hats 40031.02 main civil works annexure 4 sow v08r01

38
 A nnexu r e 4 - Sco p e of Wor k Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028) Trade Package Name: Main Civil Works Project Number: 252091 Trade Package Number: 40031.02    T    C    1    5    3    2    0    6   -    0    7      2    0    1    5    R   e   c   e    i   v   e    d

Upload: ashokale

Post on 03-Mar-2016

11 views

Category:

Documents


0 download

DESCRIPTION

HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

TRANSCRIPT

Page 1: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 1/37

Annexure 4 - Scope of Work

Project Name:

JP9000 PHASE 7 HELICOPTER AIRCREWTRAINING SYSTEM – HATS (J0028)

Trade Package Name:

Main Civil Works

Project Number:

252091

Trade Package Number:

40031.02

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 2: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 2/37

 Annexur e 4 - Scope of Work Page 2 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

Current Issue 

Date Of Issue Section(s) Version/Revision Description Prepared By Approved By

17/06/2015  All v08r01 For Tender BOC BO

Superseded Issues 

Date Of Issue Section(s) Version/Revision Description Prepared By Approved By

Project Information 

Project Number  252091

Project NameJP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS(J0028)

Project AddressesHMAS ALBATROSS – Albatross Road, Parma, NSW, 2540

JERVIS BAY AIRFIELD – Jervis Bay Road, Jervis Bay, NSW, 2540

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 3: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 3/37

 Annexur e 4 - Scope of Work Page 3 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

Table of Contents 

1 PROJECT PARTICULARS ................................................................................................................................. 5

1.1 PROJECTDESCRIPTION .................................................................................................................................... 51.2 PROJECTSTAGES ANDELEMENTS .................................................................................................................... 5

1.2.1 Stage 1 .................................................................................................................................................... 5

1.2.2 Stage 2 .................................................................................................................................................... 5

1.2.3 Stage 3 .................................................................................................................................................... 5

1.2.4 Stage 4 .................................................................................................................................................... 5

1.3 PROJECTLOCATION .......................................................................................................................................... 5

1.4 HATSTRAININGF ACILITIES ATHMASALBATROSS.......................................................................................... 7

1.4.1 Stage 1 - Synthetic Training Facility (STF) ................................................................................................ 7

1.4.2 Stage 2 - Asset 402 – Live Training Facility (LTF) ..................................................................................... 7

1.4.3 Stage 3 - Living-In Accommodation (LIA) .................................................................................................. 8

1.5 HATSTRAININGF ACILITIES ATJERVISB AY AIRFIELD....................................................................................... 8

1.5.1 Stage 4 - Jervis Bay Airfield (JBAF) .......................................................................................................... 8

1.6 B ASE ACCESS(HMASALBATROSS ANDJERVISB AY AIRFIELD) ....................................................................... 9

1.6.1 Defence Common Access Card (DCAC) ................................................................................................... 9

2 SCOPE OF WORKS .......................................................................................................................................... 11

2.1 GENERAL ........................................................................................................................................................ 11

2.2 M AINCIVILWORKS –ALLSITES ..................................................................................................................... 11

2.2.1 Trade Specific Inclusions.........................................................................................................................11

2.3 SYNTHETICTRAININGF ACILITY(STF) ............................................................................................................ 15

2.3.1 Trade Specific Inclusions.........................................................................................................................15

2.3.2 Trade Specific Exclusions .......................................................................................................................19

2.4 LIVETRAININGF ACILITY –ASSET402(LTF) ................................................................................................... 20

2.4.1 Trade Specific Inclusions.........................................................................................................................20

2.4.2 Trade Specific Exclusions .......................................................................................................................26

2.5 LIVINGIN ACCOMMODATION(LIA) ................................................................................................................... 26

2.5.1 Trade Specific Inclusions.........................................................................................................................26

2.5.2 Trade Specific Exclusions .......................................................................................................................30

2.6 JERVISB AY AIRFIELD(JBAF) ......................................................................................................................... 30

2.6.1 Trade Specific Inclusions.........................................................................................................................30

2.6.2 Trade Specific Exclusions .......................................................................................................................32

2.7 GENERALINCLUSIONS .................................................................................................................................... 33

2.7.1 Safety .....................................................................................................................................................33

2.7.2 Quality ....................................................................................................................................................33

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 4: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 4/37

 Annexur e 4 - Scope of Work Page 4 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.7.3 Programme.............................................................................................................................................33

2.7.4 Commercial Assessment .........................................................................................................................34

2.7.5 Setout and Survey ..................................................................................................................................34

2.7.6 Transport and Storage ............................................................................................................................34

2.7.7 Cranage and Materials Handling..............................................................................................................35

2.7.8 Plant and Equipment ...............................................................................................................................35

2.7.9 Waste Management ................................................................................................................................35

2.7.10 Authorities ..............................................................................................................................................35

2.7.11 Subcontractor Labour Hire ......................................................................................................................35

2.7.12 Indigenous Training and Employment ......................................................................................................35

3 REFERENCE TO RELATED DOCUMENTS ................................................................................................... 37

3.1 SCHEDULE OFSPECIFICATIONS ...................................................................................................................... 373.2 SCHEDULE OFDRAWINGS ............................................................................................................................... 37

3.3 SCHEDULE OFPROJECTPLANS ...................................................................................................................... 37

3.4 DETAILEDDELIVERYPROGRAMME .................................................................................................................. 37

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 5: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 5/37

 Annexur e 4 - Scope of Work Page 5 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

1 Project Particulars

1.1 Project Descr ip tion

The JP 9000 Phase 7 Helicopter Aircrew Training System (HATS) is a high priority, joint service, Major CapitalEquipment project that will provide initial helicopter training for all Navy and Army aircrew. The new facility willbetter prepare aircrew for conversion to the advanced Australian Defence Force operational helicopters.

1.2 Project Stages and Elements

The Project is to be delivered in Four Stages. The Stages are further detailed in 1.4 HATS Training Facilities atHMAS Albatross and 1.5 HATS Training Facilities at Jervis Bay Airfield below. The Summary of the Stages is asfollows;

1.2.1 Stage 1 

Synthetic Training Facility. (STF) A new purpose built, non-airside training facility to support full flight simulators.

1.2.2 Stage 2 

Live Training Facility. (LTF) A complete external and internal refurbishment of the existing airside Asset 402 (Khangar), New Apron Pavement and associated services infrastructure.

1.2.3 Stage 3 

Live In Accommodation. (LIA). A new facility to provide accommodation, amenities and parking for 96 students.

1.2.4 Stage 4 

Jervis Bay Air Field (JBAF). A new smaller building for parachute training.

1.3 Projec t Locat ion

The STF, LTF (including Apron), and LIA works are all located on HMAS ALBATROSS, located approximately7.5 km south of the Nowra CBD, and approximately 155 km south of Sydney.

The JBAF project is located at the Jervis Bay Airfield, located approximately 2 km to the south-east of HMASCreswell, and approximately 25 km south-east of HMAS ALBATROSS.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 6: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 6/37

 Annexur e 4 - Scope of Work Page 6 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

Figure 1. Figure 1:Geograhpical Locations of HMAS Albatross and Jervis Bay Airfield

Figure 2. Figure 2:HMAS Albatross Si te Plan

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 7: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 7/37

 Annexur e 4 - Scope of Work Page 7 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

1.4 HATS Training Facilities at HMAS Albatross

1.4.1 Stage 1 - Synthetic Training Facility (STF) 

The proposed Synthetic Training Facility will be a new build construction that includes:

· office space for unit executives, instructors, administrative support staff, operations cell, trainingdevelopment staff, contractor support staff, maintenance, technician and software support staff, andLogistic Management Unit staff;

· simulator hall to house three full flight simulators (with capacity for installation of an additional simulator inthe future);

· one marshalling synthetic trainer,

· one aircraft replica trainer,

· two desktop trainers, and

· two tactical part task trainers;

· main briefing room;

· meeting rooms;

· briefing / de-brief rooms;

· flight planning room;

· study area,

· library,

· student crew rooms;

· instructor crew rooms;

· workshops and store for maintenance of flight simulators and training devices;and 

· staff amenities.

Level Area (m2) FFL

Ground 4,241 (GF Slab) 111.000

1 2,969 (L1 Slab Area) 115.100

2 (Plant) 2,570 (L2 Slab Area) 119.200

GFA Total 9,733 m2

Figure 3. STF Key Dimensions Summary Table

1.4.2 Stage 2 - Asset 402 – Live Training Facility (LTF) 

Defence proposes to adaptively re-use the airside Asset 402 (Hangar K) to accommodate a Live Training Facilityand provide;

· sufficient hangar space to accommodate 15 Airbus EC135 helicopters out of the weather,

· maintenance facilities to enable operational maintenance on the helicopters,

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 8: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 8/37

 Annexur e 4 - Scope of Work Page 8 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

· off-aircraft maintenance workshops,

· tool and spare parts stores,

·

office space for maintenance staff,· aircrew life support equipment workshops and storage,

· a Flight Line office to manage flying operations,

· office space for Instructor Training Wing,

· three classrooms for Instructor Training Wing, and

· staff amenities.

·  A flight-line Apron with integrated services to support training activities.

Level Area (m2) FFL

Ground Floor Office 915 (approx) 109.700

First Floor Office 915 (approx) 113.592

Lobby (GF and L1) 280 (approx)

Ground Floor Hangar  6,065 (approx) 109.700

GFA Total 8,175 m2

Figure 4. LTF Key Dimensions Summary Tab le

1.4.3 Stage 3 - Living-In Accommodation (LIA) 

Defence proposes to deliver a new-build LIA facility to provide:

· accommodation for 96 students (Training Level 1 accommodation standard based on up to sixmonths course duration);

· associated amenities; and

· 136 space car-parking (one-to-one ratio for HATS students and 40 replacement carparks).

