Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
Contact Officer:
Ramesh Selliah
Contracts Officer
All enquiries are to be addressed in writing to the Contact officer only
through the Apets Contact Job Manager icon.
Closing Time:
Page 1 of 26
TABLE OF CONTENTS
TABLE OF CONTENTS ..........................................................................................................................................2
SECTION 1: PROJECT OVERVIEW ............................................................................................................4
1.1: GENERAL COUNCIL INFORMATION ............................................................................................................4
1.2: OVERVIEW OF REQUIREMENTS ..................................................................................................................4
1.3: PROJECT TIMELINE .....................................................................................................................................4
SECTION 2: CONDITIONS OF TENDER .....................................................................................................5
2.1: PARTICIPANTS TO BE BOUND ......................................................................................................................5
2.2: PREPARATION OF TENDERS ........................................................................................................................5
2.3: ELECTRONIC TENDERS ................................................................................................................................6
2.4: LODGEMENT OF TENDERS ...........................................................................................................................6
2.5: EVALUATION AND ACCEPTANCE OF TENDERS ..........................................................................................7
2.6: THE CONTRACT ...........................................................................................................................................8
2.7: UNSUCCESSFUL RESPONDENTS ...................................................................................................................8
2.8: VALIDITY PERIOD OF TENDERS ..................................................................................................................8
2.9: RESPONDENTS COSTS .................................................................................................................................9
2.10: ETHICS AND FAIR DEALINGS ....................................................................................................................9
2.11: TAX ...........................................................................................................................................................10
SECTION 3: CONDITIONS OF CONTRACT.............................................................................................11
3.1: DEFINITIONS ...............................................................................................................................................11
3.2: NOTICES......................................................................................................................................................11
3.3: QUALITY OF GOODS...................................................................................................................................12
3.4: DEFECTS LIABILITY ...................................................................................................................................12
3.5: CONTRACTORS OBLIGATIONS ..................................................................................................................12
3.6: PRINCIPALS OBLIGATIONS.......................................................................................................................13
3.7: PAYMENT ....................................................................................................................................................14
3.8: VARIATIONS ...............................................................................................................................................14
3.9: INSURANCE .................................................................................................................................................15
3.10: GOODS AND SERVICES TAX .....................................................................................................................15
3.11: DISPUTES ..................................................................................................................................................15
3.12: SUSPENSION ..............................................................................................................................................15
3.13: TERMINATION ..........................................................................................................................................16
3.14: ACCESS TO INFORMATION (GIPA ACT, S.54) ........................................................................................16
3.15: CONSULTATION (GIPA ACT, S.54)..........................................................................................................17
3.16: REGISTRATION OF INSURANCES AND WHS DOCUMENTATION ............................................................18
3.17: ETHICS AND FAIR DEALINGS ..................................................................................................................18
SECTION 4: SPECIFICATION ROAD SUCTION SWEEPER.................................................................20
4.1.
4.2.
4.3.
4.4.
4.5.
4.6.
INTRODUCTION........................................................................................................................................20
REQUIREMENTS.......................................................................................................................................20
NOISE .......................................................................................................................................................20
SERVICE PLATE .......................................................................................................................................20
RISK ASSESSMENT OF COMPLETED UNIT ...............................................................................................21
KEYS.........................................................................................................................................................21
Page 2 of 26
4.7.
4.8.
4.9.
4.10.
4.11.
4.12.
4.13.
4.14.
4.15.
4.16.
4.17.
4.18.
4.19.
4.20.
4.21.
4.22.
4.23.
4.24.
4.25.
4.26.
4.27.
4.28.
4.29.
4.30.
4.31.
4.32.
4.33.
4.34.
