TENDER FOR THE PLANT HIRE ON CASUAL BASIS 1 st July 2020 - 30 th June 2021 Weddin Shire Council Grenfell NSW 2810 May 2020 Offer Number: T8/2020 Methods of Lodgement: Post: Weddin Shire Council PO Box 125, GRENFELL, NSW 2810 Fax: (02) 63431203 Email : [email protected]Office: Cnr of Camp Street and Weddin Street Grenfell, NSW 2810 Contact Officer: Jaymes Rath Director Engineering Ph: (02) 6343 1212 Mb: 0490 858 747 Offers Close: 4:30pm, Friday 12th June 2020.
56
Embed
TENDER FOR THE PLANT HIRE ON CASUAL BASIS 1st July 2020 ...
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
2.2 Method of Tendering........................................................................................................................ 5
2.3 Site Inspection .................................................................................................................................. 5
2.4 Closing Date and Place for Offers ................................................................................................. 5
2.5 Offer Contact Person ....................................................................................................................... 6
3.0 Conditions of Tendering ...................................................................................................................... 6
3.1 General .............................................................................................................................................. 6
Appendix H – Offer Forms ............................................................................................................................ 49
Weddin Shire Council (Council) is a local government organisation that provides services to the Weddin Shire towns and villages including Grenfell, Quandialla, Greenethorpe and Caragabal as well as the surrounding rural areas. Council’s Engineering Department manages roads (sealed and unsealed), footpaths, wastewater disposal, stormwater/flooding control structures, solid waste collection and landfills, gravel pits, buildings, swimming pools, cemeteries, urban streetscape, parks and sporting fields, plant and vehicles, radio communication facilities, and reserves. Council invites suitably qualified and experienced contractors (Tenderer’s including Rural Landholders operating Plant with same capacity) to tender standing offers for the provision of minor works including, but not limited to vegetation control (slashing or spraying), pavement sweeping, plant/vehicle transport (float), and maintenance grading; or the supply of plant and vehicles for comprehensive use on Council managed construction sites, in accordance with the Conditions of Tendering contained in this document.
2.0 Information for Tenderer’s
This offer is for Offer T8 / 2020, provision of Plant Hire and Minor Works on a Casual Basis 1st July 2020 - 30th June 2021. The contract is a Standing Offer contract whereby the tenderer agrees with the Principal that it will supply services to the Principal, as and when Orders are placed, on the terms and conditions of the Purchase Order and subject to this Agreement. “Plant” shall be taken to mean any mobile machinery suitable for local government works. The works involve one or more of the following activities:
Roadside or Area Slashing
Area Spraying of Herbicide
Maintenance of Traffic Facilities and Pavement Marking
Bitumen Maintenance
Formation and Shoulder Grading
Earthworks, Pavement Stabilising and Pavement Construction
Comprehensive Hire of Plant to Council with Operator(s) for civil works construction and/or maintenance activities
“Dry” Hire of Plant to Council for civil works construction and /or maintenance activities.
Street Sweeping
2.1 Relevant Documents
The Offer documents for this project comprise this document including its appendices and documents referenced therein as follows:
Information for Tenderers
Conditions of Tendering
Conditions of Contract
Technical Specifications
Offer Forms
2.2 Method of Tendering
Invited Offers in accordance with AS 4120
2.3 Site Inspection
Typical construction sites can be made available for inspection by the Tenderer prior to submitting an Offer. The Tenderer must allow for the site to be any public area in Weddin Shire.
2.4 Closing Date and Place for Offers
Offers Close: 4:30pm, Friday 12th June 2020.
At: Weddin Shire Council Administration Office Cnr of Camp Street & Weddin Street GRENFELL NSW 2810
All requests for information and advice are to be referred to this person only.
3.0 Conditions of Tendering
3.1 General
3.1.1 Preamble
The Conditions of Tendering have been prepared in accordance with the obligations of the Principal contained in Australian Standard 4120, Code of Tendering, which sets out the ethics and obligations of the Principal and Tenderers in tendering in the construction industry. Tenderers and Principal shall comply with the requirements of AS 4120. In particular, attention is drawn to the obligations of Tenderers in the preparation and submission of their tender for this project. Without limiting the above obligations: -
Tenderers shall not submit offers without a firm intention to proceed.
Only one offer may be accepted from a tenderer at any one time – every offer accepted by Council will supersede every previous offer accepted from the same tenderer.
Tenderers must not engage in any form of collusive practice.
Any Tenderer who directly or indirectly canvasses support from an elected member or servant of the Council will be disqualified.
By the lodgement of its offer with Weddin Shire Council, the tenderer affirms that it has not given, offered to give, nor intends to give at any time thereafter any inducement or reward, including any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favour or service to any employee, agent or subcontractor of Weddin Shire Council. If the tenderer is found to have offered any inducement or reward in accordance with the above, or is found to have committed corrupt conduct in accordance with the provisions of the Independent Commission Against Corruption Act, 1988 (NSW), the tenderer shall be disqualified and any resulting agreement shall be void. Tenderers should note that any offer of an inducement or reward to any employee or agent of Weddin Shire Council in connection with this Offer may constitute a criminal offence under the Crimes Act 1900 (NSW) and/or corrupt conduct under the Independent Commission Against Corruption Act, 1988 (NSW). It should be noted that in all contract documentation words importing a gender include every gender.