Level Area (m2) FFL

Ground Floor/Building 689 124.900

First Floor/Building 627 (approx) 118.100

Second Floor/Building 627 (approx) 131.300

GFA Total/Building 1,882

Figure 5. L IA Key Dimensions Summary Tab le

1.5 HATS Training Facilities at Jervis Bay Airfield

1.5.1 Stage 4 - Jervis Bay Airfield (JBAF) 

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 9: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 9/37

 Annexur e 4 - Scope of Work Page 9 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

Defence proposes to deliver a new build shared facility at JBAF including:

· briefing/communication rooms to accommodate up to 12 personnel;

·

helicopter operations area;· amenities to accommodate HATS and other site users, including the Army’s Parachute Training

School;

· crew room;

· works to existing apron/flight-line; and

· six space car parking (including one compliant Disabled Carpark), one mini bus parking space andminor road upgrades leading into the airfield from the base entrance.

1.6 Base Access (HMAS Albatross and Jervis Bay Airfield)

1.6.1 Defence Common Access Card (DCAC) The Tenderer shall be aware that there is no unauthorised access to HMAS Albatross or Jervis Bay Air Field. ADefence Common Access Card (DCAC) is required for unescorted access rights into these areas. The Tenderer shall provide a single point of contact that shall be responsible for all security related matters for the project.

The Tenderer shall note that there are generally two types of passes that will be issued by Defence for theproject. These passes may be “Red Series” passes and will be categorised into either Contractor/PSP or Uncleared.

1.6.1.1   Contractor/PSP (Red Series)

The Contractor/PSP Pass provides the holder with Escort rights within the Base and requires that an applicationis made to Australian Government Security Vetting Agency for a Baseline Level Clearance. Any costs of obtaining a Security Clearance are the responsibility of the Tenderer. Security Clearances are obtained throughthe Australian Government Security Vetting Agency (AGSVA).

Tenderers may refer tohttp://www.defence.gov.au/agsva/ for further detail. It is noted that the target timeframefor AGSVA to Approve a baseline clearance is one month.

Tenderers shall be advised that it is their responsibility to obtain the necessary clearances to facilitate escortprivileges as Lendlease shall not escort any representative of the Tenderer following Contract Award.

1.6.1.2   Uncleared (Red Series)

Workers and Regular Delivery Drivers

 All workers, management and regular delivery drivers must obtain and Uncleared DCAC pass (red pass). TheUncleared pass provides the holder with Access to the base.

The following DCAC Application process has been agreed with Defence and will apply to all Tenderers on theHATS Project.

1. Subcontract Award

2. Subcontractor completes DCAC Application Form and HMAS Albatross Electronic Base Induction andissues to LLB.

3. LLB issues DCAC Applications to Defence Sponsor for signoff (sent via email).

4. Defence Sponsor endorses and forwards to base pass office and issues a copy to LLB within 5business days.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 10: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 10/37

 Annexur e 4 - Scope of Work Page 10 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

5. LLB advises Subcontractor of DCAC Application outcome. Subcontractor is responsible for booking inat the base pass office to receive their DCAC.

6. Subcontractor to complete LLB Site Inductions at Off Base Processing Area (OBPA) to gain access to

the Sites.

7. Subcontractor attends base pass office and receives DCAC.

8. Subcontractor can access the base and site.

Subcontractors must ensure that no vehicles associated with this Project are to approach the gates of the Baseperimeters (HMAS Albatross or Jervis Bay Airfield) without prior approval.

Irregular Deliveries

The requirement for irregular deliveries (and their drivers) to access the base is acknowledged. The followingprocess outlines the process for irregular delivery drivers to access the base without a ‘red pass’. Note, this

process is to be used as an exception for irregular delivery drivers only. All individuals doing work on site mustobtain a red pass.

1. Subbies to advise Off Base Processing Officer (OBPO) of expected deliveries for the upcoming week by noonon Friday.

2. Off Base Processing Officer to issue list of Subcontractors expecting deliveries to MC Rep for issue toDefence by COB Friday.

3. Delivery arrives at OBPA for STF/LTF deliveries or Gate 1 for LIA deliveries. OBPO (or in case of LIA theGate 1 Guard) confirms delivery on pre-approved list. Subcontractor must provide nominated escort* to escortdelivery in and out of site. Escort to attend OBPA, OBPO (or LIA guard) issues ‘LLB Vehicle entry permit’ todelivery driver.

4. Delivery driver and escort drive onto HMAS Albatross front gate. Escort shows base pass, delivery driver shows LLB delivery pass to guard to verify delivery is approved.

5. Delivery driver delivers materials to site. Delivery driver must remain in the immediate vicinity of their deliveryand under full time supervision of escort until they leave the base. The Subcontractor escort will be required tocollect the delivery pass and issue back to the OBPO/LIA Guard.

*Subcontractors must provide all of their own escorts. For process consistency all escorts must be nominatedindividuals and agreed by LLB. Defence has advised that there is no requirement for the escorts to have ‘escortrights’ assigned to their base red-pass.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 11: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 11/37

 Annexur e 4 - Scope of Work Page 11 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2 Scope of Works

2.1 General

This Scope of Works (“Scope”) describes in principal the trade works (“Works”) required to be undertaken as partof theMain Civi l Works Trade Package (“Package”). It is to be used as a guide for Tenderers in determining thescope, extent, quality and specification of the works and will form part of the Contract. It is to be read inconjunction with Annexure 5 – Specifications, Drawings and Project Plans and together these documents formthe Works Description. Generally should any ambiguity or discrepancy appear between this Scope and any other document, seek clarification. If the Tenderer remains in doubt the most onerous case applies.

The Works in this Scope comprises, but is not limited to, the provision of all, supervision, labour, materials,transport, plant & equipment and consumables necessary to complete theMain Civil Works Package at JP9000PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028) and related items as indicated on thedrawings and in accordance with the specifications and subcontract conditions.

The following Clauses shall be read in conjunction with the drawings and specifications and other relevantdocuments to ascertain the total works as listed in Annexure 5 –Specifications, Drawings and Project Plans. It isnoted that all works not specifically mentioned hereunder, or shown on the listed drawings, but that arenecessary for the complete and proper execution of the Works as a competent Tenderer shall be deemedincluded in the Tenderer’s agreed Scope of Works.

The Tenderer is deemed to:

a) Have examined the tender documents, the Site and its surroundings, and any other information madeavailable in writing by Lendlease to the Tenderer for the purposes of tendering.

b) Have examined all information relevant to the risk, contingencies and other circumstances having aneffect on its tender and which is obtainable by making reasonable enquiries.

c) Have satisfied itself as to the correctness and sufficiency of its tender and that its offer covers the costof complying with all the requirements of the tender documents and of all matters and things necessaryfor the due and proper performance and completion of the Work described in the tender documents.

The Tenderer must comply with the provisions of the relevant specifications, standards, guides, statutoryregulations and codes of practice for the aspects of the trade works being undertaken.

2.2 Main Civi l Works – Al l Si tes

2.2.1 Trade Specific Inclusions 

TheMain Civil Works Package includes the following elements as further defined by this Scope of Work and thedocuments referenced.

2.2.1.1   General Items

The following general items apply to all sites on this project.

2.2.1.1.1 The Tenderer shall review the civil drawings mark up (‘STF Civil’, ‘LTF Civil’, ‘LIA Civil’ & ‘JBAFCivil’) in Annexure 5 – Specification, Drawings and Project Plans for scope inclusions andexclusions.

2.2.1.1.2 The Tenderer shall allow for all setup, mobilisation, demobilisation and all costs associated withmaintaining a full time presence onsite for the duration of the works.

2.2.1.1.3 Lendlease will provide site perimeter fencing as per the site layout plans. The Tenderer shall allowto work around these fences to perform their works. If the site fencing/signage is required to be

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 12: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 12/37

 Annexur e 4 - Scope of Work Page 12 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

removed or is damaged by the Tenderer, the Tenderer shall be responsible to make good within atime frame nominated by Lendlease.

2.2.1.1.4 The Tenderer shall allow for all task specific hard segregation barriers and signage as outlined in

Lendlease’s Global Means & Methods (GMR’s)

2.2.1.1.5 The Tenderer shall allow to give two weeks’ notice for any works that may potentially disrupt baseoperations. However it should be noted that all stakeholder communication will be undertaken viaLendlease.

2.2.1.1.6 The Tenderer shall allow for all coordination with other trades, base personnel, base procedures andevents, and other construction works being carried out on the base.

2.2.1.1.7 The Tenderer shall allow for all material handling.

2.2.1.1.8 The Tenderer shall allow to recycle waste materials and provide monthly recycling statistics toLendlease. The Tenderer must achieve 90% recycling by volume.

2.2.1.1.9 The Tenderer shall allow for prompt dewatering of the sites, including all labour and equipment,

taking over from the Early Civil Works subcontractor on each individual site and to accelerate returnto work after rain events. Refer to the construction programme attached for an indication of the timeframe for each site handover and note the actual date will be notified by Lendlease.

2.2.1.1.10 The Tenderer shall allow for the provision of a water cart and operator to site as required to controldust on all sites, taking over from the Early Civil Works subcontractor on each individual site untilproject completion.

2.2.1.1.11 The Tenderer shall allow for a street sweeper to maintain all surrounding roads a minimum of onceper week and on an as required basis as directed by Lendlease taking over from the early workscivil contractor until the completion of the project.

2.2.1.1.12 The Early Works Civil Subcontractor will create and maintain suitable crossovers for multiple heavy

vehicle movements at Gates 1, 2, 3, 4 and in three additional locations adjacent to bins on the STFsite, and Gates 7 and 8 on the LTF site. In addition, they will prepare and maintain similar crossovers at the LTF site in five (5) locations for semi-trailer turning circles as directed byLendlease. These crossovers are to include a steel 60mm pipe for stormwater flow and bitumenmaterial to create the ramped crossovers. The Main Works Civil Tenderer shall allow take over maintenance of these crossings on the departure of the Early Works Civil contractor and removewhen either permanent works are constructed or these items are no longer required.

2.2.1.2   Temporary Traffic Management Plans (TTMP)

2.2.1.2.1 The Tenderer shall allow for all traffic/pedestrian management required to complete their worksincluding, but not limited to, preparation and implementation, duties of traffic management plans.