WARRANTY ..............................................................................................................................................21
MANUALS .................................................................................................................................................21
PRE-DELIVERY INSPECTION ...................................................................................................................21
DELIVERY ..............................................................................................................................................21
SPECIFICATION AND BROCHURES ........................................................................................................21
PARTS AVAILABILITY ............................................................................................................................22
SERVICE AVAILABILITY .......................................................................................................................22
TRAINING ...............................................................................................................................................22
TOOLS AND TOOL BOX .........................................................................................................................22
REGISTRATION ......................................................................................................................................22
SIGNWRITING ........................................................................................................................................22
ROAD SUCTION SWEEPER .....................................................................................................................23
MAIN ENGINE REQUIREMENTS ............................................................................................................24
DIMENSIONS ..........................................................................................................................................24
AUTOMATIC TRANSMISSION ................................................................................................................24
STEERING ...............................................................................................................................................24
PAINTING (CAB CHASSIS) .....................................................................................................................24
PAYLOAD AND AXLE LOADINGS ..........................................................................................................24
SWEEPER BODY UNIT ...........................................................................................................................24
BODY LIFTING EQUIPMENT..................................................................................................................25
AUXILIARY ENGINE (IF FITTED) ..........................................................................................................25
WATER SYSTEM ....................................................................................................................................25
WATER SPRAYS .....................................................................................................................................25
SWEEPING EQUIPMENT.........................................................................................................................26
SUCTION FAN .........................................................................................................................................26
SWEEPER CONTROLS ............................................................................................................................26
WORKS LAMPS ......................................................................................................................................26
BEACON..................................................................................................................................................26
Page 3 of 26
Date
16/12/2014
15/01/2015 @ 12.00noon
TBA
Page 4 of 26
Page 5 of 26
Page 6 of 26
The Quoted price and price structure; as well as any other potential costs to Council that
may be identified for each stage of the project.
The proposed Respondents experience in delivery of similar vehicles
Respondents capacity and resources available including financial capacity
Respondents conformance to specifications
Delivery times for the vehicles
Built-in WHS aspects in compliance with specification
Page 7 of 26
Page 8 of 26
clarification or alteration to a Tender shall not constitute rejection of that Tender and shall not effect
the Validity Period.
Page 9 of 26
2.11: TAX
Unless otherwise provided for in this Request for Tender, all rates, lump sums and other amounts
quoted shall be fully inclusive of any allowance for the Goods and Services Tax (GST) and any
other tax that may be applicable.
Page 10 of 26
3.2: NOTICES
Any notice given under this Contract shall:
be in writing addressed to the intended recipient at the address last notified by the intended
recipient to the sender, be signed by an authorised officer of the sender, and be taken to have been
given or made (in the case of delivery in person or by fax, cable or post) when delivered, received or
left at the specified address.
If delivery or receipt of a notice occurs on a day on which business is not generally carried on in the
place to which the communication is sent or later than 4:00 p.m. (local time), it shall be taken to
have occurred at the commencement of business on the next business day in that place.
Notices to the Principal shall be addressed to the person nominated as the Principals
Representative.
Page 11 of 26
The Contractor shall use all reasonable efforts to inform itself of the requirements of the Principal
and shall regularly consult with the Principal during the performance of the Works.
3.5.2:
Discrepancies in Information
If the Contractor considers that information, documents and other particulars made available to it
are inadequate or contain errors or ambiguities, the Contractor shall give written notice as soon as
practicable to the Principal detailing the errors or ambiguities.
3.5.3:
Program
The Contractor shall, within 7 days from the date of the Letter of Acceptance, submit to the Principal
a project plan for the performance and completion of the Works.
3.5.4:
The Contractor shall perform the Works expeditiously and in accordance with the Project Plan.
3.5.5:
Delay
Not less than one day after becoming aware of any matter which is likely to change or which has
changed the scope or timing of the Works, the Contractor shall give written notice to the Principal
detailing the circumstances and extent or likely extent of the change or delay.
Page 12 of 26
3.5.6:
The Contractor shall not make any alteration to, addition to or omission from the Works without the
prior written approval of the Principal.
3.5.7:
The Contractor shall liaise, co-operate and confer with others as directed by the Principal.
3.5.8:
The Contractor shall not act outside the scope of the authority conferred on it by this Contract and
shall not bind the Principal in any way or hold itself out as having any authority to do so, except
where authorised by the Principal in writing.