3.1.2 Project Information
The works involve one or more of the following activities:
Roadside or Area Slashing
Area Spraying of Herbicide
Maintenance of Traffic Facilities and Pavement Marking
Bitumen Maintenance
Formation and Shoulder Grading
Earthworks, Pavement Stabilising and Pavement Construction
Gravel Haulage
Pavement Sweeping
Pit Cleaning with Mobile Educator Unit
Floating of Plant by Low Loader
Comprehensive Hire of Plant to Council with Operator(s) for civil works construction and/or maintenance activities
“Dry” Hire of Plant to Council for civil works construction and / or maintenance activities.
Street sweeping
The method of payment is by a Purchase Order Contract.
General Conditions of Contract (AS 4905 - 2002) * Appendix A – Annexures to General Conditions of Contract Appendix B – Technical Specifications Appendix C – Offer Forms * AS 4905-2002 is not printed as part of the contract documentation. Copies are available from SAI Global. 3.1.4 Contractor’s Responsibility
It shall be the responsibility of the Contractor to ascertain all information relating to the services, the works and site conditions that may affect the progress or method of performing all services and works as specified within the scope of this Contract and to prepare for every contingency that may arise. It is further understood that just provision for these contingencies have been accounted for, implicitly or explicitly within the prices and rates submitted.
3.1.5 Starting and finishing times The starting and finishing time for the contractors will be charged from when they start and finish on site.
3.1.6 Contact Person
Enquiries regarding this request for offer must be directed to:
Offers shall be valid for a period of 52 Weeks from the date of submission or up until the time of expiry of the Tenderer’s current Public Liability Insurance Policy. In the event of the withdrawal of the offer prior to the expiration of this period, the Tenderer shall be liable for all costs, losses or damages suffered by the Principal by reason of that withdrawal.
3.2.2 Offer Lodgement Requirements
Offers shall be submitted on the Forms and Schedules provided by the Principal in Apendix C, and shall be enclosed in a sealed envelope and the envelope marked legibly in block letters as follows:
Contract No. T8/2020
Offer for: Supply of Hired Plant on causal basis for 1st July 2020 - 30th June 2021
And delivered by one of the following methods so as to be received by the Principal by 4:30pm, Friday 12th June 2020.
i) Delivered by hand or by courier to the: Weddin Shire Council Cnr Weddin & Camp Streets GRENFELL NSW 2810 or ii) Mailed to the following address: Weddin Shire Council PO Box 125 GRENFELL NSW 2810 or
iii) Emailed in a secure form (such as an encrypted document that ensures that it cannot subsequently be altered) to the following email address: [email protected]
In order to facilitate emailing of offers, the Tenderer may request Council’s nominated contact officer to provide it with electronic copies of the offer forms.
3.2.3 Late Offers
The Principal will not process for late offers.
3.2.4 ‘In-House’ Offer
Weddin Shire Council maintains and operates various plant and vehicles. All Council plant have hire rates, however not all are owned solely for commercial gain. The decision to use in-house plant will consider all factors.
3.2.5 Conforming, Non-Conforming and Informal Offers
Offers shall only be accepted from Tenderers that can provide acceptable arrangement for Workers Compensation, Public Liability, and Comprehensive Plant, Vehicle Insurances and satisfactory requirements for plants, truck and operators. Offers shall only be accepted from firms that have a valid ABN in the name of the Tenderer and are registered for GST. An offer which is non-conforming may be accepted or rejected at the Principal’s sole Discretion. Preference will be given to conforming offers. The Principal may determine that an Offer is non-conforming, at the Principal’s sole Discretion if:
It does not comply with all of the Offer Conditions.
The Offer Form is not complete or does not include the required attachments. (Only the Schedules relevant to the services being offered need to be submitted)
It includes conditions in addition to, or which vary from the Offer Documents.
The Tenderer has an unacceptable documented record of past performance.
Evaluation, negotiation and selection of offers shall be in accordance with the requirements of AS 4120, Code of Tendering. All accepted Offers will be empanelled and individual plant will be selected using the following evaluation criteria:
Availability
Suitability for Council’s Project Requirements
Total Estimated Project Price
Documented Past Performance
Value for Money
Once the Council received the tender with the necessary supporting details
Council will evaluate the tender and
Inspectors may visit you and inspect the equipment you are offering. During such a visit, they will evaluate the equipment using the information described in Appendix C Truck Requirements and Appendix D Plant Requirements and complete inspection report.
The Principal is not bound to accept the lowest, or any offer.
3.2.7 Post Offer Submissions
An Offer will either be accepted or rejected. If an Offer is rejected, the tenderer shall submit a new and complete Offer for consideration by the Principal if the Tenderer is to be considered any further.
3.2.8 Post Offer Negotiations
The Principal shall not enter into any post offer negotiation with tenderers. An offer will either be accepted or rejected.
3.2.9 Cost of Quoting
All costs associated with offer preparation and submission shall be borne by the Tenderer.
An Offer shall be considered valid from the date of the letter of acceptance issued by Council, being the time the Offer is empanelled. There shall be no Contract prior to the issue of a letter of acceptance. No work shall commence until an agreed Purchase Order Contract is issued by Council.
3.2.11 Confidentiality
All Offers accepted by Council shall be available for inspection by the public in accordance with Legislative Requirements and Council Policies. This includes original pricing schedules submitted. The Principal will NOT collate, modify, or aggregate in any way the pricing schedules submitted for the purposes of publishing details of tenders accepted.