This is to include the provision of suitably qualified persons for traffic control.2.2.1.2.2 Please note the Early Works Civil Subcontractor will provide a suitably qualified and competent

person to develop, install and maintain (including all signage, authority fees and approvals), projectTTMP’s including but not limited to:

o Coordination of the TTMP’s being planned and implemented by the HMAS AlbatrossRedevelopment Works.

o  A TTMP along Albatross Road adjacent to the Off Base Processing Area (OBPA) andleading to the main entry gate of HMAS Albatross.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 13: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 13/37

 Annexur e 4 - Scope of Work Page 13 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

o  A TTMP from BTU Road to Crash Gate 1 on Sycamore Road through to the entry of theLiving In Accommodation (LIA) site.

o Local TTMP’s development within HMAS Albatross adjacent to STF /LIA and Apron

works.

o  A TTMP for JBAF at HMAS Creswell

2.2.1.2.3 The Main Works Civil Tenderer shall allow to take over the design and maintenance and signage of the above mentioned TTMP’s on the departure of the Early Works Civil contractor and their removalat project completion.

2.2.1.2.4 Note that the provision of 2 traffic controllers to the Fury road between the STF/LTF sites will beprovided by Lendlease.

2.2.1.2.5 The Tenderer shall allow to attend weekly coordination meetings with Lendlease and other Contractors performing works in the HMAS Albatross area including the HMAS AlbatrossRedevelopment Project (by others).

2.2.1.3   Sediment and Erosion Controls

2.2.1.3.1 The Demolition and Early Civil Works Subcontractor will allow to implement and maintain allsediment and erosion controls as nominated by the sediment and erosion control plans including butnot limited to sediment control fences, temporary construction exits, sediment traps, diversion banksand channels and the like. This will be across all sites on the project and maintenance of thesecontrols shall be taken over by the Main Civil Works Tenderer on the departure of the Early CivilWorks subcontractor and removed at the end of the project.

2.2.1.3.2 The Tenderer shall exclude sediment and erosion control measures for all newly installed pits onlyas this will be done by others. Where modifications are undertaken to existing pits the Tenderer will

be responsible for the ongoing maintenance of these pits.2.2.1.3.3 All maintenance and removal on project completion of sediment and erosion controls whether 

installed by the Tenderer or others will be the responsibility of the Tenderer.

2.2.1.3.4 The Tenderer shall allow to install, maintain and remove the sediment and erosion control measuresto the new carpark for the LIA, carpark for the Synthetic Training Facility (STF) and the new buildingsite at Jervis Bay Air Field (JBAF).

2.2.1.4   Foreign Object Debris (FOD)

2.2.1.4.1 HMAS Albatross is an operational airfield and it is imperative that FOD is controlled in anappropriate manner.

2.2.1.4.2 The Subcontractor shall allow for suitable resources to monitor and control FOD risks for theduration of the works. Particular care is to be taken on the LTF site as this work is immediatelyadjacent to operational Squadrons and helicopter movements.

2.2.1.4.3 The Subcontractor shall document how FOD will be controlled in their SWMS and Safety Plans indetail as this has been identified as a significant risk in the Impacts Hazards and Risk Assessmentfor the project.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 14: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 14/37

 Annexur e 4 - Scope of Work Page 14 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.2.1.5   Asbestos & Contaminated Material

2.2.1.5.1 The Geotechnical & Environmental Works – Detailed Investigation report dated 16 December 2014indicates that Asbestos Contaminated Material (ACM) is likely to be encountered on the STF andLTF sites. This Early Civil Works subcontractor is to remediate these areas in accordance with theRemedial Action Plan (RAP) prior to the commencement of the Main Civil Works package. If contaminated material is found, it shall be dealt with under the Unexpected Finds Protocol asdescribed within the RAP. The works shall be carried out on a schedule of rates bases per tonne.The Tenderer shall refer to the Remedial Action Plan (RAP) for additional information.

2.2.1.5.2 The Tenderer shall ensure that all employees have Asbestos Awareness training. All people workingon the JBAF site are required to have asbestos training (10314NAT Course) in accordance withstate (ACT) legislation.

2.2.1.5.3 The Tenderer shall allow for a “Class A licenced Asbestos Removal Contractor” to complete the soilremediation works (if any) and provide copies of its own licences (or its proposed Subcontractors)

prior to commencement of the works

2.2.1.5.4 The Tenderer shall allow to comply with all statutory requirements including but not limited to WorkHealth & Safety Regulation Part 8, NSW Workcover Licences and Notifications , the National Codeof Practice for the Safe Removal of Asbestos 2nd Edition [NOHSC:2002(2005)] and notifications tothe Shoalhaven City Council.

2.2.1.5.5 The Tenderer shall allow for all necessary PPE for the contaminants in the groundwater at JBAF.Please refer to the RAP for additional information.

2.2.1.5.6 The Subcontractor shall allow to supply, install, maintain and operate a high pressure ‘Gerni’ locatedat Gate 3 on the STF site to allow for the washing down of all truck wheels and bodies as required tomaintain clean roads on the Base or as instructed by Lendlease.

2.2.1.6   Geotechnical

2.2.1.6.1 The Tenderer shall be responsible for all geotechnical requirements outlined in the civil andstructural specifications including but not limited to geotechnical engineering reports confirmingspecified bearing capacity to structure piers and footings, subgrade compaction, pavement layersand the like. The reports shall be issued to Lendlease within 48 hours of the test.

2.2.1.6.2 The Tenderer shall allow for all Level 1 geotechnical supervision as required by the civil andstructural specification.

2.2.1.7   Survey

2.2.1.7.1 The Tenderer shall allow for all survey and set out for the works. This includes but is not limited tothe provision and operation of all total/base stations, GPS antennas/ receivers for field surveyor andGPS operated assisted machinery. Lendlease’s project surveyor will provide a recovery control pointfor the Tenderer’s use at the commencement of the project.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 15: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 15/37

 Annexur e 4 - Scope of Work Page 15 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.3 Synthetic Training Facili ty (STF)

2.3.1 Trade Specific Inclusions 

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and thedocuments referenced.

2.3.1.1   Tree Removal and/or Protection

2.3.1.1.1 The Tenderer shall allow to remove and dispose of the existing trees within the STF site boundary.This is shown as the hatched area on the demolition plan sheet 2 (0026.0STF-CI-0111). This is toinclude, but not limited to:

o Cutting down/pushing over the trees;

o Complete removal of the tree stumps and roots;

o Removal of all tree waste including trunks, branches, stumps, leaves etc;

o Remediation and compaction of the ground and the addition of fill, as necessary toremove any hazards, such as uneven ground and holes, created in the process of treeremoval.

2.3.1.1.2 The Tenderer shall ensure that any tree refuse is removed off site ASAP so as not to delay other trades. If refuse is required to be stored onsite prior to its removal, it must be stored in a locationapproved by Lendlease.

2.3.1.1.3 The Tenderer is to allow for all protection required to trees which are to remain as part of the finalworks.

2.3.1.2   Redundant Services

2.3.1.2.1 The Tenderer shall allow to remove all redundant services to the new STF carpark. The capping of services shall be by others as detailed on drawing demolition plan sheet 2 – 0026-0STF-CI-0111

2.3.1.2.2 The Tenderer shall allow to positively identify all existing services and protect for the duration of theworks in particular during the removal of redundant services.

2.3.1.3   Demolition

2.3.1.3.1 The Tenderer shall allow for the protection of all kerb, gutters, dish drains and the like as per demolition plan sheet 2 – 0026-0STF-CI-0111

2.3.1.3.2 The Tenderer shall allow for removal of all light poles and associated infrastructure in the new STFcarpark. Electrical isolation of the light poles will be by others.

2.3.1.3.3 The Tenderer shall allow for the removal of all asphalt and underlying pavement layers to achieverequired bulk earthworks levels. If asbestos material is found onsite, the works are to undertaken ona schedule of rates bases per tonne. The works shall be carried out by a “Class A licenced AsbestosRemoval Contractor”

2.3.1.3.4 The Tenderer shall allow to remove the kerb and asphalt strip running parallel with Fury Road.

2.3.1.3.5 The Tenderer shall allow to demolish and remove the ‘Materials Handling Driveway’. This slab isapproximately a 60m by 10m concrete slab, 200mm thick, reinforced.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 16: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 16/37

 Annexur e 4 - Scope of Work Page 16 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.3.1.4   Pavement Layers

2.3.1.4.1 The Early Works Civil Contractor will prepare the ‘Perimeter Road’ and ‘Simulator Driveways’ to80mm above the top of sub-base and top of basecourse levels respectively. The Main Works Civil

Tenderer shall allow to remove the top 80mm sacrificial layer, re-proof roll and conform the‘Perimeter Road’ to top of sub-base. On the ‘Simulator Driveways’, the Tenderer shall allow toremove material down to subgrade, proof roll and supply, place and conform the basecourse inaccordance with the civil specification.

2.3.1.4.2 The Tenderer shall allow for the supply, placement and conformance of all basecourses to the‘Perimeter Road’

2.3.1.4.3 The Tenderer shall allow for subgrade preparation, supply, placement and compaction of FineCrushed Rock (FCR) to all concrete footpaths and driveways as shown on the ‘Pavement Plan –Sheet 1 & 2’)

2.3.1.4.4 The Tenderer shall allow for subgrade preparation, supply and place of all sub-base courses andbasecourses to the carpark pavement as shown on the ‘Pavement General Notes & Details’

2.3.1.4.5 The Tenderer shall allow for subgrade preparation, supply and place of all sub-base courses andbasecourses to the asphalt pavement strip which runs parallel with Fury Road as shown on the‘Pavement Plan – Sheet 1’

2.3.1.4.6 All pavement layers are to be supplied, placed, compacted, proof rolled and conformed as per thecivil specification.

2.3.1.4.7 The Tenderer shall allow for all survey requirements in accordance with the civil specificationincluding all necessary as built pickups, conformance reports and the like.

2.3.1.5   Heavy Duty Concrete Pavements – Landside Pavements

2.3.1.5.1 The Tender shall allow for mix design, manufacture, placing, compaction and finishing of allconcrete in accordance with the civil specification.

2.3.1.5.2 The Tenderer shall allow for all survey to set out of formwork, pre pour survey and as builtconformance checks.