3.5.9:
Confidentiality
The Contractor and its servants or agents shall not, without the prior written consent of the Principal,
at any time issue any statement or communication or make any representation directly or indirectly
in connection with the Works or this Contract to any person or entity not a party to this Contract
other than as necessary to perform the Works, or with respect to any matter already within the
public domain.
3.5.10:
Contractor's Representative
The person named in the Schedules as the Contractors Representative shall be responsible on
behalf of the Contractor for all aspects of the Works and shall have the legal power to bind the
Contractor in respect of any matters arising in connection with the Works. Any substituted
representative shall be notified immediately in writing to the Principal.
3.5.11:
The Contractor shall not assign or subcontract any part of the Works without the prior written
approval of the Principal. Any such approval given by the Principal shall not relieve the Contractor
from its obligations and liabilities pursuant to this Contract.
3.5.12:
Statutory Requirements
The Contractor shall ensure that all work done in connection with the Works complies with the
requirements of all applicable legislation, codes and Authoritys requirements and all relevant
Australian Standards applicable to the Works.
Provide Information
Page 13 of 26
3.7: PAYMENT
3.7.1
Fee
In consideration of the provision of the Works the Principal shall pay the Contractor the Fee set out
in the Schedule titled Schedule of Rates, subject to this Contract.
3.7.2
Payment, in part or in total, of the Fee shall not constitute an acceptance by the Principal of the
Works and does not amount to a waiver of any right or action which the Principal may have at any
time against the Contractor.
3.7.3
Reimbursable Expenses
All costs, expenses, fees or charges incurred or paid by the Contractor shall be deemed to be
covered by the Fee, unless they are specifically detailed as Reimbursable Expenses in this
Contract. Where Reimbursable Expenses are agreed, the Contractor shall first obtain the
Principal's specific written approval, prior to incurring them.
3.7.4
Timing of Payment
On completion of each deliverable the Contractor shall lodge with the Principal a payment claim for
the Works performed (and for any approved reimbursable expenses).
The Principal shall make a payment within 30 days from the end of the month in which the claim is
received, but if the Principal requests access to information required to substantiate the claim, the
time for payment shall be extended by the number of days elapsing between the date of the
Principal's request and the date access to the information is granted.
3.8: VARIATIONS
3.8.1:
Instruction
The Principal may instruct the Contractor in writing to vary the Works, so long as the variation is
consistent with the general nature of the Works. The Contractor shall comply with such an
instruction.
3.8.2:
The Principal may, at any time, request the Contractor to provide a written estimate of the time, cost
and programming effects of a variation or a proposed variation. A written estimate shall be provided
by the Contractor within a time nominated by the Principal.
3.8.3:
The Principal and Contractor acknowledge that a significant change in the operations of Council
such as an amalgamation with another Council, sharing of major operational or administrative
services with other Councils, or other similar events constitute significant changes in operations
which could give rise to variations in the contract.
Page 14 of 26
3.9: INSURANCE
Public Liability Insurance
The Contractor shall affect Public Liability Insurance for a minimum of $10 million. This shall be
kept current, with evidence of renewal to be provided for all and any period of the Contract.
3.11: DISPUTES
If either party is dissatisfied with an act or omission of the other party in connection with the
Contract, that party is to notify the Principals Agent and the other party in writing of a dispute within
14 days of the act or omission. The notifying party is to provide particulars, including the factual and
legal basis of any claimed entitlement. If the Contractor and Principals Agent have not resolved the
dispute within 21 days after the notice providing particulars of the dispute, the parties may appoint
an independent Expert to make a decision on the dispute.
The parties are to share equally the Experts fees and out-of-pocket expenses. Each party is to
otherwise bear its own costs and share equally any other costs of the process.
In making the decision, the Expert acts as an expert and not as an arbitrator and is:
1. not liable for acts, omissions or negligence;
2. to make the decision on the basis of the written submissions from the parties and without
formalities such as a hearing; and
3. Required within 35 days of appointment to give the decision in writing, with brief reasons, to
each party.
The experts decision is binding unless it requires one party to pay the other an amount exceeding
$100,000 and within 14 days of receiving the decision, either party gives notice in writing to the
other that the party is dissatisfied. In this case the decision is of no effect and either party may then
commence litigation.
