish, recover
or transfer any of the above survey pegs which will be, or are, disturbed in the course of construction.
The Contractor shall give the Project Surveyor 48 hours notice of when information is to be provided to the Contractor.
Pipe and RCB drains, End Treatments, Access Chambers, Open Drains and all Earthworks shall be set out in accordance with the alignments
and levels shown on the working drawings. Setting out tolerances are:
The concept of the works and the alignments (both vertical and horizontal) shown on the drawings shall not be altered in any way without the
prior approval of the Manager, Asset Management in Perth Region.
Contours and levels provided on the Drawings to show existing levels shall be deemed to be the levels used in preparation of the Tender.
If it can be shown on the date of Possession of Site by the Contractor, or within 48 hours of that date, that the existing levels differ from the
levels shown on the Drawings by an amount which would change the quantity of any of the work to be executed under the Contract by more
than 10% of the quantity calculated from the levels shown on the Drawings, the Contract sum shall be adjusted accordingly.
Following completion of the works the Contractor shall, prior to the practical completion inspection, ensure that all sand, silt and debris is
cleared from the site. The Contractor shall remain responsible for maintaining these works free of sand, silt and debris until the date of Practical
Completion. The site shall be presented in a tidy condition.
At completion, the earthworked areas shall be cleared of all refuse, rubble and the like and neatly graded prior to hydromulching.
Top quality presentation of the completed works is of paramount importance and the Contractor shall make full allowance for:-
The requirements of this clause shall also extend to existing roads, existing roads used for access, and storm water drains which are directly
affected by the works under the contract.
All rubbish disposal shall be in accordance with the requirements of the Environmental Protection Authority, the Local Council and conditions
imposed by the Superintendent.
The Contractor is wholly responsible and liable for the design and construction of all temporary works in relation to the Works.
When requested by the Superintendent, the Contractor shall forthwith supply full details of any proposed temporary works.
The submission of calculations or details shall not in any way limit the liability of the Contractor nor be seen as an admission of liability on the
part of the Principal or the Superintendent.
33.9 DRAWINGS
Unless instructed in writing by the Superintendent no drawing issued by the Principal shall be used for the purposes of construction of the
works unless it is marked as Issued for Construction.
Pursuant to Clause 37 of the Amended Form of AS2124-1992 Construction Contract, the defects liability period shall be twelve calendar
months from the date of issue of a Certificate of Practical Completion.
Where a part of the Works under the Contract is indicated to be carried out by a Nominated Sub- Contractor the provisions of Clause 9 of the
Amended Form of AS2124-1992 Construction Contract shall apply.
The Nominated Sub-Contractor shall be required to enter into the Sub-contract on the same terms and conditions as this Contract with the
additional requirement that it carries out the Work the subject of the Nominated Sub-contract within the time periods indicated by the Program,
as updated from time to time.
The actual start date shall be that upon which the Contractor makes available the section of work to the Nominated Sub-Contractor.
Aboriginal artefacts.
The Contractor shall not be entitled to any extra payment or costs under the Contract in respect of the matters above.
34.3 NOTICE
If the following are encountered, give notice immediately and obtain instructions before carrying out any further work in the affected area:
Bad ground
Discrepancies
Rock
Springs
Underground tanks/structures.
34.4 DEFINITIONS
Bad ground Ground unsuitable for the purposes of the works, including fill liable to subsidence, ground containing cavities, faults or fissures,
ground contaminated by harmful substances and ground which is or becomes soft, wet or unstable.
Discrepancy - A difference between contract information about the site and the conditions encountered on the site, including but not limited
to discrepancies concerning:
Rock Excavation in rock shall comprise excavation of material in place whether solid or not that cannot be ripped and excavated by a
tracked excavator (Caterpillar 330B or equivalent) in good condition. The excavator shall be capable of exerting a minimum breakout force of
180kN at the bottom of the excavation with a 600 mm wide bucket fitted with rock teeth. Excavation in all other classes of material shall be
termed common excavation.
Material which can be loosened with a pick, frozen materials, soft laminated shale and hardpan, which for convenience or economy is loosened
by drilling, blasting, wedging or the use of pneumatic tools, removal of concrete pavement and retaining walls, shall not be classified as rock
excavation.
Topsoil is to be separated from all other spoil material. Stockpiles are to not exceed 3.0m in height.
Clearing shall consist of clearing areas of all fallen trees, brush, shrubs and other vegetation, and rubbish and boulders and shall include the
grubbing out (removal) of all stumps and roots larger than 80 mm diameter to a depth of 300 mm below either the natural surface or the
finished sub grade surface, whichever is the lower, and disposing of all spoil resulting from the clearing and grubbing. Any grub holes left after
the grubbing out of roots and stumps shall be filled with sand and compacted in accordance with the requirements of the specification. All
standing trees shall remain unless directed otherwise by the Superintendent.
Machines used for pushing and heaping operations shall be fitted with root stakes or similar equipment and operated in such a manner that
as little soil as possible is removed and heaped with the cleared material. No material from clearing is to be pushed beyond the limit of the
site.
All cleared vegetation shall be mulched, transported and stockpiled at the designated stockpile site. Spoil from grubbing out; unsuitable
material, uncontrolled fill and rubbish etc shall be removed from site to an approved Local Authority tipping site at the Contractors expense.
Access tracks, borrow areas, storage areas and the like shall be kept in a condition acceptable to the Superintendent. Access tracks shall
only follow proposed roads. The Superintendents permission shall be obtained prior to any other access tracks being placed which may
destroy vegetation.
Where the Contractor inadvertently clears bushland or trees to be retained without approval of the Superintendent, the following costs will be
deemed as an amount owing to the Principal by the Contractor:-
35.3 TOPSOIL
After the completion of clearing operations all topsoil shall be stripped to a minimum depth of 150mm of soil and roots. Topsoil shall be
screened and stockpiled on designated site. The contractor may be instructed by the Superintendent to remove excess topsoil from site
The method of and designated area for stockpiling shall be discussed with the Superintendent prior to commencement of construction
During the removal of topsoil the Contractor shall take all precautions necessary to prevent damage to any retained vegetation within or
adjoining the limits of clearing.
35.4 EXCAVATION
Excavate over the site to give correct levels and profiles as the basis for construction, paving, filling and landscaping. Make allowance for
compaction or settlement.
Before commencing any excavation, the Contractor shall locate all utility services which cross or run parallel to the site of excavation and
associated spoil or excavation operations.
The Contractor shall be responsible for the locating and protection of such services and shall meet all costs associated with any necessary
repairs thereon to the satisfaction of the Statutory Authority concerned.