2.3.1.5.3 The Tenderer shall allow for all formwork be it steel forms or traditional timber formwork. Thisincludes all necessary pit rebates, steps and the like as per the documentation.

2.3.1.5.4 The Tenderer shall allow for supply and install of reinforcement and dowels. The Tenderer shallallow for the design, supply and use of a dowel template system to suspend dowels alongconstruction joints and the like in accordance with the tolerances outlined in the specification. TheTenderer shall allow for bitumen paint on these dowels and along construction joints as detailed onthe drawings.

2.3.1.5.5 The Tenderer shall allow for all placement and finishing operations in strict adherence with the civilspecification.

2.3.1.5.6 The Tenderer shall allow for curing of the concrete pavements with membrane curing compounds or impermeable blankets in accordance with the civil specification. A single water point will be providedby Lendlease for curing operations for the STF building. All connections, hoses and taps from thispoint will be the responsibility of the Tenderer.

2.3.1.5.7 The Tenderer shall allow for all joints as shown on the drawings including but not limited to surveyedset out, early cut and overcut of both the transverse and longitudinal joints and joint sealing all inaccordance with the civil specification.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 17: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 17/37

 Annexur e 4 - Scope of Work Page 17 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.3.1.5.8 The Tenderer shall allow for jointing between all pavement types placed by the Tenderer and other interfaces including but not limited to concrete pavements to building slabs, concrete pavements toasphalt pavements and the like. This includes but not limited to all isolation joints, construction jointsand expansion joints.

2.3.1.5.9 The Tenderer shall allow for management of water run off due to curing operations. This shallinclude temporary drainage to protect access ways, civil works and other subcontractor works.

2.3.1.6   Concrete Footpaths & Driveways

2.3.1.6.1 The Tender shall allow for supply, placing, compaction and finishing of all materials for concretefootpaths and driveways in accordance with the civil specification. This will include all jointing works,supply and install and connections into existing pavements ensuring a smooth transition.

2.3.1.6.2 The Tenderer shall allow for all survey requirements as per the civil specification.

2.3.1.7   Asphaltic Concrete Pavements

2.3.1.7.1 The Tender shall allow for mix design, manufacture, placing, compaction and finishing of allasphaltic concrete pavements in accordance with the civil specification.

2.3.1.7.2 The Tenderer shall allow for the preparation of the surface, supply of materials and preparationthereof and the application of a sprayed bituminous prime coat to new crushed rock base course onlandside pavements as shown on the drawings and in accordance with the civil specification.

2.3.1.7.3 The Tenderer shall allow for the protection of all existing surfaces to avoid splashing or spraying withbituminous materials.

2.3.1.7.4 The Tenderer shall allow for all testing requirements in accordance with the civil specification.

2.3.1.8   Reconstruction of Road Pavement

2.3.1.8.1 The Tenderer shall allow for the removal and reinstatement of the road pavement as shown on the‘Pavement Plan – Sheet 1’. Please note that the communications subcontractor will remove aportion of this asphalt for a 600mm wide trench running north south. The Tenderer shall allow for theremoval of the asphalt of the remaining area and replacement of asphalt to the entire ‘ReconstructRoad Pavement’ including all necessary base course preparation and spray seal as per thedrawings and civil specification.

2.3.1.9   Bored Piers

2.3.1.9.1 The Tenderer shall allow for bored piers for the building foundations, including supply andplacement of concrete and reinforcement and provision for all plant and equipment.

2.3.1.9.2 The Tenderer shall allow to protect against ‘Fall from Height’ for the bored pier excavation andoutline the methodology in tender submission. The Tenderer shall also allow for bar safety caps totop of the reinforcement of the bored piers which are to be immediately placed on installation of thereinforcement cage.

2.3.1.9.3 The Tenderer shall allow to scabble the top of all piers as per the structural drawings.

2.3.1.9.4 The Tenderer shall allow to straighten any bars at the top of the piers prior to the pad reinforcementinstallation.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 18: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 18/37

 Annexur e 4 - Scope of Work Page 18 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.3.1.9.5 The Tenderer shall allow for all set out and survey for the bored piers.

2.3.1.9.6 The Tenderer shall allow for 4No. 900mm diameter bored piers for the tower crane including supplyand placement of concrete and reinforcement and provision for all plant and equipment. The length

and reinforcement detail will be similar to the building piers. Allow to socket piers 500mm into highlyweathered sandstone with a minimum end bearing capacity of 4MPa ULT.

2.3.1.10   Detailed Excavation

2.3.1.10.1 The Tenderer shall allow for detailed earthwork excavation for the building footings, pads, drains,ground slabs and the like.

2.3.1.10.2 The Tenderer shall allow for supply and install of ‘20mm blue crusher dust’ as per the structuraldocumentation.

2.3.1.10.3 The Tenderer shall allow to supply and place a 50mm concrete blinding to all detailed excavationson the same day the footings are excavated.

2.3.1.10.4 The Tenderer shall allow for a final trim to all ground slabs prior to formwork and reinforcementinstallation.

2.3.1.10.5 The Tenderer shall allow to excavate, blind and backfill the lift pit in accordance with the civil andstructural documentation. The Tenderer shall also allow to provide access (benching, steps and thelike) to the lift pit for other trades.

2.3.1.10.6 The Tenderer shall allow to supply and place cement stabilised backfill to the motion pads as per thestructural drawings. The Tenderer shall also allow for all backfill to stair cores, ground slab edgebeams and the like in accordance with the structural documentation.

2.3.1.10.7 The Tenderer shall also allow for detailed earthwork excavation for temporary propping footings for precast panels. The Tenderer shall also allow for the removal of these footings below a level to

which it will not interfere with permanent works.

2.3.1.10.8 The Tenderer shall allow to regrade existing earthwork levels to new design levels as per thedocumentation.

2.3.1.10.9 The Tenderer shall allow for all set out and survey for the detailed excavation and coordination withLendlease’s project surveyor.

2.3.1.11   Subsoils

2.3.1.11.1 The Tenderer shall allow supply and install of all materials for subsoils behind kerbs and under pavements excluding from their scope three (3) meter subsoils for new pits as outlined in thedrawings.

2.3.1.12   Kerb & Gutter 

2.3.1.12.1 The Tenderer shall allow for supply, placing, compaction and finishing of all materials for kerb, kerband gutter, dish drains, vehicular crossings and the like as shown on the drawings and inaccordance with the civil specification.

2.3.1.12.2 The Tenderer shall allow for manufacture, supply and placement of precast pit lintels incorporated inthe kerb, kerb and gutter and pavements. The Tenderer shall exclude the supply and install of pitsand grates as shown on the kerb inlet pit details on drawing 0026-0STF-CI-0603.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 19: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 19/37

 Annexur e 4 - Scope of Work Page 19 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.3.1.13   Miscellaneous Concrete Items and other 

2.3.1.13.1 The Tender shall allow for supply, placing, compaction and finishing of all materials for concretepedestrian crossing in accordance with the civil specification. The Tenderer shall also allow to makegood the interface between the proposed concrete crossing and the existing adjacent flexiblepavement. The Tenderer shall allow for the supply and install of the grate detailed in the drawingsfor the pedestrian crossing.

2.3.1.13.2 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for binshelter in accordance with the civil specification. This includes all supply and install of blockworkreinforcement, core filling, concrete and detailed excavation as detailed in the drawings.

2.3.1.13.3 The Tenderer shall allow for the detailed excavation, supply, placing, compaction and finishing of allmaterials for fire booster slabs in accordance with the documentation.

2.3.1.13.4 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for Substation Kiosk Slabs in accordance with the documentation. This includes bored piers, detailedexcavation and supply and install of the precast end blocks for the substation slabs.

2.3.1.13.5 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for STFexternal stairs and concrete upstand walls as per the documentation.

2.3.1.13.6 The Tenderer shall allow for the supply and install of bollards as per the drawings.

2.3.1.14   Landscaped Areas

2.3.1.14.1 The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level includingimportation of fill if required.

2.3.1.15   Line Marking and Road Signage

2.3.1.15.1 The Tenderer shall allow for line marking both internal and external as per the civil and architecturaldocumentation. This is to include all surface preparation, priming and the like.

2.3.1.15.2 The Tenderer shall allow for road signage and guardrails as per the civil and architecturaldocumentation.

2.3.2 Trade Specific Exclusions 

The scope of this package does not include the following items and elements which would normally beconsidered to be a part of the Main Civil Works Package:

2.3.2.1   Exclusions

2.3.2.1.1 The STF capping layer (building platform) will be by the Demolition and Early Civil Workssubcontractor.

2.3.2.1.2 The STF stormwater infrastructure will be by the Early Hydraulics Works subcontractor 

2.3.2.1.3 The STF retaining wall will be by the Demolition and Early Civil Works subcontractor 

2.3.2.1.4 Soil Remediation will be by the Demolition and Early Civil Works subcontractor 

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 20: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 20/37

 Annexur e 4 - Scope of Work Page 20 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.3.2.1.5 Demolition of existing buildings on the STF site excluding the CANAG building will be by theDemolition and Early Civil Works subcontractor. The existing CANAG building does not form part of Lendlease’s scope and is to be demolished by HMAS Albatross Redevelopment Project.

2.4 Live Training Facili ty –Asset 402 (LTF)

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and thedocuments referenced.

2.4.1 Trade Specific Inclusions 

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and thedocuments referenced.

2.4.1.1   Demolition

2.4.1.1.1 The Tenderer shall allow to conduct and submit to Lendlease a dilapidation report on handover of each area after the completion of the Demolition and Early Civil Works subcontractors works.

2.4.1.1.2 The Tenderer shall allow to cut and remove the apron pavement and loading areas as shown on‘Demolition Plan – Sheet 1, Sheet 2 & Sheet 3’ (only 2No. panels adjacent to the building on Sheet3) Please note the programme requirements for this work to be staged.

2.4.1.2   Redundant Services

2.4.1.2.1 The Tenderer shall allow to remove all redundant services to the LTF site as outlined in the above‘Demolition Plans.’ The capping and/or re-diversion of services shall be by others.