4.0 Conditions of Contract
The conditions of contract are AS 4905–2002 Australian Standard Minor works contract conditions (Superintendent administered) (AS 4905–2002). The full text of these conditions are not provided here, but can be obtained from SAI Global: www.saiglobal.com Annexures to AS 4905–2002 contained in the above document shall be replaced with the Annexures in Appendix A of this Request for Offer.
Council reserves the right to inspect and evaluate any equipment, accessories, attachments and combination units from the close of tenders until the end of the Term.
1) Council will inspect and evaluate Equipment as follows:
a) For pre-hire inspections, an inspector will contact the Contractor and make an appointment to inspect and evaluate its Equipment at Council’s workshop.
On-hire inspections may be carried out at any time during the hire. Appointments will not be made with the contractor for these inspections.
Equipment that properly complies with the Equipment Requirements will receive a high evaluation. Equipment which is not in good condition or which does not have features required by Council will receive a lower evaluation.
b) An initial inspection is carried out at no cost to the Contractor.
c) The Contractor’s failure to make Equipment available for inspection, whatever
the reason, will result in the Equipment receiving the minimum evaluation score of 80. The reason for refusal of the inspection will be recorded on the Inspection Report.
d) If Equipment is initially unavailable, the Contractor is responsible for advising
the inspector when the Equipment will be available for inspection. The Equipment retains its default score of 100 for a period of up to 4 weeks after the initial contact. After this period, a minimum score of 80 will be applied until the initial inspection is carried out.
e) The Contractor will not be charged for any inspections initiated by the
Council. f) Any Equipment which fails inspection will be “defected” and removed from the
Database. This “defected” Equipment will not be re-inspected and will not be available for hire to Council, until Council receives a $230 (GST inclusive) re-inspection fee. Following the re-inspection and the Equipment meeting the requirements, it will then be entered onto Council’s Database at the appropriate ranking.
g) Any Equipment with an evaluation score of 80 or less will not be available for hire.
2) The Contractor must make an Operator available for the purpose of the inspection as and when required by Council.
3) The Council has no obligation to hire any Equipment which in its opinion after inspection:
(a) does not meet all inspection criteria, or (b) is not capable of carrying out the work, or (c) does not meet all applicable Statutory Requirements at the time the
Equipment is required.
4) Subject to other terms set out in this contract where the Council inspects Equipment in accordance with this section and the Equipment is classified:
(a) acceptable, the Equipment will be allowed to remain on the Database,
or (b) not acceptable, the Equipment will be removed from the Database.
Based upon AS 4122-2000 Australian Standard General Conditions of
Contract for Engagement of Consultants
Annexures to AS 4905–2002 Australian Standard Minor works contract conditions (Superintendent administered) (AS 4905–2002) contained in AS 49005–2002 shall be replaced with the Annexures contained in this Appendix A.
ANNEXURE to the Australian Standard Minor works contract conditions (Superintendent Administered) AS 4905–2002
Item
1 Principal
(Clause 1)
This Annexure shall be completed and issued as part of the tender documents and, subject to any amendments to be incorporated into the Contract, and shall be read as part of the Contract. Weddin Shire Council
ABN: 73 819 323 291
2 The Principal’s address Cnr of Camp Street and Weddin Street PO Box 125 GRENFELL NSW 2810
3 The Contractor
(Clause 1)
4 The Contractor’s address
5 Superintendent
(Clause 1)
ACN: ABN: Director Engineering Weddin Shire Council
6 Superintendent’s Address Cnr of Camp Street and Weddin Street PO Box 125
TRUCK REQUIREMENTS All trucks must comply with the Work Health and Safety Act and Regulations, Federal and State legislation and relevant Australian Standards in addition to the requirements set out below. 1. Registration All Trucks must meet the requirements for NSW registration and be fully registered for the duration of the hire. The appropriate registration label must be affixed in a secure, visible location. All old labels must be removed. 2. Safety standards These standards have been adapted from the Work Health and Safety Act and Regulations, Federal and State legislation, various Australian Standards and Weddin Shire Council’s requirements. 2.1 Neutral start Neutral start switches must operate on all Trucks with automatic transmissions. 2.2 Brakes Service Brakes, Parking Brakes and Trailer Brakes must be fully operational and free from any defects. Air systems must be free from leaks and contamination. 2.3 Seat belts Seat belts when fitted must be free of defects and worn at all times. Seat belts must not be removed where fitted as part of original manufacture’s equipment. Trucks not fitted with seat belts will receive a lower evaluation score. 2.4 Reverse alarm All Trucks must be fitted with a reversing alarm that is automatically activated when reverse gear is selected. Alarms which vary the output in response to changes in the surrounding noise level, i.e. Self-adjusting type alarms (eg “Smart Alarm”) are preferred. The alarm’s noise range shall be 87 to 112 dB(A) at 1 metre from the alarm. Self-adjusting type alarms must be mounted with the obstructed ‘vision’ to the rear of the Truck. All alarms must be clearly audible above the noise level of the truck. Fixed output reverse alarms originally fitted by the truck manufacturer are acceptable. Self-adjusting type reverse alarms fitted correctly will receive a higher evaluation score. Truck and trailer combinations must be fitted with a reverse alarm at the rear of the rear most trailer. 2.5 Compulsory signs Tipper Trucks must have an Electrical Hazard Warning notice fitted clearly visible to the driver whilst the hoist is being operated. The Electrical Hazard Warning must display the minimum safe working distances.