During the process of the work the Contractor shall take all precautions against damage to adjacent structures including roads, paths, drains
etc. Should damage occur it shall be reinstated by the Contractor at his own expense and shall be to the satisfaction of the Superintendent.
The excavation and other works along any public or private road shall be carried out in such a manner as to avoid as far as possible any
obstruction to traffic or inconvenience to the public. All soil or other material thrown up from the excavation and all tools, plant, pipes and other
materials shall be made to occupy the least possible space to ensure that maximum width of safe road for vehicles, and the Contractor must
maintain pedestrian and vehicular access to all properties at all times.
calibration certificate showing the mass, drop height and tip diameter shall be provided. The cost of all penetrometer testing shall be included
in the rates for foundation preparation and earthworks.
Should difficulty arise in achieving the specified Perth penetrometer blow count the Superintendent may direct that in-situ density testing be
performed to confirm the correlation between blow count and density and ensure that a density index of at least 70 % is being achieved in
accordance with AS 1289 Method 5.6.1.
The Contractor shall undertake all compaction testing required to demonstrate that the Works have been undertaken in accordance with the
requirements of this specification. Compaction testing shall be undertaken in accordance with the requirements of AS 3798-1996.
The results and records of all compaction tests shall be submitted to the Superintendent.
If fill is to be placed on a surface which slopes more than 1:4, bench the surface to form a key for the fill. As each layer of fill is placed, cut the
existing ground surface progressively to form a series of horizontal steps at least 1 metre in width. Recompact excavated material as part of
the filling.
The backfill shall be trimmed to a neat finish to a tolerance of 40 mm so that the surface shall be even.
The approved subgrade preparation shall be surveyed by the Contractors licensed surveyor, and shall be independently spot checked by
the Principals surveyor. This survey data shall be use as a base in determining/checking the quantity of Forward Earthworks.
The contractor shall notify and allow the superintendent adequate time to inspect, review the contractors compaction test sheets, and confirm
sub-grade has been compacted to the requirements stated in this technical specification and geotechnical report.
The imported fill material shall have a soaked CBR of not less than 10%.
All fill material shall be placed in layers no greater than 300 mm thick and compacted to a Perth Sand Penetrometer test (AS 1289
Method 6.3.3) result of not less than 8 blows for the 300 mm interval 150 mm to 450 mm, 10 blows for the 300 mm interval 450
mm to 750 mm, and 11 blows for 750 mm to 1,050 mm, and deeper. Place and compact fill to the designated dimensions, levels,
grades, and cross sections so that the surface is always self draining. When filling at structures place and compact fill in layers
simultaneously on both sides of structures, culverts and pipelines to avoid differential loading. Where necessary to achieve the
required density or moisture content, adjust the moisture content of the fill before compaction.
Inspect topsoil and vegetation stripping and assess whether sufficient topsoil has been removed, subsurface
conditions are adequate, and level of compaction has been achieved
Undertake post earthwork verification testing to assess the level of compaction achieved across the site
Provide a report detailing the earthworks verification studies, including site classification to AS2870- 1996
Compaction Testing
During the process importation and compaction of fill material, the contractor shall provide compaction test sheets to the
Superintendent on weekly bases, confirming lifts have been compacted to the requirements stated in this technical specification.
The contractor shall also provide Calibration Certificates.
It should be expected that the superintendent will be auditing the contractors lift compaction tests on a weekly basis.
The contractor shall notify and allow the superintendent adequate time to inspect, and test, to confirm that the final individual Lot
Classification is in accordance with AS2870-1996.
Tracking
On weekly bases, the contractor shall record the progress of compacted earthworks, on drawings, and make this information readily
available to the Superintendent. The location of quality control tests shall be referenced on this drawing.
36.5 HYDROMULCHING
Hydromulching shall be carried out at the direction of the Superintendent while works are on the way.
Hydromulching shall be carried out to the entire area following completion of the clearing and earthworks within that area.
Once an area has been hydromulched, no traffic, construction plant or disturbances of the area shall be permitted to occur on the
area. If any such disturbance to a previously hydromulched area takes place it shall be re-hydromulched at the Contractor's expense.
Soil Tack ST8 at 300kgs per hectare and recycled newsprint at 1,500 kg per hectare.
Once mixed the hydromulch is to be applied in even quantities making sure that the entire area nominated is covered with the
specified mix.
The Contractor.
All costs associated with (a) shall be paid by the Principal whereas all costs associated with (b) shall be paid by the Contractor. The
Contractor shall give timely notice to the Superintendent in respect of (a) so that arrangements with the appropriate Licensed
Surveyor may be made by the Superintendent commensurate with the job requirements. Irrespective of the various sources of the
specified "as constructed" information, all information shall be satisfactory to the Superintendent and shall be available before the
issue by the Superintendent of the Certificate of Practical Completion. Additionally, and together with the Contractor's statements
for payment claims, interim information shall be submitted as specified.
38.2 GENERAL
Scope of Works
The Contract for the irrigation works is to include the construction, installation, testing & commissioning of:
Landscape Type Volume of Water for Volume of Water Volume of Water for
Testing and per week during Testing and
Commissioning Construction Period Commissioning
Mature Transplants
Trees
Turf
Shrub Planting
Other ( list below )
38.5 STANDARDS
All equipment, materials and workmanship supplied by the Contractor for incorporation into the Works shall comply with the
respective Australian Standard applicable which is current as at the date of close of Tenders.
Where an Australian Standard is nominated in this documentation, it is provided as a guide to the Contractor for the selection of
appropriate materials and/or work practices which are required by the Principal. Where a nominated Standard or Interim Standard
has been revised, amended and/or designated as not current as at the date of close of Tenders, the applicable Standard shall be
the Australian Standard which is current as at the date of close of Tenders.
Any ambiguity perceived or otherwise between the appendices and the main Specification document shall be immediately reported
to the Superintendent.
ABN47010118895
1ALTONASTREET
BIBRALAKEWESTERNAUSTRALIA6164
TELEPHONE0894347500
FACSIMILE0894347501
TECHNICALSPECIFICATION
FOR
AUTOMATICIRRIGATIONSYSTEM
CATALINABEACH(STAGE1)
CLARKSON,W.A.