2.4.1.2.2 The Tenderer shall allow to positively identify all existing services and protect for the duration of theworks in particular during the removal of redundant services.

2.4.1.3   Building Platform

2.4.1.3.1 The Tenderer shall allow for supply and place of the building platform including underlying layersand provision for all plant and equipment for this operation as per the structural drawings andspecification. This includes the bulk store and hangarette and the internal hangar areas of the LTF.

2.4.1.3.2 The Tenderer shall allow for all set out and survey for the building platform.

2.4.1.4   Bored Piers

2.4.1.4.1 The Tenderer shall allow for bored piers for the building foundations, including supply andplacement of concrete and reinforcement and provision for all plant and equipment.

2.4.1.4.2 The Tenderer shall allow to protect against ‘Fall from Height’ for the bored pier excavation andoutline the methodology in tender submission. The Tenderer shall also allow for bar safety caps totop of the reinforcement of the bored piers which are to be immediately placed on installation of thereinforcement cage.

2.4.1.4.3 The Tenderer shall allow to scabble the top of all piers as per the structural drawings.

2.4.1.4.4 The Tenderer shall allow to straighten any bars at the top of the piers prior to the pad reinforcementinstallation.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 21: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 21/37

 Annexur e 4 - Scope of Work Page 21 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.4.1.4.5 The Tenderer shall allow for all set out and survey for the bored piers.

2.4.1.5   Detailed Ex

2.4.1.5.1 The Tenderer shall allow for detailed earthwork excavation for the building footings, pads, drains,ground slabs and the like.

2.4.1.5.2 The Tenderer shall allow for supply and install of ‘20mm blue crusher dust’ as per the structuraldocumentation.

2.4.1.5.3 The Tenderer shall allow to supply and place a 50mm concrete blinding to all detailed excavationson the same day the footings are excavated.

2.4.1.5.4 The Tenderer shall allow for a final trim to all ground slabs prior to formwork and reinforcementinstallation.

2.4.1.5.5 The Tenderer shall also allow for detailed earthwork excavation for temporary propping footings for 

precast panels. The Tenderer shall also allow for the removal of these footings below a level towhich it will not interfere with permanent works.

2.4.1.5.6 The Tenderer shall allow for all set out and survey for the detailed excavation and coordination withLendlease’s project surveyor.

2.4.1.6   Pavement Layers

2.4.1.6.1 The Tenderer shall allow for the subgrade preparation, supply, placement and compaction of cement treated base or lean mix concrete for the Flightline Apron Pavement in accordance with thecivil specification. The Tenderer shall allow for a smooth level finish to this layer with no indents or undulations.

2.4.1.6.2 The Tenderer shall allow for the subgrade preparation, supply, placement and compaction of basecourse for the Heavy Duty Concrete Pavements in accordance with the civil specification.

2.4.1.6.3 The Tenderer shall allow for subgrade preparation, supply, placement and compaction of FineCrushed Rock (FCR) to all concrete footpaths as shown on the ‘Pavement Plan – Sheet 1’

2.4.1.6.4 The Tenderer shall allow to supply and install the Reinforced Turf including but not limited to allfabrics and geogrids, graded crushed rock, sand soil mixes and turf as per the architectural and civilspecification. The Tenderer shall also allow for subgrade preparation in accordance with the civilspecification.

2.4.1.6.5 All pavement layers are to be supplied, placed, compacted, proof rolled and conformed as per thecivil specification.

2.4.1.6.6 The Tenderer shall allow for all survey requirements in accordance with the civil specificationincluding all necessary as built pickups, conformance reports and the like.

2.4.1.7   Heavy Duty Concrete Pavements – Landside Pavements

2.4.1.7.1 The Tender shall allow for mix design, manufacture, placing, compaction and finishing of allconcrete in accordance with the civil specification.

2.4.1.7.2 The Tenderer shall allow for all survey to set out of formwork, pre pour survey and as builtconformance checks.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 22: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 22/37

 Annexur e 4 - Scope of Work Page 22 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.4.1.7.3 The Tenderer shall allow for all formwork be it steel forms or traditional timber formwork. Thisincludes all necessary pit rebates, steps and the like as per the documentation.

2.4.1.7.4 The Tenderer shall allow for the supply and install of ACOQ max drains as detailed in the drawings

including the blinding slab, encasement and incorporation into the pavement concrete pours.

2.4.1.7.5 The Tenderer shall allow for supply and install of reinforcement and dowels. The Tenderer shallallow for the design, supply and use of a dowel template system to suspend dowels alongconstruction joints and the like in accordance with the tolerances outlined in the specification. TheTenderer shall allow for bitumen paint on these dowels and along construction joints as detailed onthe drawings.

2.4.1.7.6 The Tenderer shall allow for all placement and finishing operations in strict adherence with the civilspecification.

2.4.1.7.7 The Tenderer shall allow for curing of the concrete pavements with membrane curing compounds or impermeable blankets in accordance with the civil specification. A single water point will be providedby Lendlease for curing operations for the LTF building. All connections, hoses and taps from this

point will be the responsibility of the Tenderer.

2.4.1.7.8 The Tenderer shall allow for all joints as shown on the drawings including but not limited to surveyedset out, early cut and overcut of both the transverse and longitudinal joints and joint sealing all inaccordance with the civil specification.

2.4.1.7.9 The Tenderer shall allow for jointing between all pavement types placed by the Tenderer and other interfaces including but not limited to concrete pavements to building slabs, concrete pavements toasphalt pavements and the like. This includes but not limited to all isolation joints, construction jointsand expansion joints.

2.4.1.7.10 The Tenderer shall allow for the supply and install of a Semi- Rigid Epoxy Bitumen (SRE/B) toconcrete and flexible pavements interfaces in accordance with the documentation.

2.4.1.7.11 The Tenderer shall allow for management of water run off due to curing operations. This shallinclude temporary drainage to protect access ways, civil works and other subcontractor works.

2.4.1.8   Flightline Apron Pavement (Concrete) – Airside Pavements

2.4.1.8.1 The Tender shall allow for mix design, manufacture, placing, compaction and finishing of allconcrete in accordance with the civil specification.

2.4.1.8.2 The Tenderer shall allow for all survey to set out of formwork, pre pour survey and as builtconformance checks.

2.4.1.8.3 The Tenderer shall allow for all formwork be it steel forms or traditional timber formwork. Thisincludes all necessary pit rebates, steps and the like as per the documentation.

2.4.1.8.4 The Tenderer shall allow for the supply and install of ACOQ max drains as detailed in the drawingsincluding the blinding slab, encasement and incorporation into the pavement concrete pours.

2.4.1.8.5 The Tenderer shall allow for the treatment of dowels cut by the demolition works, be it by theTenderer or the Demolition and Early Civils works subcontractor, as per the detail on drawing 0026-0402-CI-0602. The Tenderer shall allow for all coring of existing slabs for the install of dowels,drilling will not be permitted for the install of these dowels.

2.4.1.8.6 The Tenderer shall allow for supply and install of reinforcement and dowels. The Tenderer shallallow for the design, supply and use of a dowel template system to suspend dowels alongconstruction joints and the like in accordance with the tolerances outlined in the specification. The

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 23: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 23/37

 Annexur e 4 - Scope of Work Page 23 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

Tenderer shall allow for bitumen paint on these dowels and along construction joints as detailed onthe drawings.

2.4.1.8.7 The Tenderer shall allow for the supply and place of either a bitumen paint or 0.3mm plastic barrier 

on top of the basecourse prior to the placement of concrete layer.

2.4.1.8.8 The Tenderer shall allow for all placement and finishing operations in strict adherence with the civilspecification.

2.4.1.8.9 The Tenderer shall allow for curing of the concrete pavements with impermeable blankets inaccordance with the civil specification. Three water points will be provided by Lendlease for curingoperations. One to the east of the LTF building and two points out on the apron. All connections,hoses and taps from this point will be the responsibility of the Tenderer.

2.4.1.8.10 No curing compounds shall be permitted on the airside concrete pavements.

2.4.1.8.11 The Tenderer shall allow for all joints as shown on the drawings including but not limited to surveyedset out, early cut and overcut of both the transverse and longitudinal joints and joint sealing all in

accordance with the civil specification.2.4.1.8.12 The Tenderer shall allow for jointing between all pavement types placed by the Tenderer and other 

interfaces including but not limited to concrete pavements to building slabs, concrete pavements toasphalt pavements and the like. This includes but not limited to all isolation joints, construction jointsand expansion joints.

2.4.1.8.13 The Tenderer shall allow for all density and thickness testing as per the civil specification. This shallinclude the coring and filling of all tests holes taken.

2.4.1.8.14 The Tenderer shall allow for a production and construction trial as per the civil specification.

2.4.1.8.15 The Tenderer shall allow to retexture apron pavement slabs following the demolition of the aircraftshelter by the Demolition and Early Civil Works subcontractor. The Tenderer shall propose a method

on how they intend to achieve this in their tender submission.2.4.1.8.16 The Tenderer shall allow to provide drain grooves in the slab at the fuel vent/ drain valves.

2.4.1.8.17 The Tenderer shall allow for management of water run off due to curing operations. This shallinclude temporary drainage to protect access ways, civil works and other subcontractor works.

2.4.1.9   Concrete Footpaths

2.4.1.9.1 The Tender shall allow for supply, placing, compaction and finishing of all materials for concretefootpaths and driveways in accordance with the civil specification. This will include all jointing works,supply and install and connections into existing pavements ensuring a smooth transition.

2.4.1.9.2 The Tenderer shall allow for the supply and install of ACOQ max drains as detailed in the drawings

including the blinding slab, encasement and incorporation into the pavement concrete pours.

2.4.1.9.3 The Tenderer shall allow for all survey requirements as per the civil specification.

2.4.1.10   Stormwater 

2.4.1.10.1 The Tenderer shall allow for all stormwater infrastructure including connections to buildingdownpipes, pit and pipe, grates, junctions for branches off main lines, connections to existingstormwater infrastructure, reconstruct existing pit/lids/covers to suit new levels, security grate andthe like to complete the works.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 24: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 24/37

 Annexur e 4 - Scope of Work Page 24 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.4.1.10.2 The Tenderer shall allow to supply and install the ‘Aircraft Wash Bay’ pit as per the documentationbut note the pumps and valves for the wash bay do not form part of this scope. Coordination with theHydraulics subcontractor shall be allowed for.

2.4.1.11   Kerb & Gutter 

2.4.1.11.1 The Tenderer shall allow for supply, placing, compaction and finishing of all materials for kerb, kerband gutter, dish drains, vehicular crossings and the like as shown on the drawings and inaccordance with the civil specification.

2.4.1.12   Subsoils

2.4.1.12.1 The Tenderer shall allow supply and install of all materials for subsoils behind kerbs and under pavements excluding from their scope three (3) meter subsoils for new pits as outlined in thedrawings.

2.4.1.12.2 The Tenderer shall allow for the supply and install of subsoil flushing points as per thedocumentation.

2.4.1.13   AFFF & SPEL Units

The Tenderer shall allow for the following on drawing 0026-0402-CI-0355;

2.4.1.13.1 The Tenderer shall allow for the demolition of the existing headwall and supply and install of a newpit over existing 900mm diameter pipe.

2.4.1.13.2 The Tenderer shall allow for the supply and install of the AFFF Storage System consisting of 2No.1500mm diameter x 108m Plastream pipes as documented. This includes all necessary pits and

pipes and blinding slabs.

2.4.1.13.3 The Tenderer shall allow for the supply and install of ‘SPEL Stormceptor’ Units as per thedocumentation.

2.4.1.13.4 The Tenderer shall allow for the supply and install of all pits and pipe networks noted on the drawingincluding stormwater, AFFF, SPEL pipes and the like. Also allow for supply and place of 3No.1.5x1.5m slabs 200mm thick with SL82 centrally placed for Value control panels.

2.4.1.13.5 The Tenderer shall allow for the supply and install of all subsoil drainage associated with the AFFFand SPEL units.

2.4.1.13.6 The Tenderer shall allow for the supply and install of the precast headwall and scour protection.

2.4.1.13.7 The Tenderer shall allow for all earthworks excavations. All of the Tenderer’s works will be requiredto maintain a safe excavations onsite in accordance with Lendlease Physical GMR’s and to thesatisfaction of the consulting engineer and Lendlease.

2.4.1.13.8 Please exclude Oil SET-1000 Hydrocarbon Sensors in stormwater pits, Hydrocarbon Sensor controlpanel, Valve control panel, Penstock Valve Outlets in the diversion pit, electrical conduits andcabling.

2.4.1.13.9 The Tenderer shall allow for all survey works as required to complete the works.

2.4.1.13.10 These works are to be completed within Lendlease’s site boundary fence and therefore a WorkSafety Officer (WSO) will not be required.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 25: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 25/37

 Annexur e 4 - Scope of Work Page 25 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.4.1.13.11 The Tenderer shall allow for the supply and install of the AFFF Diversion Valve Pit (excludingvalves) on drawing 0026-0402-CI-0605.

2.4.1.14   Fire Hydrocarbon (FHC) Line

2.4.1.14.1 The Tenderer shall allow to excavate, supply, install and backfill the Fire Hydrocarbon (FHC) line asper the civil drawings and documentation.

2.4.1.14.2 The Tenderer shall be made aware that the FHC line will be installed in a shared trench with theproposed Fuel line. The fuel line and FHC line interchange heights in the trench and thereforecoordination will be required between both parties.

2.4.1.14.3 The Tenderer shall allow for the ‘no fines concrete’ drainage layer beneath the FHC line, theconcrete encasement of the line and the lean mix backfill to below the basecourse layer. TheTenderer shall allow for the potential requirement of an edge board to backfill to the required heightsin order for the fuel line subcontractor to excavate, install and backfill their works.

2.4.1.14.4 The Fuel line subcontractor will be responsible for the no fines concrete drainage layer beneath thefuel line and the concrete encasement of the concrete fuel line.

2.4.1.14.5 The Tenderer shall allow for all survey works as required to complete the works.

2.4.1.15   Fuel Pit

2.4.1.15.1 The Tenderer shall allow to supply and install the Fuel Pit as per the drawings and specificationsincluding detailed excavation and backfill, forming of pit, supply and place of reinforcement andconcrete and the like.

2.4.1.15.2 The Tenderer shall allow for pit wall blockouts for the fuel lines and coordination of these blockoutlocations with the fuel line subcontractor.

2.4.1.16   Fuel Cart Building

2.4.1.16.1 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for LTFFuel Cart Building including ACO grated drain, insitu concrete hobs but excluding structural steeland roofing.

2.4.1.16.2 The Tenderer shall allow for the precast wall stops as per the architectural documentation.

2.4.1.17   Miscellaneous Concrete Items and other 

2.4.1.17.1 The Tenderer shall allow for the supply and install of all materials for the retaining wall and bulkstore grated drain adjacent to the LTF Hangars including but not limited to piers, pier caps, insitudrain, grates, agdrains and backfill.

2.4.1.17.2 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for LTFexternal stairs, concrete upstand walls and front entry ramps as per the documentation. Please notethe concrete class finishing requirements for these items as per the architectural and civildocumentation.

2.4.1.17.3 The Tenderer shall allow for the supply and install of bollards as per the drawings.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 26: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 26/37

 Annexur e 4 - Scope of Work Page 26 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.4.1.18   Landscaped Areas

2.4.1.18.1 The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level includingimportation of fill if required.

2.4.1.19   Line Marking and Road Signage

2.4.1.19.1 The Tenderer shall allow for line marking both internal and external as per the civil and architecturaldocumentation. This is to include all removal of redundant line marking, surface preparation, primingand the like.

2.4.1.19.2 The Tenderer shall allow for road signage as per the civil and architectural documentation.

2.4.2 Trade Specific Exclusions 

The scope of this package does not include the following items and elements which would normally beconsidered to be a part of the Main Civil Works Package:

2.4.2.1   Exclusions

2.4.2.1.1 The fuel line will not form part of this scope but detailed coordination with the installer shall beallowed for.

2.5 Living In Accommodation (LIA)

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and the

documents referenced.

2.5.1 Trade Specific Inclusions 

TheMain Civil Works Package includes the following elements as further defined by this Scope of Work and thedocuments referenced.

2.5.1.1   Tree Removal and/or Protection

2.5.1.2 The Tenderer shall allow to remove and dispose of the existing trees as noted on the Landscape Plan.This is to include, but not limited to:

o Cutting down/pushing over the trees;

o Complete removal of the tree stumps and roots;

o Removal of all tree waste including trunks, branches, stumps, leaves etc;

o Remediation and compaction of the ground and the addition of fill, as necessary toremove any hazards, such as uneven ground and holes, created in the process of treeremoval.

2.5.1.3 The Tenderer shall ensure that any tree refuse that is stored onsite prior to its removal must be storedin a location approved by Lendlease.

2.5.1.4 The Tenderer is to allow for all protection required to trees which are to remain as part of the finalworks.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 27: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 27/37

 Annexur e 4 - Scope of Work Page 27 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.5.1.5   Demolition

2.5.1.5.1 The Tenderer shall allow for the removal and /or protection of all kerb, gutters, dish drains and thelike as per demolition plan sheet 1 – 0026-0LIA-CI-0110

2.5.1.5.2 The Tenderer shall allow for the removal of all asphalt and underlying pavement layers to achieverequired bulk earthworks levels. If asbestos material is found onsite, it shall be dealt with byUnexpected Finds basis as outlined in the Remedial Action Plan.

2.5.1.5.3 The Tenderer shall allow to protect and maintain the kerb to the existing carpark to the west of LIAbuilding 2.

2.5.1.6   Redundant Services

2.5.1.6.1 The Tenderer shall allow to remove all redundant services to the LIA site excluding redundant

services beneath the Melbourne block which will be removed by the Demolition and Early CivilWorks subcontractor. The capping and re-diversion of services shall be by others.

2.5.1.6.2 The Tenderer shall allow to positively identify all existing services and protect for the duration of theworks in particular during the removal of redundant services.

2.5.1.7   Subsoils

2.5.1.7.1 The Tenderer shall allow supply and install of all materials for subsoils behind kerbs and under pavements excluding from their scope three (3) meter subsoils for new pits as outlined in thedrawings.

2.5.1.8   Kerb & Gutter 

2.5.1.8.1 The Tenderer shall allow for supply, placing, compaction and finishing of all materials for kerb, kerband gutter, dish drains, vehicular crossings and the like as shown on the drawings and inaccordance with the civil specification.

2.5.1.9   Pavement Layers

2.5.1.9.1 The Tenderer shall allow to place compacted subbase plus an 80mm sacrificial layer of the samematerial on top and provide survey information to prove layer thicknesses to the ‘Heavy DutyCarpark’ and the Carpark to the east of the ‘Heavy Duty Carpark’ to provide a materials handlingarea for the construction of the LIA buildings. The Tenderer shall also allow to remove this sacrificial

layer at a date specified by Lendlease, re-conform and place overlying layers as designed in thedocumentation.

2.5.1.9.2 The Tenderer shall allow for the supply, placement and conformance of all basecourses to the‘Perimeter Road’

2.5.1.9.3 The Tenderer shall allow for subgrade preparation, supply, placement and compaction of FineCrushed Rock (FCR) to all concrete footpaths and driveways as shown on the ‘Pavement Plan –Sheet 1 & 2’)

2.5.1.9.4 The Tenderer shall allow for subgrade preparation, supply and place of all sub-base courses andbasecourses to the carpark pavement as shown on the ‘Pavement Plan – Sheet 1 & 2’

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 28: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 28/37

 Annexur e 4 - Scope of Work Page 28 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.5.1.9.5 All pavement layers are to be supplied, placed, compacted, proof rolled, conformed etc. as per thecivil specification.

2.5.1.9.6 The Tenderer shall allow for all survey requirements in accordance with the civil specification

including all necessary as built pickups, conformance reports and the like.