2.6 Amber beacon Trucks must have at least one amber beacon, which is active, whenever the Truck is operating on the job site. The beacon shall be mounted as near as possible to the top of the Truck, and be clearly visible in normal daylight at a distance of 200 metres in all directions. Amber beacons that are halogen rotating types (minimum 55 watt) or LED, minimum 25 watts are preferred. Strobe lights, which are minimum 8-joule double pulse, are also acceptable. Trucks fitted with a strobe light will receive a lower evaluation score. The beacon (whether halogen, LED or strobe) must: (i) flash between 120 to 200 times per minute; (ii) be mounted as near as possible to the top of the truck; (iii) be clearly visible in normal daylight up to a distance of 200 metres (and closing) in all directions. The amber beacon must not be a strobe light for trucks operating under an NHVR issued Class 1 Oversize Overmass permit and must be clearly visible at a distance of 500 metres. 3. Mechanical requirements 3.1 Leaks The engine, transmission, driveline, hydraulics and fuel system must not have any leaks that allow oil or fuel to drip on the road surface, exhaust system or onto brake components. Steering and brake systems must be free from leaks. Catch trays or tanks to contain leaks are unacceptable. 3.2 Engine Must start easily and provide sufficient power. Frequent jump-starting is dangerous and unacceptable. 3.3 Cooling System Must provide efficient cooling for all climatic conditions. All drive belts and hoses must be free from deterioration and/or leaks. 3.4 Exhaust System Must be free from leaks and be securely mounted. 3.5 Exhaust Smoke Trucks must not emit visible smoke for continuous periods of more than 10 seconds (Protection of the Environment Operations Act 1997). 3.6 Transmission and Final Drive Must operate to the manufacturer’s specifications and be free of leaks.
3.7 Hydraulics All hydraulic functions must respond quickly and smoothly, and be free from leaks and hydraulic creep. 4. Cab/Chassis requirements 4.1 Cabin Must be free from damage, cracks, advanced rust, missing or loose bolts, sharp edges or protrusions that could cause injury. Steps and handrails must be as originally manufactured. 4.2 Windows The windscreen and all other windows must be free from defects that impair visibility. All glass must be an approved safety type. 4.3 Suspension Suspension components must not be broken, loose, cracked, cut, missing or modified. All nuts, bolts and locking devices must be in place and secure. The maximum allowable wear in any suspension component must not exceed manufacturers’ specifications, or where these are not available, 3mm. 4.4 Steering Steering components must not be broken, loose, cracked, cut, missing or modified. All nuts, bolts and locking devices must be in place and secure. The maximum allowable free play in any must not exceed manufacturers’ specifications, or where these are not available, 3mm. Rotational free play at the steering wheel must not exceed 100mm. The steering must operate smoothly in both directions. Truck not fitted with power assisted steering will receive a lower evaluation score. 4.5 Tyres Must be free from deep cuts, bulges, exposed cords or other signs of carcass failure. Tyres must be the correct type, load rating and size to suit the wheel rims. Tyres must meet legal requirements. It is preferred that trucks carry a spare wheel at all times. Trucks not fitted with a spare wheel will receive a lower evaluation score. 5. Miscellaneous requirements 5.1 Controls/Switches Controls and switches must be in good condition, perform as designed and be clearly and permanently labelled to indicate the direction of movement and or function. 5.2 Seats All seats must be in good condition, secure and must not affect the operator’s ability to operate the Truck.
5.3 Work Attachments/Tools All attachments must be in good condition and working order. 5.4 Fifth Wheel (Turntable) Clearance in the Fifth Wheel must be within the manufacturers’ specifications. 5.5 Electrical System All electrical equipment must operate as intended by the manufacturer. Electrical wiring and connections, both inside and outside the Truck, must be secure and free from any damage or corrosion. Insulation must not be chafed or exposed to excessive heat. The battery must be securely mounted and free from any cracks or leaks. Loose connections, which could cause arcing, are unacceptable. Electrical requirements for towing are shown in clause 5.9. 5.6 Truck Security Parts of the Truck which are critical to its operation and which are subject to vandalism must be adequately protected. Cabins must have provision to be locked. 5.7 Tarping Secure tarping must be provided to cover the load. Permanent load covers (such as Enviro-tarps) are preferred. Permanent load covers will receive a higher evaluation score. 5.8 Truck Body Trucks and Trailers with hydraulic tipping bodies must have a self-supporting safety prop permanently attached to support the body when required. Chassis tippers not fitted with a safety prop will receive a lower evaluation score. Tip over axle / body tippers are exempt from safety props. Bodies must be free of any defects that will allow any loss of material. 5.9 Tow Bar Recommended height for towing equipment is 760mm unladen. Tow couplings must be stamped with the manufacturers name and capacity. Trailer brake connections must be dual line air with self-sealing quick release couplings. Safety chain connections must be of an approved type and capacity. Trucks with a 24-volt system must be fitted with an electronic 12-volt voltage reducer, which supplies 12 volts to each light circuit, and a 7-pin coupling (Utilux H1.715 or equivalent) if a tow bar is offered. 5.10 Daily Inspection Reports Daily Inspections must be carried out and Reports filled out prior to the commencement of each shift and be available in the truck for inspection. The absence of a Daily Inspection Report will affect the evaluation score.