If the Experts decision is binding, and requires one party to pay the other party money, that party is
to pay the money within 14 days of receiving the decision of the Expert.
3.12: SUSPENSION
The Principals Representative may direct the Contractor to suspend all or part of the Works and the
Contractor is to carry out the direction.
If the direction to suspend the work is due to any act or omission of the Principal, the Principals
Representative and the Contractor are to meet to agree on the reasonable extra costs payable to
Auburn City Council
Page 15 of 26
the Contractor which resulted from the suspension. If they do not agree within 14 days after the
meeting, the Principals Representative is to assess those extra costs.
The Contractor is to recommence the Works as soon as practicable after being directed to do so by
the Principals Representative.
3.13: TERMINATION
Without prejudice to any other rights which the Principal has, if the Contractor commits a substantial
breach of the Contract, including:
1. failing to carry out a direction of the Principals Representative within the time specified;
2. not progressing the Works at a reasonable rate;
3. Failing to effect or maintain any insurance required by the Contract; the Principal may, in
writing, specify the breach and ask the Contractor to give reasons why the Principal should
not take further action.
If the Contractor either fails to give a written response within 7 days of receiving the Principals
notice, or fails to give reasons satisfactory to the Principal, then the Principal, through the Principals
Representative may immediately terminate the Contract by notice in writing to the Contractor, in
which case the respective rights and liabilities of the parties shall be the same as they would be at
common law if the Contractor had wrongfully repudiated the Contract.
Having terminated the contract the Principal may immediately take over the uncompelled Works by
notice in writing, suspend payments due or which would become due under Clause 12, and have
the Works completed by others. The Principals Representative is to calculate the difference
between the costs of having the Works completed by others and the amount of suspended
payments held by the Principal. If the calculation results in a shortfall of the Principal, the
Contractor is to pay the amount of the shortfall to the Principal within 7 days of a written demand for
payment. If the calculation results in an excess to the Principal, the Principal is to pay the amount of
the excess to the Contractor.
2.
The Contractor must, within 7 days of receiving a written request by the Council,
provide the Council with immediate access to the following information contained in
records held by the Contractor:
(a)
(b)
(c)
(b)
(c)
3.
The Contractor will provide copies of any of the information in sub-clause (1), as
requested by the Council, at the Contractors own expense.
4.
Any failure by the Contractor to comply with any request pursuant to sub-clause (1)
or (3) will be considered a breach of an essential term and will allow the Council to
terminate the Contract by providing notice in writing of its intention to do so with the
termination to take effect 7 days after receipt of the notice. Once the Contractor
receives the notice, if it fails to remedy the breach within the 7 day period to the
satisfaction of the Council, then the termination will take effect 7 days after receipt of
the notice.
(1)
The Council will take reasonably practicable steps to consult with the Contractor
before providing any person with access to information relating to the Contract, in
response to an access application under the Government Information (Public
Access) Act 2009 (GIPA Act), if it appears that:
(a)
(2)
the information:
i.
ii.
iii.
iv.
(b)
(c)
If, following consultation between the Council and the Contractor, the Contractor
objects to disclosure of some or all of the information, the Contractor must provide
details of any such objection (including the information objected to and the reasons
for any such objection) within 5 days of the conclusion of the consultation process.
Page 17 of 26
(3)
(4)
If the Contractor objects to the disclosure of some or all of the information but the
Council nonetheless decides to release the information, the Council must not provide
access until it has given the Contractor notice of the Councils decision and notice of
the Contractors right to have that decision reviewed.
(5)
Where the Council has given notice to the Contractor in accordance with sub-clause
(4), the Council must not provide access to the information:
(a)
before the period for applying for review of the decision under Part 5 of the
GIPA Act has expired; or
(b)
The reference in sub-clause (5)(a) to the period for applying for review of the decision under Part 5
of the GIPA Act does not include the period that may be available by way of extension of time to
apply for review.