2.5.1.10   Concrete Footpaths & Driveways

2.5.1.10.1 The Tender shall allow for supply, placing, compaction and finishing of all materials for concretefootpaths and driveways in accordance with the civil specification. This will include all jointing works,supply and install and connections into existing pavements ensuring a smooth transition.

2.5.1.10.2 The Tenderer shall allow for all survey requirements as per the civil specification.

2.5.1.11   Asphaltic Concrete Pavements – Heavy Duty Carpark and Carpark

2.5.1.11.1 The Tender shall allow for mix design, manufacture, placing, compaction and finishing of allasphaltic concrete pavements in accordance with the civil specification.

2.5.1.11.2 The Tenderer shall allow for the preparation of the surface, supply of materials and preparationthereof and the application of a sprayed bituminous prime coat to new crushed rock base course onlandside pavements as shown on the drawings and in accordance with the civil specification.

2.5.1.11.3 The Tenderer shall allow for the protection of all existing surfaces to avoid splashing or spraying withbituminous materials.

2.5.1.11.4 The Tenderer shall allow for all testing requirements in accordance with the civil specification.

2.5.1.12   Reconstruction of Road Pavement

2.5.1.12.1 The Tenderer shall allow for the removal and reinstatement of the road pavement as shown on the‘Pavement Plan – Sheet 1’. Please note that the Early Hydraulics Works subcontractor will remove aportion of this asphalt for a 800mm wide trench running east west. The Tenderer shall allow for theremoval of the asphalt of the remaining area and replacement of asphalt to the entire ‘ReconstructRoad Pavement’ including all necessary base course preparation and spray seal as per thedrawings and civil specification.

2.5.1.13   Building Platform

2.5.1.13.1 The Tenderer shall allow for all bulk earthworks for the two LIA buildings and surroundinginfrastructure, batters and finished earthwork levels.

2.5.1.13.2 The Tenderer shall allow for supply and place of the building platform including underlying layersand provision for all plant and equipment for this operation as per the structural drawings andspecification. The Tenderer shall allow for the building platform to be extended by 5 meters in alldirections for both LIA buildings.

2.5.1.13.3 The Tenderer shall allow for all set out and survey for the building platform.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 29: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 29/37

 Annexur e 4 - Scope of Work Page 29 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.5.1.14   Bored Piers

2.5.1.14.1 The Tenderer shall allow for bored piers for the building foundations, including supply andplacement of concrete and reinforcement and provision for all plant and equipment.

2.5.1.14.2 The Tenderer shall allow to protect against ‘Fall from Height’ for the bored pier excavation andoutline the methodology in tender submission. The Tenderer shall also allow for bar safety caps totop of the reinforcement of the bored piers which are to be immediately placed on installation of thereinforcement cage.

2.5.1.14.3 The Tenderer shall allow to scabble the top of all piers as per the structural drawings.

2.5.1.14.4 The Tenderer shall allow to straighten any bars at the top of the piers prior to the pad reinforcementinstallation.

2.5.1.14.5 The Tenderer shall allow for all set out and survey for the bored piers.

2.5.1.15   Detailed Ex2.5.1.15.1 The Tenderer shall allow for detailed earthwork excavation for the building footings, pads, drains,

ground slabs and the like.

2.5.1.15.2 The Tenderer shall allow for supply and install of ‘20mm blue crusher dust’ as per the structuraldocumentation.

2.5.1.15.3 The Tenderer shall allow to supply and place a 50mm concrete blinding to all detailed excavationson the same day the footings are excavated.

2.5.1.15.4 The Tenderer shall allow for a final trim to all ground slabs prior to formwork and reinforcementinstallation.

2.5.1.15.5 The Tenderer shall also allow for detailed earthwork excavation for temporary propping footings for 

precast panels. The Tenderer shall also allow for the removal of these footings below a level towhich it will not interfere with permanent works.

2.5.1.15.6 The Tenderer shall allow for all set out and survey for the detailed excavation and coordination withLendlease’s project surveyor.

2.5.1.16   Miscellaneous Concrete Items and other 

2.5.1.16.1 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for 2No.bin enclosures in accordance with the civil specification. This includes all supply and install of blockwork reinforcement and core filling as detailed in the drawings.

2.5.1.16.2 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for all LIA

external stairs and concrete upstand walls as per the documentation.

2.5.1.16.3 The Tenderer shall allow for the supply and install of bollards as per the drawings.

2.5.1.16.4 The Tenderer shall allow for the supply and install of all materials for the retaining wall adjacent tothe LIA 2 building including but not limited to piers, pier caps, insitu drain, grates, agdrains andbackfill.

2.5.1.17   Landscaped Areas

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 30: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 30/37

 Annexur e 4 - Scope of Work Page 30 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.5.1.17.1 The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level includingimportation of fill if required.

2.5.1.18   Line Marking and Road Signage

2.5.1.18.1 The Tenderer shall allow for line marking as per the civil and architectural documentation. This is toinclude all surface preparation, priming and the like.

2.5.1.18.2 The Tenderer shall allow for road signage as per the civil and architectural documentation.

2.5.2 Trade Specific Exclusions 

The scope of this package does not include the following items and elements which would normally beconsidered to be a part of the Main Civil Works Package:

2.5.2.1   Exclusions

2.5.2.1.1 The LIA stormwater infrastructure will be by the Early Hydraulics Works subcontractor.

2.5.2.1.2 Demolition of existing ‘Melbourne’ building on the LIA site excluding the Asset 66 building will be bythe Demolition and Early Civil Works subcontractor. The existing Asset 66 building does not formpart of Lendlease’s scope and is to be demolished by HMAS Albatross Redevelopment Project.

2.6 Jervis Bay Air field (JBAF)

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and thedocuments referenced.

2.6.1 Trade Specific Inclusions 

TheMain Civil Works Package includes the following elements as further defined by this Scope of Work and thedocuments referenced.

2.6.1.1   Demolition

2.6.1.1.1 The Tenderer shall allow for the removal of redundant line marking on the apron as per drawing0021-JBAB-CI-0110

2.6.1.2   Bulk Earthworks & Detailed Ex

2.6.1.2.1 The Tenderer shall allow for all bulk earthworks including importation and place of fill for thebuilding. The Tenderer shall also allow to supply and place of the building platform including theprovision of all plant and equipment. The building platform shall extend 3 meters in all directions.

2.6.1.2.2 The Tenderer shall allow for detailed earthwork excavation for the building footings, drains, groundslabs and the like.

2.6.1.2.3 The Tenderer shall allow to regrade existing earthwork levels to new design levels as per thedocumentation.

2.6.1.2.4 The Tenderer shall allow for supply and install of ‘20mm blue crusher dust’ as per the structuraldocumentation.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 31: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 31/37

 Annexur e 4 - Scope of Work Page 31 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.6.1.2.5 The Tenderer shall allow for a final trim to all ground slabs prior to formwork and reinforcementinstallation.

2.6.1.2.6 The Tenderer shall allow for all set out and survey for the detailed excavation and coordination with

Lendlease’s project surveyor.

2.6.1.3   Subsoils

2.6.1.3.1 The Tenderer shall allow supply and install of all materials for subsoil drainage including under pavements but excluding from their scope three (3) meter subsoils for new pits as outlined in thedrawings.

2.6.1.4   Culvert

2.6.1.4.1 The Tenderer shall allow manufacture, supply and install the culvert passing beneath the carpark

including headwalls, box culverts, scour protection and the like. The stormwater connection from pit A/3 to the headwall does not form part of this scope.

2.6.1.5   Pavement Layers

2.6.1.5.1 The Tenderer shall allow for subgrade preparation, supply, placement and compaction of all sub-base courses and basecourses to the carpark pavement as shown on the ‘Pavement Plan – Sheet 1& 2’. The Tenderer shall allow for the concrete encasement of the roof water outlet pipes and itsextension to new discharge point.

2.6.1.5.2 The Tenderer shall allow for the subgrade preparation, supply, placement and compaction of basecourse for the Asphalt Concrete Footpath in accordance with the civil specification.

2.6.1.5.3 The Tenderer shall allow for the subgrade preparation, supply, placement and compaction of all sub-base courses and basecourses for the Heavy Duty Taxiway Pavement in accordance with the civilspecification.

2.6.1.5.4 The Tenderer shall allow for the subgrade preparation, supply, placement and compaction of basecourse for the Heavy Duty Concrete Pavements in accordance with the civil specification.

2.6.1.5.5 The Tenderer shall allow for subgrade preparation, supply, placement and compaction of FineCrushed Rock (FCR) to all concrete footpaths as shown on the ‘Pavement Plan – Sheet 2’

2.6.1.5.6 All pavement layers are to be supplied, placed, compacted, proof rolled, conformed etc. as per thecivil specification.

2.6.1.5.7 The Tenderer shall allow for all survey requirements in accordance with the civil specification

including all necessary as built pickups, conformance reports and the like.

2.6.1.6   Concrete Footpaths & Heavy Duty Pavements

2.6.1.6.1 The Tender shall allow for supply, placing, compaction and finishing of all materials for concretefootpaths and concrete pavements in accordance with the civil specification. This will include all

 jointing works, supply and install and connections into existing pavements ensuring a smoothtransition.

2.6.1.6.2 The Tenderer shall allow for all survey requirements as per the civil specification.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 32: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 32/37

 Annexur e 4 - Scope of Work Page 32 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.6.1.7   Asphaltic Concrete Pavements

2.6.1.7.1 The Tender shall allow for mix design, manufacture, placing, compaction and finishing of allasphaltic concrete pavements in accordance with the civil specification.

2.6.1.7.2 The Tenderer shall allow for the preparation of the surface, supply of materials and preparationthereof and the application of a sprayed bituminous prime coat to new crushed rock base course onlandside pavements as shown on the drawings and in accordance with the civil specification.

2.6.1.7.3 The Tenderer shall allow for the protection of all existing surfaces to avoid splashing or spraying withbituminous materials.

2.6.1.7.4 The Tenderer shall allow for all testing requirements in accordance with the civil specification.

2.6.1.8   Landscaped Areas

2.6.1.8.1 The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level includingimportation of fill if required.

2.6.1.9   Line Marking and Miscellaneous Items

2.6.1.9.1 The Tenderer shall allow for line marking as per the civil and architectural documentation. This is toinclude all surface preparation, priming and the like.

2.6.1.9.2 The Tenderer shall allow for the supply and install of bollards as per the drawings.

2.6.2 Trade Specific Exclusions 

The scope of this package does not include the following items and elements which would normally beconsidered to be a part of the Main Civil Works Package:

2.6.2.1   Exclusions

2.6.2.1.1 The demolition of buildings 0135 & 0136 will be by the Demolition and Early Civil Workssubcontractor 

2.6.2.1.2 The stormwater infrastructure will be completed by the Hydraulics subcontractor.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 33: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 33/37

 Annexur e 4 - Scope of Work Page 33 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.7 General Inclus ions

2.7.1 Safety 

2.7.1.1.1 The Tenderer shall comply with the Environment, Health and Safety obligations as nominated in theSubcontract.

2.7.1.1.2 The Tenderer shall nominate and provide a suitably experienced and qualified person as the WorkHealth and Safety Representative. The Tenderer shall nominate this person in Schedule B of theSubcontract Request For Tender.

2.7.1.1.3 The Tenderer’s Supervisors shall be required to complete the Lendlease EH&S Passport prior tocommencing works on site. The EH&S Passport is accessed online and confirmation of completionof the Passport shall be issued to Lendlease.

2.7.1.1.4 The Tenderer shall be aware that for all works undertaken from an EWP the Tenderer must allow to

establish and maintain robust physical exclusion zones. For works where the working platform of the EWP are higher than 4m from the ground, the tenderer must allow for the robust exclusion zoneto be in the form of Fortress 2000 series fence (or equivalent). The Tenderer must allow to co-ordinate all exclusion zone installations with Lendlease, including the provision of designatedpedestrian paths.

2.7.2 Quality 

2.7.2.1.1 The Tenderer must implement a quality system as approved by Lendlease and nominated by theSubcontract.

2.7.2.1.2 The Tenderer must submit the relevant project quality documentation monthly as nominated in theSubcontract and detailed in the Subcontract particulars as a condition precedent to a payment claim.

2.7.2.1.3 The Tenderer must comply with all hold points as specified in the documents included in Annexure 5 – Specifications, Drawings and Project Plans or otherwise directed by Lendlease.

2.7.2.1.4 The Tenderer shall ensure that their Quality documentation (Plan, Inspection and Test Plans,Inspection and Test Records) are detailed in such a way that they reflect the status of the projectworks and are split into project elements consistent with the Area and Zone breakup whichLendlease shall nominated.

2.7.3 Programme 

2.7.3.1.1 The Tenderer shall prepare, maintain and issue a Schedule of Procurement and Installation in theform of a spread sheet. The Tenderer shall list all items, their shop drawing/approval status,

delivery status (included expected delivery date), and detail the installation and commissioningstatus. The schedule must be in the form equivalent to the proforma Schedule provided byLendlease in the tender documents, customised to be trade specific. This document shall be issuedto Lendlease monthly and is nominated in the Subcontract Particulars as a condition precedent topayment.

2.7.3.1.2 The Tenderer is to advise of all lead time items and provide a weekly update of progress.

2.7.3.1.3 The Tenderer must provide sufficient resources, both labour and supervision, to maintain requiredproductivity to meet or better the Overall Target Schedule.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 34: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 34/37

 Annexur e 4 - Scope of Work Page 34 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.7.3.1.4 The Tenderer must allow for full flexibility during the co-ordination, execution and completion of theworks.

2.7.3.1.5 The Tenderer must allow for all out of hours work as necessary to meet the Overall TargetSchedule.

2.7.4 Commercial Assessment 

2.7.4.1.1 The Tenderer must provide with their tender submission a copy of an independent third partyfinancial assessment, specific to the approximate value and scope commensurate with this package.The independent third party financial assessment must be equivalent to the Kingsway Tender 

 Assessment Report – Detailed.

2.7.5 Setout and Survey 

2.7.5.1.1 The Tenderer shall be responsible for all trade specific survey as required to complete the works.

2.7.5.1.2 In the case where a set-out or survey point is provided by others, the Tenderer must satisfythemselves as to the correctness of the set-out prior to completing any works.

2.7.5.1.3 The Tenderer shall refer to the Project Surveying Plan, as nominated in Annex 5 – SpecificationsDrawings and Project Plans, to confirm the extent of survey provided by Lendlease (LLB).

2.7.5.1.4 The LLB engaged Surveyor is responsible for the consolidation of all as built drawingsdocumentation and updating the HMAS Albatross Site Master Plan in accordance with the DefenceEstate Quality Management System (DEQMS) Spatial data Management Plan (SDMP).

2.7.5.1.5 All in ground services Subcontractors will be responsible for the provision of trade specific as builtdrawings in accordance with the SDMP and DEQMS requirements. The LLB engaged surveyor willbe responsible for reviewing the as built documentation to confirm compliance with the DEQMS andSDMP requirements and then consolidating all as built documentation into the Site Master Plan.

2.7.5.1.6 The Civil Subcontractor will be responsible for the provision of all trade specific as builtdocumentation for final topographical survey and civil roads and pavements in accordance with theSDMP and DEQMS requirements. The LLB engaged surveyor will be responsible for reviewing theas built documentation to confirm compliance with the DEQMS and SDMP requirements and thenconsolidating all as built documentation into the Site Master Plan.

2.7.5.1.7 The LLB building surveyor will be responsible for documenting the final as built location of each newstructure, vegetation and other new infrastructure required by the SDMP and updating the SiteMaster Plan.

2.7.6 Transport and Storage 

2.7.6.1.1 The Tenderer shall be aware that there is no onsite material storage is available. All material is tobe delivered to site on a Just in Time basis.

2.7.6.1.2 The Tenderer must ensure all hazardous substances are stored in accordance with the EH&Sobligations as set out in the Subcontract.

2.7.6.1.3 The Tenderer must allow to supply and maintain environmental spill kits and provide training to their staff on their use.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 35: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 35/37

 Annexur e 4 - Scope of Work Page 35 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.7.6.1.4 All materials are to be supplied appropriately packed on pallets for movement around the site. Allpallets are to be taken off site by the Tenderer for re-use.

2.7.6.1.5 All materials and equipment delivered to site by the Tenderer remain the responsibility of theTenderer for the duration of the Works.

2.7.7 Cranage and Materials Handling 

2.7.7.1.1 The Tenderers shall refer to the Schedule of Facilities within the Subcontract to determine the extentof cranage and materials handling to be provided by Lendlease.

2.7.7.1.2 The Tenderer shall be responsible for all trade specific cranage and materials handling as requiredto complete the works.

2.7.7.1.3 The Tenderer shall provide all necessary certified stillages and lifting frames as required by theLendlease GMR’s

2.7.8 Plant and Equipment 

2.7.8.1.1 The Tenderers shall refer to the Schedule of Facilities within the Subcontract to determine the extentof Plant and Equipment provided by Lendlease.

2.7.8.1.2 The Tenderer must provide all plant and equipment necessary to complete the works, excluding thatas nominated in 2.7.8.1.1, including the floating of plant and equipment to and from site, ongoingmaintenance, fuel and consumables.

2.7.8.1.3 The Tenderer must ensure that all plant and equipment certifications and maintenance is provided inaccordance with the EH&S obligations as nominated in the Subcontract.

2.7.9 Waste Management 

2.7.9.1.1 The Tenderer shall allow take remove all trade waste from the work front to the ‘skip bins’ at the BinLocations nominated on the Site Plans.

2.7.9.1.2 The Tenderer shall sort their waste into the respective recycling bins where applicable.

2.7.9.1.3 The Tenderer shall be responsible for maintaining a clean work area at all times. The tenderer shallbe aware that Lendlease may, where it is deemed the Tenderer is not meeting its obligations under this clause, engage additional resources on the Tenderers behalf to do so.

2.7.9.1.4 The Tenderer shall be responsible for supplying and maintaining bins to move trade waste from theSite to the Bin Location.

2.7.10 Authorities 

2.7.10.1.1 The Tenderer must allow for all authority approvals and fees associated with their works.

2.7.11 Subcontractor Labour Hire 

2.7.11.1.1 The Tenderer is made aware of the Lendlease Policy Statement “Procurement of External Labour Hire Australia v1.0 August 2014.” If it referenced in Annex 5 Specifications, Drawings and ProjectPlans and included within the tender documents. The Tender must comply with the Policy.

2.7.12 Indigenous Training and Employment 

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 36: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 36/37

 Annexur e 4 - Scope of Work Page 36 of 37

Project Name: JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM – HATS (J0028)

Trade Package Name: Main Civil Works Revision: v08r01

Project Number: 252091 Trade Package Number: 40031.02 Date: 17/06/2015

2.7.12.1.1 The Tenderer must comply with the Project Indigenous Training Employment and Supplier Sub-Plan& Stakeholder Management Plan. In particular the Subcontractor must ensure that a minimum 5%of its total on-site work force (including any sub-subcontractor workforce) is of Indigenous or TorresStrait Island origin. The Tender must submit monthly statistics in relation to the ITES, with their progress claim, as a condition precedent payment.

   T   C   1   5   3   2   0   6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d

Page 37: HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

7/18/2019 HATS 40031.02 Main Civil Works Annexure 4 SOW v08r01

http://slidepdf.com/reader/full/hats-4003102-main-civil-works-annexure-4-sow-v08r01 37/37

3 Reference to Related Documents

3.1 Schedule of Specificat ions

Refer to 1 – Schedule of Specifications in the document titled Annex 5 Specifications, Drawings and ProjectPlans

3.2 Schedule of Drawings

Refer to 2 – Schedule of Drawings in the document titled Annex 5 Specifications, Drawings and Project Plans

3.3 Schedule of Project Plans

Refer to 3 – Schedule of Project Plans in the document titled Annex 5 Specifications, Drawings and Project Plans

3.4 Detai led Del ivery Programme

Refer to 4 – Detailed Delivery Programme in the document titled Annex 5 Specifications, Drawings and ProjectPlans

6  -   0   7  -   2   0   1   5   R  e  c  e   i  v  e   d