AMENDMENTRECORD
CatalinaBeach(Stage1) EmergeAssociates
1 AUTOMATICIRRIGATIONSYSTEM...........................................................................................3
1.1 SCOPEOFWORKSANDINTENT........................................................................................................3
1.2 GENERAL.....................................................................................................................................3
1.3 WORKBYOTHERS.........................................................................................................................3
1.4 COORDINATIONOFSUBCONTRACTORSANDOFWORKS.........................................................................4
1.5 SETOUT.......................................................................................................................................4
1.6 ERRORS&OMISSIONS...................................................................................................................4
1.7 TIDYINGUP.................................................................................................................................4
1.8 MATERIALSSTORAGE....................................................................................................................5
1.9 SITESAFETY.................................................................................................................................5
1.10 EXISTINGSERVICES........................................................................................................................5
1.11 CONTRACTVARIATIONS.................................................................................................................5
1.12 ASCONSTRUCTEDDOCUMENTATION...............................................................................................6
1.12.1 IrrigationDrawings..........................................................................................................6
1.12.2 Manual............................................................................................................................7
2 EXISTINGBOREHOLE...............................................................................................................8
3 BOREPUMP............................................................................................................................9
3.1 PUMPSHROUD............................................................................................................................9
3.2 DISCHARGECOLUMN.....................................................................................................................9
3.3 CONCRETEBLOCK.........................................................................................................................9
3.4 DISCHARGEASSEMBLY...................................................................................................................9
4 IRONFILTRATIONUNITFORBORE.........................................................................................10
5 ELECTRICAL............................................................................................................................11
5.1 POWERSUPPLY.LABELINGEARTHING.............................................................................................11
5.2 VARIABLESPEED.........................................................................................................................11
5.3 SINEWAVEFILTER......................................................................................................................11
5.4 ELECTRICALCONTROLCUBICLE......................................................................................................12
5.5 SUBMERSIBLECABLES..................................................................................................................12
5.6 TESTING....................................................................................................................................12
6 IRRIGATIONSYSTEM..............................................................................................................13
6.1 SUPPLYANDINSTALLIRRIGATION...................................................................................................13
6.2 SITEAVAILABILITY.......................................................................................................................13
6.3 SETOUT.....................................................................................................................................13
6.4 SLEEVES....................................................................................................................................13
6.5 PIPEWORKCOVER.......................................................................................................................13
6.6 MAINLINEPIPEWORK..................................................................................................................14
6.7 CASTIRONFITTINGS....................................................................................................................14
6.7.1 Bends.................................................................................................................................14
6.7.2 Tees....................................................................................................................................14
6.7.3 Tappingbands...................................................................................................................14
6.7.4 Reducers............................................................................................................................14
6.7.5 Flangedconnectors...........................................................................................................14
6.8 THRUSTBLOCKS.........................................................................................................................15
6.9 LATERALPIPEWORK.....................................................................................................................15
6.10 PVCPIPEFITTINGS.....................................................................................................................15
6.10.1 CrossStackingofFittings...............................................................................................15
1
CatalinaBeach(Stage1) EmergeAssociates
6.10.2 PipebetweenFittings....................................................................................................15
6.10.3 BendingofPipe.............................................................................................................15
6.11 SOLVENTCEMENT.......................................................................................................................15
6.12 PRIMINGFLUID..........................................................................................................................16
6.13 PLASTICTHREADEDFITTINGS........................................................................................................16
6.14 TAPPINGBANDS.........................................................................................................................16
6.15 EMBEDMENT&BACKFILLING........................................................................................................16
6.16 COMPACTION.............................................................................................................................16
6.17 EXCESSSPOIL.............................................................................................................................17
6.18 SOLENOIDCONTROLVALVES.........................................................................................................17
6.19 AIR/VACUUMRELEASEVALVE.....................................................................................................17
6.20 ISOLATIONVALVES......................................................................................................................17
6.21 VALVEBOXES.............................................................................................................................18
6.22 SPRINKLERHEIGHT&ADJUSTMENT...............................................................................................18
6.23 SPRINKLERS...............................................................................................................................19
6.23.1 TurfArea........................................................................................................................19
6.23.2 GardenArea..................................................................................................................19
6.23.3 TreeBubblers................................................................................................................19
7 SENSORS...............................................................................................................................20
7.1 FLOWSYNC...............................................................................................................................20
7.2 ETSENSOR................................................................................................................................20
8 CONTROLSYSTEM.................................................................................................................21
8.1 CONTROLLERS............................................................................................................................21
8.2 TWOWIREPATH........................................................................................................................21
8.3 FLOWSYNCWIRES.....................................................................................................................21
8.4 FIELDDECODERUNITS.................................................................................................................21
8.5 SURGEPROTECTION....................................................................................................................21
8.6 CONDUIT...................................................................................................................................21
8.7 WIRECONNECTORS....................................................................................................................21
8.8 CABLEPITS................................................................................................................................21
APPENDIX1EXISTINGBOREINFORMATION................................................................................22
APPENDIX2PUMPCURVE..........................................................................................................25
CatalinaBeach(Stage1) EmergeAssociates
1 AUTOMATICIRRIGATIONSYSTEM
1.1 ScopeofWorksandIntent
Theworkstobecompletedaspartofthiscontractincludebutarenotlimitedto:
1. Supplyandinstallationofasubmersiblepumpandheadworksasspecified.
2. Supplyandinstallationofanironfilterasspecified.
3. Supplyandinstallationofanelectricalcubicleasspecified.
4. Supplyandinstallationofanewcontrollerasspecified.
5. Supply and install of turf spray, garden spray, tree bubblers, pipework, valves and all
associatedcomponents.
6. The supply, installation, commissioning and testing of the automatic irrigation system
componentstothesatisfactionofthesuperintendent.
Thethree(3)portionsofworkstobecompletedaspartofthiscontractincludebutarenot
limitedto:
1. EntryandMainPOS
2. AviatorBoulevardStreetscapes
3. MarmionAveVerges
Thisspecificationandassociateddrawingshavebeenaccomplishedforthepurposeofoutlining
tothecontractortheextentoftheworks,whicharerequiredbytheclientandtherouteand
approximateposition,and/orlocationofit.
1.2 General
ThecontractoristocarryoutworkasdetailedandinaccordancewiththisSpecificationand
Drawings,thewholeofwhichshallbedeemedtoconstituteonedocument.Thisspecificationis
tobereadinconjunctionwiththecurrentCityofWannerooIrrigationSpecificationsNovember
2015andwherethespecificationsvarytheCityofWannerooIrrigationSpecificationshalltake
precedence.