Page 18 of 26
The Code of Conduct specifically requires that Councillors and staff shall not seek or accept any
payment, gift or benefit intended or likely to influence, or that could be reasonably perceived by an
impartial observer as intended or likely to influence them to:
Page 19 of 26
INTRODUCTION
4.2.
REQUIREMENTS
STATUTORY REQUIREMENTS
The design and manufacture of these garbage compaction trucks shall meet and comply with all
current registration and design rule requirements stipulated by the Roads and Maritime Services of
New South Wales and all relevant sections of the WorkCovers Health and Safety at Work The
Waste Management and Recycling Industry, requirements.
4.3.
NOISE
Council will require independent certification of noise levels prior to delivery. This cost is to be
included in the Tender.
The nose levels when the vehicle is operating are to be stated for internal cabin noise levels
and at 7.0 metres together with accepted noise levels, as per workcover requirements.
Noise levels outside the cabin shall not exceed 105 Decibels.
4.4.
SERVICE PLATE
Each unit is to be fitted with a durable (aluminium) operators daily service instruction plate.
PAINTING (COMPACTION BODY AND BODY OF SWEEPER)
All metal surfaces shall be dry and thoroughly cleaned of mill-scale, grease, oil and rust before
welding or applying the priming coat. Mill-scale on rolled steel surfaces shall be removed by
abrasive blast cleaning. All surfaces shall be thoroughly primed before assembly. The priming and
surface preparation shall be in accordance with paint manufacturers recommendations. Where
panels are to be covered by framework they shall be cleaned and primed prior to assembly.
All welds, pits, scratches etc. are to be completely filled and the surfacing coats sanded down
smooth before finishing coats are applied.
The compactor body is to be painted white using commercial, high gloss finish, free from runs,
prominent orange peel or other defects.
Page 20 of 26
Any signs required by Roads and Maritime Services denoting Left Hand Drive and suitable
hazard warnings to be provided.
4.5.
Under the NSW Work Health and Safety (WHS) regulations 2011, the supplier (seller) of equipment
is to provide the purchaser, details of the risks associated arising from the condition and use of the
particular item being offered. The supplier is to provide a WorkCover complying risk assessment as
a mandatory requirement of this Quotation. Failure to provide this requirement will result in the
Tender NOT being considered.
4.6.
KEYS
4.7.
WARRANTY
Complete details of warranty offered on the cab chassis and compaction bodies Quoted shall be
stated. A minimum of (24) months is required.
4.8.
MANUALS
The following manuals are required for the chassis and compaction body.
a)
One operator manual for each unit delivered and one for the maintenance section.
b)
c)
Prices for these manuals are to be included for each item of plant.
4.9.
PRE-DELIVERY INSPECTION
4.10.
DELIVERY
Respondents are to provide a firm lead time from receipt of Councils Letter of Acceptance or
Purchase Order.
4.11.
Tenders are to include comprehensive details of the cab chassis and compaction bodies being
offered including specifications and brochures.
Auburn City Council
Page 21 of 26
4.12.
PARTS AVAILABILITY
Tenders must provide a complete list of parts for each machine, In addition Respondents must state
the location of their parts facility nearest to Councils Depot at Auburn and also indicate what
assurances can be given as to minimise delay in supply of any part not stocked at that location.
4.13.
SERVICE AVAILABILITY
Tenders should indicate what field service facilities are available for warranty or for any subsequent
dealer service which Council may wish to utilise within its area.
4.14.
TRAINING
Operation and maintenance training for Councils Drivers and Maintenance staff is required to be
arranged at a mutually agreeable time shortly after delivery of completed unit. Respondents are to
supply details of training to be offered.
4.15.
An externally mounted lockable toolbox is required, complete with a tool kit for the driver, comprising
as a minimum an effective jack and wheel brace, and breakdown warning triangles. The toolbox is
to be large enough to store daily consumables such as gloves and spare wheel and axle assemblies
for wheeled garbage containers.
The tool box should be as large as possible for the space available and are to be specified in the
Tender response.
4.16.
REGISTRATION
The successful Respondent is to register the completed units on behalf of Council prior to delivery.