6. Non-conformity A truck with any of the following non-compliances at the time of inspection will have its hire terminated and will be removed from the Database: (a) Defective neutral start where an automatic transmission is fitted (b) Defective service, park or emergency brakes (c) Defective seat belt or absence of a seat belt when required (d) Inoperative or inaudible reverse alarm (e) Dangerous suspension, steering or tyres (f) Dangerous chassis defects (g) Continuous dark exhaust smoke (h) Truck is unregistered (i) Any other condition which could impair the safe operation of the truck. If the truck is on the Site at the time the nonconformity is identified, it must be immediately removed from the Site.
PLANT REQUIREMENTS All Plant must comply with the Work Health and Safety Act and Regulations, Federal and State legislation and relevant Australian Standards in addition to the requirements set out below. 1. Safety standards 1.1 Neutral Start Neutral start switches must operate on all transmissions other than manual gearboxes fitted with a mechanical type clutch. Excavators and skid steer loaders are exempt from the normal type of neutral start switch. However, all original type safety/hydraulic locks must operate correctly and travel levers must self-centre to the neutral position. All OEM safety equipment/hydraulic locks must operate as originally designed. 1.2 Service Brakes Brake components must be free from leaks or defects and be securely mounted. Brake controls must be fully operational and free from any defects. Air tanks must be free of contamination. Plant fitted with steel drums or a combination of steel drums / rubber tyres or tracks, while on the maximum operating gradient specified by the manufacturer, must be capable of stopping as shown in the table below: Plant operating mass Stopping distance from 5km/h Less than 5400 kg 1.2 metres 5400 kg to 13600 kg 1.5 metres Greater than 13600 kg 1.9 metres Plant fitted with rubber tyres, while on the maximum operating gradient specified by the manufacturer, must be capable of stopping as shown in the table below: Plant operating mass Stopping distance from 30 km/h Up to 2500 kg 9 metres Greater than 2500 kg 14 metres Where it is not possible to test the brakes of load-carrying Plant in a loaded condition, eg water tankers and dump trucks, this Plant may be subjected to a brake test in a loaded condition at a time agreed with the Contractor.
1.3 Park Brake On implement-type Plant the park brake must be capable of holding the Plant Item on an incline: (a) of 15%, i.e. approximately 1 in 7, or 9 degrees for wheeled Plant, or (b) 25%, i.e. 1 in 4, or 14 degrees for rollers. A “fail safe” braking system on hydro-statically driven Plant will receive a higher evaluation rating than similar Plant without this system. For truck-mounted plant the emergency brake must meet the following minimum braking standard: Plant operating mass Stopping distance from 30 km/h Up to 2500 kg 22 metres Greater than 2500 kg 34 metres 1.4 Emergency Stop Devices Emergency stops must be prominent, clearly and durably labelled and easily accessible to the operator. Handles, bars or push buttons must be coloured red. These devices must not be affected by any electrical or electronic malfunction. 1.5 ROPS / FOPS All earthmoving machinery designed to have a mass off 700kg or more, but less than 100,000kg must comply with the following: (a) if the machinery was manufactured, imported or originally purchased after 1989, it is securely fitted with a protective structure that conforms with AS 2294.1-1997, AS 2294.2-1997 and AS 2294.3-1997 Earth-moving machinery-Protective structures, or (b) if the machinery was manufactured, imported or originally purchased during or before 1989, it is securely fitted with: (i) a protective structure that conforms with AS 2294.1-1997, AS 2294.2-1997 and AS 2294.3-1997, or (ii) if such a structure is not available, an alternative protective structure designed by a suitably qualified engineer having regard to the performance requirements of AS 2294.1-1997, AS 2294.2-1997 and AS 2294.3-1997 All tractors designed to have a mass of 560kg or more, but less than 15,000kg must comply with the following: (a) if the tractor was manufactured, imported or originally purchased after 1981, it is securely fitted with a protective structure that conforms with AS 1636.1-1996, AS 1636.2-1996 and AS 1636.3-1996 Tractors – Roll-over protective structures – Criteria and tests, or (b) if the tractor was manufactured, imported or originally purchased during or before 1981, it is securely fitted with: (i) a roll-over protective structure that conforms with AS 1636.1-1996, AS 1636.2-1996 and AS 1636.3-1996 Tractors – Roll-over protective structures – Criteria and tests, or (ii) if such a structure is not available, an alternative roll-over protective structure designed by a suitably qualified engineer having regard to the performance requirements of AS 1636.1-1996.