1.3 WorkbyOthers
TheContractorshallliaisewiththeothercontractorsundertakingassociatedworkstowhichthe
Contractormustconnectfortheprovisionofservices,asfollows;
Service Contractor
Powersupplyforbore Principal
Sleevesunderroads CivilContractor
Sleevesunderpathsorhardscapes LandscapingContractor
FutureconnectiontotheNBN CityofWanneroo
CatalinaBeach(Stage1) EmergeAssociates
1.4 CoordinationofSubcontractorsandofworks
Theirrigationcontractorisresponsibleforcoordinatingtheactivitiesofhisinstallersorsub
contractorsandresolvinganyconflictsthatmayarise.Theirrigationcontractorisrequiredto
liaisewithexternalpartiesfortheprovisionofservicesthataretobesuppliedbyothersandthat
isessentialfortheinstallationoftheirrigation.
Theirrigationcontractorisrequiredtocoordinatewithotherdisciplineseitherduringthe
progressionoftheworksorbeforethestartofthework.Theirrigationcontractorisrequirednot
todamageotherpartiesworksandotherpartiesarerequirednottodamageirrigationworks.
Paymentofdamagesbyeitherpartymayberequiredwhenresponsibilityfordamagecanbe
clearlydetermined.
Coordinationforfinalelevation/sitegrading,drainageandforthelocationofwalkways,
footpaths,lightposts,mowingkerbsandkerbsisrequired.
1.5 Setout
Theirrigationcontractorshallprovideforapropersetoutofhisworks.Markingoutoftheworks
mayrequireapprovalbythesuperintendentbeforetheinstallationcanproceed.
Theirrigationcontractorisrequiredtofollowtheirrigationlayoutasshownonthedesign
drawingwherepossible.Whenadeviationfromtheirrigationdrawingisrequiredforanyreason,
itistobepromptlyrecordedwhiletheconstructionisproceedingsothatthedeviationcanbe
reflectedintheasconstructeddrawings.Majordeviationfromtheirrigationdesignwillrequire
theapprovalofboththesuperintendentandtheirrigationconsultantpriortoinstallation.
PracticalCompletionmaynotbegrantedifthisinstructionisnotfollowed.
Thecontractorisrequiredtoallowinhispriceforanysurveys(includingcontractswithexternal
surveyingcontractors),whichhedeemsessentialsforthecompletionofthescopeofworks.
1.6 Errors&Omissions
Duringthetenderprocess,theirrigationcontractoristonotifytheirrigationconsultantofany
errorsoromissionsnotedinthetenderdocumentation.Avariationordermaynotbegrantedif
variationworksstemfromsucherrorsoromissionswithoutpriornotification.
1.7 TidyingUp
Theirrigationcontractorisrequiredtotidyuptheworksiteoncompletionofeachdays
installationworks.Surplusspoilmaybemovedtoanagreedstoragelocationpriortodisposalat
thecompletionofallworks.Theirrigationcontractoristosupplyasuitableskiporbinforother
constructionrubbish.Tidyupwillbecompletedtothesatisfactionofthesitesuperintendent.
Theirrigationcontractorisresponsiblefortheremovalanddisposalofsurplusspoiland
constructionrubbishtoanaccreditedlandfillsite.
Worksafetyisparamountandhousekeepingofthesiteduringtheprogressoftheinstallation
workshouldbedonemaintainasafeworksite.
CatalinaBeach(Stage1) EmergeAssociates
1.8 MaterialsStorage
Dependingonthetypeofworksrequired,thecontractormayneedtoprovideforhiscrewor
subcontractorsandinstallersanonsitestorageformaterials,tools,supplies,equipmentor
machinery.Dependingonthetypeofsite,theonsitestorageprovidedmayneedormaynot
needtobeofthesecuretype.Materialstorageshouldbeallowedforinthequotationforthe
works.Lossofmaterialduetotheftshouldbeasmuchaspossiblepreventedorminimizedby
takingsensibleprecautionswererequiredtoalleviateordecreasesuchrisks.
1.9 SiteSafety
Theworksafetyisofutmostimportance.Thecontractorwilldoeveryreasonableendeavourto
ensurethesafetyofeveryoneincludinghisowncrew.Thecontractorwillhavetocomplywith
thelatestAustralianstandardsandregulationsincludingbutnotlimitedtoOccupationalSafety&
HealthAct(1984)andtheOccupationalSafety&HealthRegulations(1996).Whereasituation
arisesthatmaygiveaworkhazard,thesituationwillberectifiedimmediatelyorassoonas
possible,evenifthismeantastoptotheworkprogressandadelayindelivery:thesafetyofthe
workscomesatahigherpriority.
1.10 ExistingServices
Theirrigationcontractorisrequiredtoseekthepositionofexistingserviceswhereapplicableto
preventdamagesforthoseservices.Thismayincludeliaisingwithothercontractorsorthe
principaltoseekthelocationofsuchutilities,calldialbeforeyoudig,orevencontactother
externalpartiestoseekthepositionofexistingutilitieswherethereisachanceofdamageorrisk
ofencroachingonotherutilitiescorridors.Whenresponsibilitycanbeclearlydetermined,the
contractorwillneedtorepairthedamageorotherwiseprovideapaymentforthedamagestobe
repairedbyspecialistservicescompanies.
OtherpartiesandservicesincludebutarenotlimitedtoPower&GasSupplies,WaterMains,
Telephone(voice,data&communications),Sewerage,Drainage,Lotboundarypegsetc.
1.11 ContractVariations
Athisdiscretion,theprincipalhastherighttoissueworkvariationorderswithoutbeing
penalizedforthosevariationsunlessagreedotherwisebetweentheprincipalandtheirrigation
contractor.
Variationsmayberequiredforthefollowing:
Thedeletionofworks/materialstothescopeofworks.
Thesupplyofworks/materialoutsidethescopeofworks.
Forunforeseendifficulties,thatmightbeexperiencedonsite.
CatalinaBeach(Stage1) EmergeAssociates
1.12 AsConstructedDocumentation
TheintentofAsConstructeddocumentationistoprovidetheClientwithaccurateinformation
ontheconstructionandlocationofvariouselementsoftheconstructedworks.
1.12.1 IrrigationDrawings
DrawingsaretobeprovidedonaCDthatisstoredineachofthemanuals.
DrawingaretobeprovidedinAutoCAD2007(DWG)formatandAdobe(PDF)formaton
theCD.
All solenoid valves, isolation valves, flush valves, air valves and cable pits are to have
triangular valve measurements (3 measurements) off fixed object including sprinklers,
paths,buildingsetc.