The registration shall run to Councils common expiry date of 1th September. All registration forms
and CTP green slips shall be provided with Councils official order. The registration costs are to
be invoiced separately and not included in the Tender price.
4.17.
SIGNWRITING
Respondents are required to allow for signwriting on the cabin and body of the vehicle and all
signwriting must be to Auburn City Council specifications.
Page 22 of 26
4.18.
CAB/CHASSIS REQUIREMENTS
Vehicle to comply with Roads and Maritime Services and Workcover requirements.
Both left and right hand driving and operation controls are to be fitted to the vehicle.
Drive controls shall be fitted by the truck manufacturer or approved by the truck manufacturer
and Roads and Maritime Services, and not to affect truck warranty.
Tinted windows.
Supply spare wheel and tyre (no spare wheel carrier required).
Two West Coast Type rear view mirrors (one each side) heated and adjustable from inside the
cab shall be fitted and be approximately 460mm x 125mm including spot mirrors.
Interior and exterior rear view mirrors for maximum visibility for driver.
Internal/External sunvisor.
Colour camera with viewing to rear. Display to be visible from both side seats.
Battery isolator.
Seats are to be air operated with Tilt/Slide adjustment and Lumbar Support.
Page 23 of 26
4.19.
Engine: Diesel 6 Cylinder preferably liquid cooled, naturally aspirated with a maximum net
power up to 190 kw or manufacturers rating. Full details of specifications required.
4.20.
DIMENSIONS
Must be specified for the waste collection body and comply with the recommendations of the
National Association State Road Authorities and NSW Roads and Maritime Services for unrestricted
24 hour use.
The following dimensions must be stated:
Wheel Base.
Rear of cabin to rear axle.
Rear of cabin to front axle.
4.21.
4.22.
AUTOMATIC TRANSMISSION
STEERING
4.23.
The cabin and body exterior is to be finished in whote and the chassis in black.
4.24.
4.25.
Sweeper body unit to be all stainless steel welded construction with a body free air volume
of at least 3.5m3.
Inspection/access door. The rear door shall be fitted with a safety prop.
Page 24 of 26
Body to be readily propped when carrying out any service or maintenance works.
4.26.
Hydraulic system for body raising and rear door opening is to be driven by P.T.O/pump fitted
to the chassis engine/gearbox. A Chelsea Hot Shift design required, or similar.
Control valves for the manual control of body raising and rear door opening processes to be
provided externally near side of vehicle mid mounted.
Body is to be equipped with single lift cylinder and an underbody safety prop.
4.27.
Auxiliary engine to be fitted with equipment to shut down the engine in the event of loss of
lubricating oil pressure or over heating of coolant.
Air cleaner to be dry type with safety element. A restriction indicator is to be provided.
Fuel tank capacity to be minimum 100 litres and fitted with filler cap/breather and visual level
gauge.
Oil pressure gauge, hour gauge and coolant temperature gauge to be provided in cabin
console.
4.28.
WATER SYSTEM
Water tank to be integrated with body, stainless steel construction or corrosion resistant
material.
4.29.
WATER SPRAYS
Water sprays for dust suppression to be provided at the front and rear of the machine,
adjacent to the gutter brush, within the suction nozzle.
High pressure washing system comprising hand wand and at least 10m of H.P.hose on a
retractable reel.
Page 25 of 26
4.30.
SWEEPING EQUIPMENT
Sweeping equipment to consist of two (2) gutter brushes (left and right hand) and one (1)
wide sweep brush.
4.31.
SUCTION FAN
4.32.
SWEEPER CONTROLS
Payload indicator lamp to be provided which will indicate when the vehicle has a full load of
sweepings.
Controls to select right and left hand sweeping operation to be provided within the cabin.
4.33.
WORKS LAMPS
LED Left and Right hand work lamps are to be provided to illuminate the gutter sweeping
equipment and immediate work area.
Control to select an appropriate work lamp for night sweeping is to be provided within the
cabin.
4.34.
BEACON
LED Amber Strobe light Beacon (rotating) is to be fitted to both the front and the rear of the
machine.
Page 26 of 26