The protective structure must be identified with the information required by (a) AS 2294.1-1997, AS 2294.2-1997 and AS 2294.3-1997, or (b) AS 1636.1-1996. Whichever is appropriate. The following International Standards may also be applicable for excavators: (a) ISO 12117; (b) ISO 12117-2 1.6 Seat Belts All earthmoving machinery fitted with a roll-over protective structure must be fitted with seat belts conforming to one of the following Standards: (a) Australian Standard AS 2664 – 1983 (b) Society of Automotive Engineers SAE J386 (c) International Standard ISO 6683 All tractors fitted with a roll-over protective structure must be fitted with seat belts conforming to one of the following Standards: (a) Australian Standard AS 2596 (b) Society of Automotive Engineers SAE J386 or equivalent. Each seat belt assembly or part assembly must be permanently and legibly marked with the following: (a) the manufacturer’s name and trademark, and (b) date of manufacture by month and year, and (c) manufacturer’s identification code (relevant standard) 1.7 Reverse or Travel Alarm All Plant must be fitted with a reversing alarm, which is clearly audible and automatically activated when reverse gear is selected. Excavators and Plant with restricted operator vision in both forward and reverse directions must be fitted with a travel alarm, which operates in both directions. Alternatively, two alarms may be fitted. The alarm’s output must vary in response to changes in the surrounding noise level, (eg “Smart Alarm”) The alarm’s base noise level shall not be less than 87 dB(a) measured at a distance of 1 metre. Self-adjusting type alarms must be mounted with an unobstructed ‘vision’ to the rear of the Plant. Fixed output reverse alarms originally fitted by the equipment manufacturer are acceptable. Self-adjusting type reverse alarms fitted correctly will receive a higher evaluation score. For rollers with an operating mass less than 4,500 Kg, an alarm with a base noise level of 85dB(A) is acceptable, provided the Plant: (a) has a noise level less than 80dB(a) (b) does not have an enclosed cab. 1.8 Compulsory Signs Minimum compulsory sign requirements are summarised in table 1 at the end of this section.
1.8.1 Hearing Protection Any plant with a noise level above 85 dB(A) must be fitted with two 225mm hearing protection signs, one each side, and one 50mm hearing protection sign fitted to the operator’s console. 1.8.2 S.W.L. Safe working loads must be distinctively labelled on all backhoes, excavators and loaders that are used for lifting loads. 1.8.3 Electrical hazard warning Plant whose height can alter whilst working must have an Electrical Hazard Warning notice that displays the minimum safe working distance. 1.8.4 Roll over hazard - seat belt warning All Plant fitted with a ROPS canopy must have a safety sign warning that a roll over hazard exists, requiring the operator to wear the seat belt. 1.8.5 Hydraulic steering Plant with hydraulic steering must have a sign warning of the importance of maintaining hydraulic fluid level. 1.8.7 Confined space Plant with a confined space, eg water tankers, must have a sign fitted near the entry point to the confined space. 1.8.8 Water-filled tyres Plant with water-filled tyres must have a warning sign adjacent to each tyre. 1.8.9 Lime/Cement Spreaders Lime/Cement Spreaders are to be fitted with the following warning signs to advise the operator of the personal protective equipment to be worn:
Dust Mask Eye Protection (goggles not glasses) Gloves Overalls
1.9 Machinery Guards All rotating, moving or hot components must be fitted with an appropriate safety guard to prevent injury to any person 1.10 Daily Inspection Reports Daily Inspections must be carried out and Reports must be filled out prior to the commencement of each shift and be available in the Plant item for inspection. The absence of a daily Inspection Report will affect the evaluation score. Evidence of service records must be readily available in the plant.
2. Registration Requirements 2.1 Registration All Plant must meet the requirements for NSW registration and must have either full registration or conditional registration for the duration of the hire. The appropriate registration label must be affixed in a secure, visible location. All old labels must be removed. The plant must also display current registration plate. 2.2 Equipment The minimum equipment requirements for Plant are shown in table 2 at the end of this section. These requirements are in accordance with those in the RMS publication “Plant Vehicles - Registration Options”. 2.3 Windscreen Wipers Plant with windscreen must have an operative windscreen wiper, which effectively clears the screen directly in front of the operator and gives an adequate view in front of the Plant. Wipers fitted to other windows must also operate effectively. 2.4 Lights and Reflectors The requirements for lights and reflectors are shown in table 2 at the end of this section. Plant required to work at night work must have suitable and efficient lights, including headlights or worklights. (Council will state this requirement at the time of hiring). 2.5 Reflective Tape Dozers and excavators that do not have rear reflectors, and all rollers must be fitted with side and rear reflective tape. Requirements for other Plant are shown in table 2 at the end of this section. 2.5.1 Material The tape must be red and yellow with a retro-reflective surface. Photometric performance and durability must comply with Class 2, AS1906. 2.5.2 Size The total surface area of reflective tape must be at least 0.32 square metres, eg 150mm by 2100mm. 2.5.3 Installation The tape must be evenly applied to the rear and sides of the Plant. Tape must not be applied to the front of plant. Where practical, the lower edge of the tape shall be between 400mm and 1500mm from the ground, with the outermost edge less than 150mm from the corners of the Plant. 2.6 Horn All plant must be equipped with a clearly audible horn. Exhaust whistles, compression whistles, sirens or alternating tone horns are not acceptable.