AllirrigationitemsformingpartofthescopeofworksaretobesurveyedaspartofO
Spec.Thistoincludebutnotlimitedto:
1. Eachdecoder,whichisnotanirrigationvalvedecoder.
2. Anyandallsurge/lightningprotectiondevicesinstalled.
3. Anyandallroadcrossings.
4. EachandeverymainlineandlateralTjoint,bendandvalve.
SurveydatacollectedistobealsoprovidedinaseparateAutoCADfileaspartofOSpec.
AllsurveydatacollectedistobeprovidedinPerthCoastalGrid1994(PCG94).
CatalinaBeach(Stage1) EmergeAssociates
1.12.2 Manual
Uponcompletionoftheproject,theIrrigationContractorshallprovidetwo(2)setsofOperation
andMaintenancemanualstoincludethefollowinginformation(butnotlimitedto)onthe
systemasapplicabletothescopeofworks;
Project title, Head Contractor and Installation Contractor details including addresses,
telephonenumbersandcontactnames.
AsConstructeddrawingsindigitalformat(CDorflashdrive).
SurveyDatatobeprovidedindigitalformat(CDorflashdrive)forOSpecpurposes.
DetailsofRoutineandbreakdownmaintenancecalloutprocedure.
DateofPracticalCompletionanddetailsofwarranty/guarantees.
Generaldescriptionofthesystem.
Maintenanceinstructions.
Faultfindingprocedures.
Listofspecialtoolsrequired.
Listofspareparts.
HardCopy(A1size)ofAsConstructedirrigationplan.
Themanualsshallbeprovidedinhardcover,A4Dringfolders,witheachpageofinformation
beinginsertedintoaclearplasticA4sheetprotector,andshallbeaccomplishedtothe
satisfactionoftheSuperintendent.AllwrittendocumentationshallbeprovidedinMicrosoft
Wordformat.
CatalinaBeach(Stage1) EmergeAssociates
2 EXISTINGBOREHOLE
Belowisatableshowingtheinformationontheexistingbore.
Items Information
CasingSize DN200CL.12PVC
203mmI.D.
CasingDepth 0mto53m
ScreenDepth 53mto62m(9mofscreen)
TotalBoreDepth 62m
StaticWaterLevel 33.05m
TotalIronContent 2.0PPM
Formoreinformationontheboreconstruction,testpumpingresultsandwateranalysisreferto
Appendix1.
CatalinaBeach(Stage1) EmergeAssociates
3 BOREPUMP
ThecontractoristosupplyandinstallasubmersibleborepumpofnoncorrosiveConstruction,
havingaperformanceofapproximately10.3litrespersecondatatotalheadof102metreTDH
or12litrespersecondatatotalheadof91metreTDH.
Forthepurposesoftenderingthepriceistobebasedonthesupplyandinstallationofa
GRUNDFOSmodelSP4611,28kWthreephasesubmersiblepumpwithanMS6000motor(Refer
toAppendix2).
3.1 PumpShroud
Thepumpmotorshallbefittedwithastainlesssteelmotorcoolingshroudwheretheminimum
irrigationflowratesresultinanannularwatervelocitypassingoverthepumpmotorwhichis
lowerthantheminimumvelocityasspecifiedbythemotormanufacturers
3.2 DischargeColumn
TheContractorshallinstalltheborepumpsonscrewed100mmclass18PVCcolumnor
Permaglasswhichhashadallscrewedjoints,sealedwithasuitablesealingagentinaccordance
withCityofWanneroospecification.
Sufficientcolumnshallbeinstalledsothatthebaseofthepumpmotorisapproximatelyone(1)
metrefrominthetopofthescreeninstalledinthebore,butfortenderingpurposes,the
Contractorshallallowfor52metresofpumpcolumnandancillaries.
3.3 ConcreteBlock
Thepumpdischargeassemblyistobesupportedbyaconcreteblockwithminimumdimensions
of750mm750mmwithadepthof600mm.
Thetopoftheconcreteblockshallfinish100mmabovefinishedgroundlevel.
Allelectricalconduitsshallbesetintotheconcreteblock.
3.4 DischargeAssembly
ThedischargeflangeanddischargeassemblyshallbemanufacturedentirelyofDN100steel
(Schedule40)Pipeandfittingsandshallbehotdipgalvanisedafterfabrication.
Thedischargeassemblyshallbeinaccordancewiththeboreheaddetailsshownonthe
drawings.
Thedischargeassemblyshallinclude(butnotlimitedto):
Sniffervalve.
100mmdiameterwafercheckvalve.
100mmdiameterhandleoperatedbutterflyisolationvalve.
100mmdiameterflangedtestteewithablankmatchingflange.
100mmAradOctaveultrasonicwatermeter inalockablegalvanisedbox.
CatalinaBeach(Stage1) EmergeAssociates
4 IRONFILTRATIONUNITFORBORE
Thegroundwaterforirrigationhassignificantironlevelsthatwillcausestainingtohardsurfaces.
ThecontractoraspartofthiscontractistoinstallanElliotsorLandandWaterIronfiltration
unit.Thisunitistohavea12lpscapacityandhavetheabilitytotreataminimumof2.0partper
millionironasperthewateranalysisreferencedinAppendix1.
Theironfiltrationunitwillbackwashtheirondischargeintoasoakwellsthataretobelocated
neartheironfilter.
ThefencingfortheIronFiltercompoundistheresponsibilityofotherstobenominatedandco
ordinatedbytheLandscapeArchitect.
10
CatalinaBeach(Stage1) EmergeAssociates
5 ELECTRICAL
TheContractorshallensurethatallmaterialsandworkmanshipshallbeaccomplishedin
accordancewiththeregulationsandrequirementsofWestern'Power,industryCodesofPractice
andwithcurrentS.A.A.wiringrules.TheCityofWannerooSpecificationforcubiclesizeand
layoutistobeused.
5.1 PowerSupply.LabelingEarthing
Thepowersupplytothisinstallationwillbe415voltthree(3)phase.
Allmaterialsandequipmentsuppliedunderthiscontractshallbedesignedforthissupply,unless
otherwisespecified.
ThecontractoristoliaisewithWesternPowerandmakesallapplicationsonbehalfoftheclient
allfeeswillbepaidbytheclient.
Installtheearthingsysteminaccordancewiththemultipleearthedneutral(MEN)system
requirements.Useearthingconductorsofhighconductivitycopperunlessotherwisespecified.
ThecablepitadjacenttotheElectricalCubiclemaybeutilisedfortheMENearthinginstallation.
TheEarthshallbeinstalledfromthepitelectrodeviaaconduittothecubicle.
Connectanelectrodewithapprovedcopperorbrassbandtypeclamps,orproprietary
madeclampassemblies.Ensurethatsteelclampingboltsaregalvanisedorstainless
steel,paintexposedpartsoftheconnectionwith'Roval'orsimilarmetallicpaint.
Earthelectrodeshallbe3000mmlongcoppercladsteelcoredtype,of16mmdiameter
anddriventoadepthof2900mmintotheground.
ProvideadditionalearthelectrodesasnecessarytoachieveS.A.A.wiringrulesearthing
resistancerequirement.
5.2 VariableSpeed
Avariablespeeddriveshallbesizedtosuittheproposedsubmersiblepump(GrundfosSP4611
28kW).ThevariablespeedshallbeaDanfossorequivalent.
5.3 SineWaveFilter
Sinewavefilterspreventdisturbingpulsestobetransmittedtodownstreammotors.Whereitis
recommendedbythemanufacturerofthepumpmotortouseasinewavefilterwiththeVFD
thenthecontractorwillsupplythemanufacturesrecommendation.
11
CatalinaBeach(Stage1) EmergeAssociates
5.4 ElectricalControlCubicle
Thesupplyandinstallationoftheelectricalcontrolcubicleistobeundertakenbyanexperienced
switchboardmanufacturer.
Thiselectricalcontrolcubicleisrequiredtohousetheequipmentrequiredfor;
WesternPowermetering.
Ironfiltercircuitbreakersandisolators.
Borepumpcontrols.
Irrigationsequencingcontroller.
Alockable,waterproof,concretepadmountedelectricalcontrolcubicleshallbesuppliedand
installedtomeetCityofWannerooIrrigationSpecificationsNovember2015withinfive(5)
metresoftheboreheadtohousealloftheelectricalcontrolsrequiredfortheoperationofthe
irrigationcontrollerandlockoutrelay.Thepowerdomefromwerepoweristocomeforthe
boreandironfilterisapproximatelyonehundredmetres(120m)fromtheexistingbore.
Thecubicleshallbeconstructedofamarinegradealuminiumalloyandshallbeof'deadfront'
constructionwithallmetersetcbeingpanelmounted,andthecubicleshallbeventilatedin
accordancewiththerecommendationsofthemanufactureroftheequipmentwhichistobe
installedinthecubicle.
5.5 SubmersibleCables
AllsubmergedcablesfortheaeratorandsubmersiblepumpsmustbeHYDROFIRM(orapproved
equivalent).Fulldetailsofanyalternativesofferedmustaccompanythetenderand
authorisationmustbeobtainedbeforetheinstallationofanyalternative.
5.6 Testing
Testingofthecompletedboreandpumpsystemshallbeconductedinthepresenceofthe
irrigationconsultant.
TheContractorshallberequiredtoprovideallnecessaryequipmentrequiredtoverifythe
drawdownandflowrateatadesignpressureoftheboresystemandtodisposeofthetestwater
discharged.
12
CatalinaBeach(Stage1) EmergeAssociates
6 IRRIGATIONSYSTEM
6.1 SupplyandInstallIrrigation
Thecontractorshallallowforthesupply,installingandtestingoftheirrigationpipeworkto
irrigatethelandscapedareasasshownintheaccompanyingdrawings.
6.2 SiteAvailability
ThesitewillbemadeavailabletotheIrrigationContractor.Itisthecontractorresponsibilityto
ensurethesiteisreturnedtotheprincipalinthesameconditioninwhichissuppliedandthe
levelsarereinstated.Thecontractorshallberesponsibleforadequatelycompactingthetrench
areatoavoidsubsidenceofthetrench.Anyrefillingoftrenchesduetosubsidenceshallbe
repairedbythecontractororrepairedbytheprincipalandpaidforbythecontractoratratesto
beagreed.
6.3 Setout
ThesetoutoftheirrigationsystemshallbeinaccordancewithapprovedirrigationCADplans.
Duetoafactorofscale,drawingcopydeviationsandgroundgradientvariations,thelocationof
emittersandpipeworkmayvaryslightlyfromscalemeasurementsoftheplan.
6.4 Sleeves
SleevesshallbeinstalledinthelocationsbytheCivilContractoraspertheIrrigationPlan.
Allsleevesaretobeclass9PVCpipe.
Allsleevesaretoextendtostartandfinishundernonhardsurfaces(pathsetc).
Allsleevesaretobecappedtostopingressofsoil.
Allsleevesaretobeinstalled600mmunderthefinishedroadsurface.
AllsleevesaretobemarkedandthelocationsmadeknowntoIrrigationContractoron
site.
Note:Ifthesesleevesarenotinstalledatthisdepthspecifiedtheymaybedeemedunusable.
6.5 PipeworkCover
MinimumCoverofPipe
13
CatalinaBeach(Stage1) EmergeAssociates
6.6 MainlinePipework
Allmainlinepipeworkinstalledonthedownstreamsideoftheirrigationwatersupplypointisto
beaminimumofclass12mPVCpipe,andutilisetheRubberRingmethodofjoining(RRJ).
AllmainlineuPVCpipingshallbemanufacturedtoAustralianstandardAS14772006.
Themainlineshallbebedded,overlaidandbackfillinginaccordancewiththisspecification.
WheremainlineisinstalledundersealedroadsordrivewaystheyshallbeinstalledwithinPVC
sleevesbeingaminimumoftwo(2)sizeslargerthanthenominalsizeofthemainline.The
mainlinepipeworkinstalledthroughthesleevesshallutilisetheSolventWeldmethodofjoining
(SWJ).
AllRubberRingJoints(RRJ)aretobeinstalledinaccordancewithmanufactures
recommendations,including:
Chamferingofthespigot.
Useofrecommendedringlubricant.
Pipewitnessmarktoremainvisible.
Caretopreventoverinsertionofpreviouspipejointsbysuccessivejointcompletion.
AllRRJfittingsshallbethrustinaccordancewiththespecification.
6.7 CastIronFittings
Mainlinefittings80mmdiameterorlargershallbeasfollows:
6.7.1 Bends
Allbendsshallberubberringjoint,ductileiron.
6.7.2 Tees
80mmorlargerrubberringjoint,ductileironcementlinedandbitumencoated.
6.7.3 Tappingbands
Singlebranchtappingbandsshallbescrewedbronzeforpipesizesof80mmorlarger.
6.7.4 Reducers
Rubberringjointedductileiron.
6.7.5 Flangedconnectors
AllflangedconnectorsshallbeRRJcastiron,drilledTableE.
14
CatalinaBeach(Stage1) EmergeAssociates
6.8 ThrustBlocks
ThrustblocksaretobeinstalledonallRRJmainlinefittings,includingelbows,bends,reducers,
teesandisolationvalves80mmandabove,butexcludingselfstrainingtakeoffssuchastapping
bandsforairvalvesandteestosolventweldedbranchesforsubmains.
Thrustblockssizeshallbeinaccordancewiththepipemanufacturer'sinstallationinstructions.
Theconcreteshouldbeplacedaroundthefittinginawedgeshapewithitswidestpartagainst
thesolidtrenchwallandsothatthepipejointwillbeaccessibleforinspectionandrepair.Some
formworkmaybenecessarytoachieveanadequatebearingareaandtheconcretemixshould
beallowedtocurebeforepressurisation.
Concreteshallbethoroughlymixedonthesurfacepriortoinstallation.Dryconcretemixand
watershallnotbemixedinthetrench.
TheIrrigationSubContractorshallallowinhistenderpricetoprovideallmaterialsandconcrete
forthethrustblocks.
6.9 LateralPipework
Alllateralpipeworkinstalledonthedownstreamsideofthesolenoidcontrolvalvesistobea
minimumofclass9PVCpipe,andutilisetheSolventWeldmethodofjoining(SWJ).
AlllateraluPVCpipingshallbemanufacturedtoAustralianstandardAS14772006.
Trenchingforlaterallineswillbeperformedbyeitherhanddigging,achaindiggertypemachine
orbyabackhoewithamaximumbucketwidthof300mm,tominimisedisturbancetothe
surroundingarea.Thesetrencheswillbestraightwiththebedlevelandgraded.
6.10 PVCPipeFittings
AllPVCfittingssuppliedandinstalledbytheirrigationsubcontractoraretobemanufacturedto
AS14771999shallbecompatiblewithPVCpipeproducedinaccordancewiththestandardshall
bemanufacturedtoclass18.
Fittingssuppliedandinstalledinundergroundpipeworkshallbeinaccordancewiththe
following:
Mainlineandsubmainupto50mmdiametershallbestandardClass18mouldedprefittings,
solventcementjointed.
6.10.1 CrossStackingofFittings
Crossstackingoffittingswillnotbeaccepted
6.10.2 PipebetweenFittings
Aminimumlengthof300mmofpipeshallbeinstalledbetweenfittings.
6.10.3 BendingofPipe
Bendingofpipeswillnotbeaccepted.
6.11 SolventCement
SolventcementsuppliedforweldingofPVCpipeworkshallbeinaccordancewiththe
manufacturersrecommendationsfortheclimaticconditionsthatprevailduringtheinstallation
ofthesystem.
15
CatalinaBeach(Stage1) EmergeAssociates
6.12 PrimingFluid
PrimingorcleaningfluidssuppliedforcleaningofPVCpipeworkshallbeusedasrecommended
bythepipemanufacturers.
6.13 PlasticThreadedFittings
Allplasticthreaded(BSP)pipefittingsaretobeutilisedforconnectionofthemainlinetapping
bandstothesolenoidvalvesshallbemanufacturedfromglassfibrereinforcednylonor
polypropylenematerial.Theyshallberatedatamaximumworkingpressureof1600kPa(PN16)
astestedbythemanufacturerinaccordancewithAS1460
6.14 TappingBands
TappingBandsshallbeusedfortheconnectionofvalveassembly,totheirrigationmainlines.
TheyshallbemanufacturedofDezincificationResistantGunmetal(bronze)material,witha
minimumpressureratingof2000Kpa,havingatappingsizeof50mmBSP.
TheIrrigationContractorshalltakecareintheinstallationoftappingbandsandensurethatall
holesareaccomplishedutilizingasharpandappropriatelysizedholesaw.
6.15 Embedment&Backfilling
Thebedding,overlayandbackfillingofallpipeworktrenchesshallbeaccomplishedwithmaterial
previouslyexcavatedfromthesitetrenchesprovidingitisinaccordancewithAS2032and
shouldbeofthefollowing:
1. Sandorsoil,freefromrocksgreaterthan10mm,andanyhardclaylumpsgreater
than75mminsize.
2. Crushedrock,gravel,orgradedmaterialsofevengradingwithamaximumsizeof
15mm.
3. Excavatedmaterialfreefromrocksorvegetablematter.
4. Claylumpswhichcanbereducedtolessthan75mminsize.
Wheretrenchworkencountersunsuitablebeddingmateriala100mmbedofsandwhichisnot
availableonthesiteshallbeplacedbelowpipeinthetrenchpriortopipelying.Thispolicywill
applytooverlayingandbackfillingofalltrenches,wherethepipewillbecoveredwitha
minimumof100mmofsandtopreventsimilardebriscomingincontactwiththepipeorcontrol
cables.Undernocircumstanceswillconstructiondebrisofanykindbeincludedinanybackfill
material.Allowancesshouldbemadefornotbackfillingduringtheheatofthedaytominimise
theeffectsofthermalexpansionandcontractionofpipealreadylaid.
6.16 Compaction
Compactionshouldtakeplaceonlyaftersuitablebeddingandbackfillinghasbeencompletedto
thesatisfactionoftheprincipal.Compactioncanbeachievedbyeitherplatecompaction,wheel
rollingwithasuitablevehiclewithwheelswiderthanthetrenchorbyflooding,dependingon
theapplication.However,irrespectiveofwhichmethodisused,itwillremainthecontractors
responsibilitytoensurethatreinstatementoftrenches,duetosubsidence,isnotrequired
throughoutthedefectsliabilityperiod.Repairofanysubsidenceduringthistimeshallbethe
contractorsresponsibility.
16
CatalinaBeach(Stage1) EmergeAssociates
6.17 ExcessSpoil
Excesstrenchingspoilwillberemovedanddisposedtoalocationonsiteofasdirectedbythe
irrigationconsultantorhisnominatedrepresentative.
6.18 SolenoidControlValves
Electricalcontrolvalvesshallbeshallbe40mmor50mmBermad200Seriesnormallyclosed24
volts50cyclesolenoid.
Flow(pressure)adjustmentofallsolenoidvalveswillbeundertakeninaccordancewiththe
normaloperatingpressureofthesprinklerattachedtotheparticularsolenoidvalve.
6.19 Air/VacuumReleaseValve
Shallbea50mmcombinationairvacuumreleasevalvethatincorporatesinonebodyakineticair
andvacuumreleaseandconfigurationasperthedrawings.Thelocationsoftheseairvalvesshall
besuchthatanytrappedairinthemainlineisabletobereadilyexhaustedwhilstminimisingthe
riskofwaterhammerinthesystem.
6.20 IsolationValves
SolenoidValves,AirReleaseValvesandFlushingValvesshallbeisolatedfromthemainline
utilisingaPhilmacBallValve.
On80mmandgreatermainlinesize,isolationvalvesshallbeanAVKductileironresilientseated
sluicevalveswithspindlecap.ThesevalvesshallbemanufacturedtoAustralianStandard2638.
21999,besuitableforTableEflange.
Valvesshallbeconfiguredforclockwiseturningtocloseandthetopofthespindlecapshall
haveanarrowindicatingthedirectiontoturnforclosing.
17
CatalinaBeach(Stage1) EmergeAssociates
6.21 ValveBoxes
ValveBoxesshallbeRainbirdreinforcedplasticvalveboxeswithlockablelids.Valveboxesshall
haveminimumdimensionsinaccordancewiththefollowingmodelsandinstalledtoCityof
WannerooSpecification:
2StandardRectangularSeries(VBSTD)
25mmSolenoidValves
(368mmx239mmx307mm)
2JumboRectangularSeries(VBJMB)
40mm&50mmSolenoidValves
(430mmx300mmx305mm)
2StandardRectangularSeries(VBSTD)
MainlineFlushValves
(368mmx239mmx307mm)
SolenoidIsolationValves InsideSolenoidValveBox
MainlineAirReleaseValves 210"RoundSeries(VB10RND)
2StandardRectangularSeries(VBSTD)
FlowClick
(368mmx239mmx307mm)
6.22 SprinklerHeight&Adjustment
Allsprinklersshallbeinstalledasperthemanufacturersinstructions.TheIrrigationSub
Contractorshallberesponsibleforensuringallsprinklerheadsfullyretractwhennotin
operation.
TheIrrigationSubContractorisrequiredtoliaisewiththeLandscapeContractortoobtainthe
finallevelsofallturf/landscapedareaswheresprinklersaretobeinstalledandtheproposed
methodofplanting,sothatthesprinklersanddrippersmaybeinstalledatvariousheightstothe
proposedfinishedgroundlevel(GL)asperthefollowingtable
18
CatalinaBeach(Stage1) EmergeAssociates
6.23 Sprinklers
6.23.1 TurfArea
Items Requirements
SprinklerBody HunterI2004SS
NozzleType Asspecifiedontheplan
RiserType Dia.20mmx300mmPolyArticRiser
SprinklerPressure 350kPa
6.23.2 GardenArea
Items Requirements
570XF6P(150mm)(PartCircle)
SprinklerBody
570XF12P(300mm)(FullCircle)
MPRspraynozzles
NozzleType
(modelandarcasspecifiedonplan)
RiserType Dia.15mmx300mmPolyArticRiser
SprinklerPressure 250kPa
6.23.3 TreeBubblers
Items Requirements
SprinklerBody Toro570XF6P(150mm)
ToroFloodBubbler
NozzleType
(modelasspecifiedonplan)
OlsonEzellflexibleswingpipe(500mm
RiserType minimum)withEZelbowsor
equivalent
SprinklerPressure 250kPa
19
CatalinaBeach(Stage1) EmergeAssociates
7 Sensors
7.1 FlowSync
AFlowSync(FCT400)istobeinstalledonthemainlineatthelocationnominatedontheplan
andwiresrunbacktotheHunterACCcontrollers.(Maximumdistance300metres).
TheFlowSyncistobeinterfacedwithHunterACCcontrollersfromthecommencementof
operation.
7.2 ETSensor
AHunter ET sensor with an optional Hunter ET windanemometershallbeinstalledwithin30
metresofthecontroller.Itistobeinstalledonan80mm(Diameter)x4.5metres(Height)
mediumdutygalvanisedsteelpolenexttothecontrolcubicle.Thepoleistobeconcretedinto
theground.
TheETSensoristobelocatedwhereitwillbeexposedtowind,sunandrainfall,butnotinthe
pathofsprinklerspray.
20
CatalinaBeach(Stage1) EmergeAssociates
8 CONTROLSYSTEM
8.1 Controllers
AnewHunterACC99DcontrollerswithACCCOMLANmodulewillbeinstalledinthecubicleas
nominatedontheplans.
Allsensorsaretobewiredtothecontrollerassetupaspermanufacturersspecifications.
FutureconnectiontotheNBN(NationalBroadbandNetwork)istheresponsibilityofCityof
Wanneroo.
8.2 TwoWirePath
TwowirepathshallbeHunterID2BLUcompriseof3.3mm2solidcoreredandbluetwistedcable.
Ateachvalvecoil,theIrrigationContractorshallallowsufficientloopedcontrolcable,soastobe
abletoextendthecableconnectionpointone(1)metreabovefinished.
8.3 FlowSyncWires
A1.5mm23Cmulticorewireistoberunfromthelocationnominatedontheplansbacktothe
ACCcontrollers.Thiswireistobeinstalledinthesameconduitasthe2wirepath.
8.4 FieldDecoderUnits
Install,ateverysolenoidvalveHunterICD100decoders.Decodersshallbesolidstateelectronic
circuitryandepoxypottedinasturdyplasticcasesuitablefordirectburial.
8.5 SurgeProtection
TheIrrigationSubContractorshallsupplya13mmx1200mmgroundrodforsurgeprotection
andhousedwithinavalveboxasbelow:
Attheendofeach2wirepathcommunicationcablerun.
Atspacingnotexceeding250metresalongcommunicationruns.
Atevery8THdecoder.
Oraspermanufacturersspecifications.
8.6 Conduit
Alllowvoltagesolenoidwires/2wirepathsshallbeinstalledinDN40mediumdensityelectrical
conduitsasnominatedontheplans.
8.7 WireConnectors
AllsolenoidcablejointsshallbefittedwithacrimpandsealedwithaDBYconnectors.
Wireconnectorstosolenoidcoilsanddecodersshallonlybecarriedoutbyexperienced
tradesmen.
8.8 CablePits
P2cablepitsarerequiredevery100metersorchangeofdirection.
21
CatalinaBeach(Stage1) EmergeAssociates
APPENDIX1EXISTINGBOREINFORMATION
22
CatalinaBeach(Stage1) EmergeAssociates
23
CatalinaBeach(Stage1) EmergeAssociates
24
CatalinaBeach(Stage1) EmergeAssociates
APPENDIX2PUMPCURVE
25