2.7 Amber Beacon Plant must have at least one amber beacon that is wired through the ignition switch and is active whenever the Plant is travelling or operating on the job site. The beacon shall be mounted as near as possible to the top of the Plant and be clearly visible in normal daylight at a distance of 200 metres (and closing) in all directions. The beacon shall be either a rotating type (minimum 55 watt) or flashing strobe type (minimum 8-joule double pulse). Water tankers may be fitted with a switch to turn the beacon off when travelling on roads outside the job site. 2.8 Rear Vision Mirrors All Plant must be fitted with rear vision mirrors that provide adequate rear vision on both sides of the plant. 3. General Requirements 3.1 Mechanical 3.1.1 Leaks The engine, transmission, drive-line, hydraulics and fuel system must not have any leaks which allow oil or fuel to drip on the road surface, or on exhaust system or on brake components. Steering and brake systems must be free from leaks. Catch trays or tanks to contain leaks are unacceptable. 3.1.2 Engine Must start easily and provide sufficient power. Frequent jump starting is dangerous and unacceptable. 3.1.3 Cooling System Must provide efficient cooling for all climatic conditions. All drive belts and hoses must be free from deterioration and/or leaks. 3.1.4. Exhaust System Must be free from leaks and be securely mounted. 3.1.5 Exhaust Smoke Plant must not emit visible smoke for continuous periods of more than 10 seconds (Protection of the Environment Operations Act 1997). 3.1.6 Transmission and Final Drive Must operate to the manufacturer’s specifications and be free of leaks. Manual gearboxes coupled to hydrostatic drives must be locked in gear to prevent accidental gear selection, when a separate effective service brake is not fitted.
3.1.7 Hydraulics All hydraulic functions must respond quickly and smoothly, and be free from leaks and hydraulic creep. Time for the hydraulics to ‘warm up’ must be within manufacturer’s specifications. Plant used as a crane with a safe working load greater than 3000kg must be fitted with anti-drop valves. 3.2 Chassis 3.2.1 Chassis / Frame Must be free from cracks, advanced rust, missing or loose bolts, sharp edges or protrusions that could cause personal injury. 3.2.2 Body / Cabin / Steps and Handrails Must be free from cracks, advanced rust, missing or loose bolts, sharp edges or protrusions that could cause injury. All doors, door locks and latches must be secure and functional. Plant with fully enclosed cabins that have no opening windows must have an operational air conditioner fitted. Steps and handrails must be as originally manufactured. 3.2.3 Windows The windscreen and all other windows must be free from defects that impair visibility. All glass must be an approved safety type. 3.2.4 Suspension Suspension components must not be broken, loose, cracked, cut, missing or modified. All nuts, bolts and locking devices must be in place and secure. The maximum allowable wear in any suspension component is 3mm. 3.2.5 Steering Steering components must not be broken, loose, cracked, cut, missing or modified. All nuts, bolts and locking devices must be in place and secure. The maximum allowable free play in any steering joint is 3mm. Rotational free play at the steering wheel must not exceed 100mm. The steering must operate smoothly in both directions. The operation of the steering, from lock to lock, on Plant with full hydraulic steering is to be checked at approximately half the maximum engine speed. 3.2.6 Tyres Must be free from deep cuts, bulges, exposed cords or other signs of carcass failure. Traction tyres must provide adequate grip. Tyres must be the correct type, load rating and size to suit the wheel rims.
3.2.7 Tracks Tracks and related equipment must be in good condition and must provide sufficient traction. 3.3 Miscellaneous 3.3.1 Controls and Switches All controls and switches must: (a) be secure (b) function correctly and be free of excessive wear (c) perform as designed, and (d) be permanently and clearly labelled to indicate the direction of the movement. 3.3.2 Seat The operator’s seat must be in good condition, secure and must not affect the operator’s ability to operate the Plant. 3.3.3 Work Attachments / Tools All Attachments shall be securely mounted, free from cracks, leaks or any defects and be in good working order. (Attachments include items such as buckets, blades, cutting edges, tynes, hydraulic tools, etc). 3.3.4 Articulation Joints Clearance in the articulation joint must be within the manufacturer’s specifications. There must also be a means of locking the articulation joint. 3.3.5 Electrical System All electrical equipment must operate as intended by the manufacturer. Electrical wiring and connections, both inside and outside the plant, must be secure and free from any damage or corrosion. Insulation must not be chafed or exposed to excessive heat. The battery must be securely mounted and free from any cracks or leaks. Loose connections, which could cause arcing, are unacceptable. 3.3.6 Plant Security Parts of the Plant which are critical to its operation and are subject to vandalism must be adequately protected, eg engine covers, console covers and cabins, by appropriate locking devices. 3.3.7 Noise Level Plant will be evaluated on its noise emission as follows: <86 dB(a) good 86-90 dB(a) average >90 dB(a) poor.
3.3.8 Lifting Requirements Plant that may be used as cranes, eg backhoes, loaders and excavators, having components used for lifting, eg hooks and lugs, that do not have a manufacturer’s ID and SWL will, at the discretion of Council, require a Structural Engineer’s certificate for these components. 3.4 Non-conformances Plant with any of the following defects at the time of inspection will have its hire terminated and will be removed from the Database. If the plant with any of the following defects is located on the Site at the time the defect is identified, must be immediately removed from the Site: (a) defective neutral start switch (b) defective service, park or emergency brakes (c) defective seat belt or absence of a seat belt when ROPS is fitted (d) inoperative or inaudible reverse/travel alarm (e) mechanical lock pin not available or not fitted to the quick hitch (f) machinery guards not fitted (g) no manual transmission lock when required (h) dangerous suspension, steering or tyres (i) any other condition, which could impair the safe operation of the Plant.
driving the grader under varying road conditions and at a range of speeds blade manoeuvres and positions for work situations basic levelling on cleared ground and move windrows in a straight line marking and cutting a ditch in preparation for the forming up or
maintenance of a road shaping formations using part of the existing road for control, eg trim
shoulders or trim heavy patch how to box out a road to pre-determined levels ripping and scarifying techniques on a range of solid materials.
4.5 Tractor-dozer Demonstrate:
ability to move dozer from park area to work site, i.e. engine and hydraulic system warm up period, gear changing, blade in travelling position
blade manoeuvres and adjustments for various work situations slot dozing loose material levelling and spreading heaps ripping and dozing rock pushing down trees and stacking for burning.
5. Operator attitude Demonstrate:
cooperation with Council Supervisor and compatibility with work gang
reliability in all aspects of work on site
punctuality in start/finish time and regular attendance on site. 6. Operator knowledge Demonstrate:
an understanding of, and ability to follow on-site instructions given by Council personnel
knowledge of Council and Roads & Maritime Services (RMS) procedures. knowledge of WorkCover requirements
Profiler Yes (3) No Yes No No Yes No Yes (2) Yes (2)
Scraper Yes (3) No No Yes Yes Yes No No Yes (2)
Skid steer loader Yes (3) Yes (2) Yes (2) Yes No Yes No No No
Smooth drum roller
Yes (3) No No Yes Yes Yes No Yes (2) No
Soil stabiliser Yes (3) No No Yes (2) Yes (2) Yes No Yes (2) Yes (2)
Sweeper Yes (3) No Yes (2) No Yes (2) Yes (2) Yes Yes (2) No
Tandem drum roller
Yes (3) No No Yes Yes Yes No Yes (2) No
3 point roller Yes (3) No No Yes Yes Yes No Yes (2) No
Tractor Yes (3) Yes (2) No Yes No Yes No No No
Water tanker Yes (3) No No Yes (2) Yes (2) Yes (2) Yes No No
Notes:
(1) Denotes items required for registration. (5) Lime/cement spreaders must be fitted with warning signs to advise eye
(2) Denotes that these warning signs must be fitted where applicable. protection, dust mask, gloves and overalls must be worn during operation.
(3) Hearing protection signs must be fitted when noise levels exceed 85 dB(A). (6) All plant with water-filled tyres must have a warning sign adjacent to each tyre.
(4) Recommended that these signs be fitted near the boom area. (7) Emergency stop devices must be clearly marked/labelled
Water tanker Yes Yes Yes Yes No No Yes Yes Yes Yes (4)
Notes: (1) Denotes items required for registration. (2) Only required if plant item is on full 24 hour use registration. (3) If no rear reflectors. (4) Where applicable. (5) Graders with 24 hr registration use require side amber reflectors to be fitted.
STATUTORY DECLARATION ON NON-COLLUSIVE TENDER DECLARATION
The Supplier must complete and submit with tender
I, (Print name),
of (Tendering Organisation),
do hereby solemnly declare and affirm the following ;
1. I hold the position of , and am duly authorised by the tendering organisation to lawfully proclaim the following and, after having made due inquiry believe the following to be completely accurate to the best of my knowledge.
2. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any contract or agreement to
offer payment of any kind to a trade association, representative of the Superintendent or representative of the Principal in the event of a winning tender by this Organisation.
3. Neither the Tenderer nor the Tenderer’s Agents or Servants have had any knowledge of the price of tenders
submitted by it’s competitors prior to their acceptance nor did the Tenderer furnish the price of the enclosed tender to any source external to the Tendering Organisation prior to its submission.
4. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any contract or agreement to
offer payment of any kind to an unsuccessful Tenderer in the event of a winning tender.
5. The Tenderer is not aware of any facts which would affect the decision of the Principal in accepting the tender
nor has the Tenderer attempted to acquire information relevant to the tender award process by soliciting the Principal, the Superintendent or their Representative’s Agents or Servants.
6. Neither the Tenderer nor the Tenderer’s Agents or Servants have entered into any agreement with other
Tenderers or third party, which results in a payment of unsuccessful tenderers fees.
7. The contents of this document are true and correct to the best of my knowledge and in no way have been written under duress of any form.
I make this solemn declaration as to the matter aforesaid, according to the law in this behalf made, and subject to the punishment by law provided for any wilfully false statement in any such declaration.
Signature of Tenderer:
Subscribed and declared at:
This: Day of (Year)
Before me: (Print name)
Witness:
(Justice of the Peace or authorised person)
(Signature)
Standing Offer Supply of Hired Plant on casual basis for 1st July
(1) Paid once only per Requisition Order calculated using an agreed distance to the Project Site.
(2) Contractor to provide all things necessary for the efficient operation of the plant item in accordance with all relevant specifications including,
but not limited to: Temporary traffic control, transport of employees to the project site, and all consumables required by the plant item. No payment will be made for when a plant item is stood down, such as due to wet weather. (3)
Paid only when daily total calculated using rates is less than this amount.
Contract Supply of Hired Plant on a casual basis for 1st July 2020 -30th June 2021 Page Number:
1) Paid once only per Requisition Order calculated using an agreed distance to the Project Site.
(2) Contractor to provide all things necessary for the efficient operation of the plant item in accordance with all relevant specifications including,
but not limited to: Temporary traffic control, transport of employees to the project site, and all consumables required by the plant item. No payment will be made for when a plant item is stood down, such as due to wet weather. (3)
Paid only when daily total calculated using rates is less than this amount.
Contract Supply of Hired Plant on a casual basis for 1st July 2020 -30th June 2021 Page Number: