request for quote...t132-a: request for tender – general services under $150k – v1.8 page 2 of...

25
Wyong Office: 2 Hely St / PO Box 20 Wyong NSW 2259 l P 02 4350 5555 Gosford Office: 49 Mann St / PO Box 21 Gosford NSW 2250 l P 02 4325 8222 E [email protected] l W www.centralcoast.nsw.gov.au l ABN 73 149 644 003 Request for Quote General Services under $150K Central Coast Council is seeking Quotations for the following proposed contract: This is not a Purchase Order Contract Memorial Park, The Entrance, Landmark Pelican Sculpture Project Services Description The design (cultural research, concept/detail/workshop drawings and maintenance schedule), fabrication and installation of an original freestanding public artwork located on the foreshore area commonly used for public pelican feeding in Memorial Park, The Entrance in response to The Entrance Public Art Brief. - See Part 1 Contract Information for further details Closing Time 4pm 29 June 2020 Method of Lodgement Responses must be submitted to Council via [email protected] Please do not email responses to the Contact Officer. Council Contact Person Stuart Slough Phone: 02 4350 5511 Email: [email protected] Pre-tender meeting Not applicable. Tender Evaluation Criteria (not necessarily in order of weighting) Threshold Conformity with the Request for Quotation/Tender Documents Work Health & Safety and Environmental Management capabilities Weighted Capabilities/Experience (including any sub-contractors) and Referees Contract Program Methodology and Understanding of the Requirement(s) Sustainability Documents to be submitted with Tenders All the Returnable Forms in Part 5, completed and signed where required Portfolio of previous relevant work of Public Artist and any contractors Methodology/program

Upload: others

Post on 08-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

Wyong Office: 2 Hely St / PO Box 20 Wyong NSW 2259 l P 02 4350 5555

Gosford Office: 49 Mann St / PO Box 21 Gosford NSW 2250 l P 02 4325 8222 E [email protected] l W www.centralcoast.nsw.gov.au l ABN 73 149 644 003

Request for Quote General Services under $150K

Central Coast Council is seeking Quotations for the following proposed contract:

This is not a Purchase Order

Contract Memorial Park, The Entrance, Landmark Pelican Sculpture Project

Services Description The design (cultural research, concept/detail/workshop drawings and maintenance schedule), fabrication and installation of an original freestanding public artwork located on the foreshore area commonly used for public pelican feeding in Memorial Park, The Entrance in response to The Entrance Public Art Brief. - See Part 1 Contract Information for further details

Closing Time 4pm 29 June 2020

Method of Lodgement Responses must be submitted to Council via [email protected] Please do not email responses to the Contact Officer.

Council Contact Person Stuart Slough Phone: 02 4350 5511 Email: [email protected]

Pre-tender meeting Not applicable.

Tender Evaluation Criteria (not necessarily in order of weighting)

Threshold • Conformity with the Request for Quotation/Tender Documents • Work Health & Safety and Environmental Management

capabilities Weighted • Capabilities/Experience (including any sub-contractors) and

Referees Contract Program • Methodology and Understanding of the Requirement(s) • Sustainability

Documents to be submitted with Tenders

• All the Returnable Forms in Part 5, completed and signed where required

• Portfolio of previous relevant work of Public Artist and any contractors

• Methodology/program

Page 2: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25

Structure and Contents of this Request for Quotation This Request for Quote consists of the following parts:

Cover Page: Request for Quote

The Cover Page contains the specific information and instructions regarding this Request for Quote including the Closing Time, Contact Person, Method of Lodgement and Evaluation Criteria

Part 1: Contract Information and Contract Brief

This part sets out Council’s requirements for the Services

Part 2: Conditions of Quotation

This part contains the general instructions, conditions and guidelines to be followed in submitting quotations

Part 3: Conditions of Contract

Part 3.1 contains the General Conditions of Contract

Part 3.2 contains the Special Conditions of Contract (if any)

Part 4: Council’s Work Health and Safety Policy

Part 5: Returnable Schedules

This part contains the forms, schedules and information Tenderers are required to provide with their Tender

Attachments

Central Coast Council Standard Conditions of Contract – General Services

Site Profile: Images and Map

Page 3: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 3 of 25

Part 1 Contract Information and Service Description Central Coast Council is seeking Quotations for a contract for services for the engagement of a skilled and experienced Public Artist to design, fabricate and install a freestanding large-scale pelican sculptural art work in the Entrance town centre (‘Contract’).

Council is seeking to use this Request for Quote as a basis for entering into a Contract with the Preferred Tenderer. 1.1 Background The Central Coast Local Government Area is located in New South Wales midway between Sydney and Newcastle. It is known for its relaxed, friendly community and natural assets including beaches, lakes, waterways and bushland. The Central Coast is made up of a number of town centres each unique and with their own distinctive character. Central Coast Council’s Community Partnerships Unit is implementing a number of place based creative initiatives as part of a general activation and upgrade of town centres in the region. These initiatives include ephemeral and permanent art installations that contribute to and reflect the unique themes, narratives and character of each town centre. A number of these initiatives will also be focused on tourism, with the expressed purpose of commissioning an artwork that raises the profile of the Central Coast as a desired destination for visitors. The potential to commission some public art works that contribute to the awareness of visitors and residents of the Central Coast’s natural environment and sustainability will also be explored. The development of unique and site-specific art installations at various Central Coast locations will provide an opportunity to reflect the unique locality themes of each place that is an attraction and of high interest for visitors. For the town centre of The Entrance, Council intends to commission a large scale permanent sculptural work of a pelican to be located in Memorial Park between the water inlet and the town centre. The purpose of this commission is to create a work that attracts attention as a pelican sculpture of internationally significant scale in the tradition of large objects marking key towns in Australia and elsewhere. This commission takes the form of a contract titled Memorial Park, The Entrance, Pelican Sculpture Project. 1.2 Contract Brief/Technical Specification Overview Memorial Park, The Entrance, Landmark Pelican Sculpture Project contract (the Contract) involves the design (concept, detail, workshop drawings and maintenance schedule), fabrication and installation of an original freestanding public artwork in two contract stages. The pelican sculptural work (the Work) is to be located in Memorial Park, The Entrance, an area popular with tourists and residents, on The Entrance Rd. The Work is to be developed in response to the Memorial Park, The Entrance, Landmark Pelican Sculpture Project Brief and within a set budget The Contract is divided into two (2) stages, whereby Council will contract one (1) or more Public Artists to undertake Stage 1 and will, at its discretion, proceed to contract one (1) of the Public Artists to complete Stage 2 based on an assessment of the work completed in Stage 1. The contracting of Stage 1 does not bind Council to contract any Public Artist to proceed to Stage 2.

Page 4: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 4 of 25

A project budget is set for both stages, which the Public Artist will be required to work within to fulfil the contract. Landmark Scale Tourism Theme and Environmental Awareness In consideration of its long history as a tourist destination and the social and ecological context of The Entrance the Landmark Pelican Sculpture Project seeks to contract a Public Artist to produce a sculptural work that is engaging and unique enough for a broad range of people to be attracted to the area to view and to be photographed with such a significant landmark sculpture. The artwork will be expected to make a genuine contribution with the Memorial Park’s year-round use as a space for a wide range of community and tourist use including events, stage performances, markets, fairground rides, bike riding, kite flying and fishing. The site will be identified with the artist as part of Stage 1 but will be in some proximity within or bordering Memorial Park which includes a children’s playground, main stage and seasonal fairground rides. It is located near a walking and bike riding thoroughfare, is visible from the main shopping promenades to the west and from other vantage points north and south and from points of the bridge connecting north and south town centres. The Central Coast coastal environment is the natural habitat of a sophisticated marine eco-system which relies on water quality and undamaged habitats to thrive. Council is mindful of the need to continually support the education and awareness of visitors and residents of the impact of human behaviours on this coastal eco-system and the marine and land-based wildlife. The most widely recognised and prominent member of the coastal wild life is the pelican. Whilst the pelican is strongly associated with the whole Central Coast coastline it is at The Entrance, via such activities as the highly popular pelican feed at Memorial Park, that the pelican is most strongly associated. Council is seeking to ensure that this public art commission produces a work of high artistic merit to reflect the Central Coast’s commitment to creativity, but that the work provides a positive impact on tourism and awareness of the natural environment. The brief requires the successful artist to produce a response and contribution to this socially and culturally rich site via further investigation into the local social, cultural and ecological context. The Public Artist will be required to demonstrate a level of environmental sustainability in the design, materials and thematic references of the artwork. Any artistic proposals that include Aboriginal references, stories or themes will be expected to be developed with involvement and creative authorship via appropriate community cultural representatives and protocol which needs to be clearly demonstrated through evidence in the response to this RFQ. The Work is required to fulfil the following

1. The Work is required to be a minimum of 5m in height to be of significant scale providing the desired positive profile of The Entrance, and the Central Coast

2. The work is to provide artistic, educational and landmark status value, embodying an educational environmental message, as well as, including:

a. thought provoking and educational to the impacts of plastic on our local birdlife, and

can be a showcase for our local school children to visit on marine study events

b. a fun selfie landmark, for social media promotion of The Entrance.

Page 5: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 5 of 6

c. demonstrate environmental and educational qualities, that can promote environmental

education to the impacts of plastics and litter, and becomes symbolic to The Entrance’s iconic pelican feed.

Stages and Budgets: Stage 1: Concept Development and preliminary costings Fee per artist: $4,000.00 ex gst A written and visual graphic response to the Brief inclusive of;

• Any site based cultural, environmental, social research, considerations and/or investigation • Identification of an agreed exact site with Council representatives • Schematic impressions of a proposed site-specific artwork including different

viewpoints/sightlines, scale, form, and colour. • Proposed materials and fabrication technique. • Itemised budget for Stage 2 fabrication and installation. • An artist statement • Schedule for Stage 2 including creative community engagement.

Stage 2: Budget: $100,000 Detailed design, workshop drawings, fabrication and installation in the following sub-stages with Project Manager written approval required at each sub-stage prior to commencement to the subsequent sub-stage:

• Stage 2.1 Creative community engagement • Stage 2.2 Detailed designs with costings • Stage 2.3 Workshop drawings with costings • Stage 2.4 Fabrication A • Stage 2.5 Fabrication B • Stage 2.6 Installation

The Public Artist will provide a Central Coast Council staff representatives reasonable access to their studio and sub-contractors workshops to carry out required assessments of the work in progress at any of the sub-stages. Council reserves the right to postpone or cancel the contract at any sub-stage as per the Central Coast Council Standard Conditions of Contract – General Services The Scope of Work Council Internal Stakeholder Review The key Council point of contact for the contract is the Project Manager. Council’s assessment and approval of each milestones will be informed by an internal Public Art Advisory Group consisting of expertise in design, asset and town centre development and management. This is to ensure that there is a holistic approach to the management of the work development process and that Council’s assessment and direction is based on informed and qualified expertise from relevant disciplines. Members of the Advisory Group will be available for discussion at the site meeting and subsequent briefings and presentations. Site Assessment and Review The successful contractor will be required to attend an initial site briefing with the Project Manager and other Council staff to confirm scope of works, deliverables and project schedule. Initial thematic research and site assessments will need to be completed by the Public Artist consultant within the schedule 1.5 Timeframes.

Page 6: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 6 of 7

Stakeholder Consultation Via the Project Manager (PM), all stakeholder engagement and community information will be coordinated and managed by Council. The contracted Public Artist will be required to attend a maximum of one (1) stakeholder meeting organised by the Contract Manager at an agreed date during Stage 1. Stage 2 stakeholder consultations will involve a maximum of three (3) stakeholder meetings requiring the Public Artist to be present. The dates and times for these meetings will be negotiated with the Public Artist if and when commencing to Stage 2 contract. If the Public Artist, in Stage 1 work, has nominated a Creative Community Engagement process for Stage 2 this will be scoped with the project manager with agreed venue and marketing costs to be met by Council and materials and facilitator costs met by the Public Artist from the contract fee. Presentation and Delivery of Work The Public Artist will be required to deliver work at key Stages and Sub Stages as per 1.5 Timeframes in electronic format via email or shared drop box. Face to face meeting/briefings and the delivery of hard copies and/or models, etc will be required as follows:

Stage 1 Site meeting (week 1): Attendance in person, no work delivered Concept Briefing (week 4): Subsequent site visit Digital files plus presentation in person (including skype meetings) with hard copies, any models, samples etc Stage 2 Stage 2.1 Creative community engagement and developed concept designs:

Phone, skype and email discussion with PM Attendance at community workshop/presentations (including skype)

Stage 2.2 Detailed designs with costings and maintenance schedule Digital files plus presentation in person with hard copies, any models, samples etc

Stage 2.3 Workshop drawings with costings and maintenance schedule Digital files plus presentation in person with hard copies, any models, samples etc

Stage 2.4 Fabrication A; Studio/workshop visit by PM and other Council staff

Stage 2.5 Fabrication B Studio/workshop visit by PM and other Council staff

Stage 2.6 Installation Site inspections by PM and other Council staff

Sub-Contractors The Public Artist is fully responsible for the management of any sub-contractors in accordance with the Central Coast Council Standard Conditions of Contract – General Services including the delivery of work to the specified requirements, approved designs, budget, timeframes and specified standards and in compliance with all work site access, health, safety and environment requirements. Technical Specifications The Public Art work will be required to be fabricated with a minimum life of 30 years and involve minimal maintenance. The work is required to be freestanding and be able to withstand the coastal salt water ways environment during its life period including erosion, wind and storms as well as malicious damage.

Page 7: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 7 of 8

The dimensions and scale of the work, materials and form are to be proposed by the Public Artist in Stage 1 in accordance with this Brief and will be finalised via discussion during the process (including site meeting) and final approval of the Project Manager. The Public Art work is required to comply with all current Australian Standards, safety-by-design guidelines and the design is required to be modified to address any issues of safety, risk, durability and maintenance identified by Council during the development process of both Stages 1 and 2. The Public Artist is responsible for any site checking such as Dial-Before-You-Dig. The Stage 1 and Stage 2 contracts require the contracted Public Artist to provide a maintenance schedule with any proposed and final design, which is confirmed as acceptable by Council via the Project Manager Work by Others The Project Manager will coordinate all stakeholder engagement, excluding any Creative Community Engagement nominated by the Public Artist, which will be supported by the Project Manager with agreed venues and marketing. Resources to be supplied by Council Council will provide all technical plans and information on the site and contacts on social, environmental and cultural resources for research and investigation at the commencement of Stage 1 1.3 Fee Structure and Payments The fee structure for the provision of the Services under the Contract is an itemised lump sum. Tenderers are also required to provide hourly rates for any additional work that may be requested by Council that is outside the scope of the Services. The fee, prices and rates are fixed and not subject to escalation or review. There is a limited budget for this project and any changes to the timing or scope of work under the Contract need to be managed by the Contractor in consultation with Council to ensure there is no increase in the overall fee payable by Council under the contract. The funding available for Stage 1 of this Contract is $4,000 (excluding GST) and for Stage 2 of this Contract is $100,000. The Contract will be subject to this fixed upper lump sum budget limit. Any changes to the timing or scope of work under the Contract must be managed by the Contractor to ensure the overall fee payable by Council under the Contract does not exceed the set budget unless a variation is approved by Council in writing. 1.4 Invoicing and Payment The Fee for Stage 1 is payable at 100% completion of the stage, including delivery of all required works in electronic format to the Project Manager. The Fee for Stage 2 is payable at the satisfactory completion of the following sub-stages as confirmed by the Council project manager in writing and increments: 25% Stage 2.2 Detailed designs with costings 50% Stage 2.4 Fabrication A 25% Stage 2.6 Installation

Page 8: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 8 of 9

Invoices may be submitted completion of each sub-stage to Council’s satisfaction as confirmed in writing by the Project Manager. Council’s payment terms are 30 days from the end of the month in which an accurate invoice is received. 1.5 Timeframes The timeframe for the Contract is as follows: Stage 1: Concept Design and preliminary costings Completed 4 weeks from the commencement date. Stage 2: Detailed design, workshop drawings, fabrication and installation Weeks from the commencement date: 4 weeks: Stage 2.1 Creative community engagement and developed concept designs 10 weeks: Stage 2.2 Detailed designs with costings 14 weeks: Stage 2.3 Workshop drawings with costings 20 weeks: Stage 2.4 Fabrication A 24 weeks: Stage 2.5 Fabrication B 30 weeks: Stage 2.6 Installation 1.6 Location of Work The location of work is the Public Artist and any sub-contractors’ places of work such as studios, offices and workshops as well as the nominated location site of the Public Art work. 1.7 Insurance The Contractor will be required to have the following insurances under the Contract: Public Liability: At least $20 million in respect of any one occurrence. Professional Indemnity: $2 million Workers Compensation insurance covering its employees Works Insurance against loss or damage to the works, temporary works and all materials and other things brought onto a site by or on behalf of the Contractor – for an amount equal to the contract price plus $20%. 1.8 Work Health Safety In addition to any other requirements in the contract the Contractor must comply with the following requirements:

• All personnel will be required to undergo an induction to the artwork installation site • All personnel will be required to undergo a site safety induction by Council personnel for

access onto the site; • All personnel will be required to hold a SafeWork NSW recognised Construction Induction

Training Card at the time of the site safety inductions to be eligible for access onto the site; • A safety inspection of the contractors site operations or safety system applications may be

undertaken at any time by Council without notice;

Page 9: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 9 of 10

• All personnel must have available and wear the required PPE at all times when on site; • All contractors and subcontractors working for Central Coast Council must present for work

appropriately attired to safely perform their duties. This includes the following (or equivalent PPE).

1.8 Council’s Representative under the Contract Stuart Slough E: [email protected] M: 0401742919

Part 2 Conditions of Quotation Tenders are invited in accordance with these Conditions of Tendering: 1. Offer and Validity Period: The lodgement of a tender in accordance with these ‘Conditions of

Tendering’ will constitute an offer to enter into and be bound by a Contract. The offer will be irrevocable and will remain open for acceptance by Council until the earlier of

a) Receipt by the Tenderer of a Letter of Acceptance or Purchase Order from Council; or

b) 120 days from the Closing Time of this Request for Tender 2. Acceptance: A Tender will only be accepted when a signed Letter of Acceptance or Purchase

Order is given to the successful Tenderer by Council. 3. Contract: On acceptance of a Tender, a binding contract will be created between Council and

the Tenderer. The following documents will form the Contract: a) The Letter of Acceptance or Purchase Order and any documents referred to

in the Letter of Acceptance or Purchase Order as forming part of the Contract b) this Request for Tender including the General Conditions and any Special

Conditions in Part 3 and any addenda issued by Council c) The Tender documents submitted by the Tenderer d) any amendments to the documents in (a), (b) or (c) referred to in the Letter of

Acceptance or Purchase Order or otherwise agreed to by the parties or made under the Contract.

Page 10: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 10 of 11

4. Closing Time: Tenders must be received by the Closing Time specified on the Cover Page of this Request for Tender. Tenders received after the Closing Time will only be considered in exceptional circumstances (e.g. technical problems loading documents onto e-mail).

5. Lodgement instructions: Tenders may ONLY be lodged by the lodgement method(s) specified on the Cover Page of this Request for Tender. Tenders must NOT be placed in the Tender Box, handed to counter staff or sent to any other Council personnel or address.

6. Enquiries: All enquiries are to be made to the Council Contact Person referred to on the Cover Page of this Request for Tender, between 8.30 am and 4.00pm, Monday to Friday. Enquiries must not be made to any other person. Verbal enquiries must be confirmed in writing.

7. Addenda: Council may vary the terms and requirements of this Request for Tender at any time before the Closing Time, by issuing addenda.

8. Evaluation Criteria: Tenders will be evaluated on the basis of the Tender Evaluation Criteria specified on the Cover Page of this Request for Tender. Tenderers should not place any significance on the order in which the criteria are listed nor should it be assumed the criteria have equal weight or significance. Any Tender that does not comply with or address the evaluation criteria may be eliminated from consideration from the evaluation process.

9. Acceptance of Tenders is at the absolute discretion of Council. Council is not bound to accept the lowest Tender or any Tender submitted, whether conforming to this Request for Tender or not. Council reserves the right to suspend, terminate or abandon this Request for Tender at any time during or after the Closing Time.

10. A Tender which proposes alternative standard or general conditions to Council’s Standard Conditions of Contract will be regarded as a non-conforming tender.

11. Ethics: Any person responding to this Request for Tender agrees to be bound by Council’s Statement of Business Ethics for Tenderers and Contractors which can be viewed and downloaded from Council’s web site. In particular, persons responding to this Request for Tender must not: a) submit a Tender without a firm intention to proceed; b) engage in any form of collusive practice; and c) directly or indirectly canvass support from an elected member or employee of Council

at any time.

Page 11: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 11 of 12

Part 3 Conditions of Contract Part 3.1 General Conditions of Contract The attached Central Coast Council Standard Conditions of Contract – General Services will apply to this Contract. Note to Tenderers: Any alternative standard or general conditions proposed by Tenderers in their tender responses will not apply to this Contract unless:

The alternative conditions are nominated as a Departure in Form 3 - Departures and Alternatives; AND

Council expressly agrees to incorporate the alternative conditions into the Contract in place of Council’s Standard Conditions of Contract in the Letter of Acceptance or Purchase Order.

Part 3.2 Special Conditions of Contract The Contract will include the following Special Conditions:

• Intellectual Property –the contractor will retain ownership of the copyright of the Public Art design developed under this contract, but grants Council an unlimited license to reproduce the design and images of the final work for not for profit purposes only.

• Accreditation: Council and the Public Artist will provide accreditation to the other party wherever images of the work is reproduced or published in electronic and print media where possible.

Page 12: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 12 of 13

Part 4 Work Health Safety Policy Under the Work Health & Safety Act 2011, Central Coast Council is a self-insured organisation and operates under a Work Health and Safety Policy:

Page 13: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 13 of 14

Part 5 Returnable Schedules Form 1 – Acknowledgement

Form 2 – Pricing Schedule

Form 3 – Departures and Alternatives

Form 4 – Work Health & Safety and Environmental Management - Prequalified Suppliers

Form 4 – Work Health & Safety and Environmental Management

Form 5 – Experience and Referees

Form 6 – Receipt of Addenda

Form 7 – Subcontractors

Form 8 – Additional Documents to be submitted

Page 14: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 14 of 15

Form 1 Acknowledgement – Sign and return this form Note to Tenderers: This form must be signed by the entity submitting the Tender. If the Tenderer is a company it must be signed by a director or person(s) authorised to sign for the company. The Tenderer hereby submits a Tender to carry out the works or services in accordance with the Request for Tender Documents and for the price/rates set out in Form 2. The name of the Tenderer in relation to the Tender/Quote is:

Name of Tenderer: (Must be a legal entity): Business or Trading Name: ABN: Phone: Fax: Mobile: Email: Address: Suburb: Post Code:

The Tenderer’s Contact Person in relation to the Tender is:

Name: Phone: Fax: Mobile: Email:

The person nominated to be the Contractor’s Representative for the purposes of all notices to be given by Council under the Proposed Contract is:

Name: Phone: Fax: Mobile: Email:

In submitting its proposal the Tenderer declares that it has complied with and will continue to be bound by the requirements set out in:

• Conditions of Tendering • Council’s Statement of Business Ethics for Tenderers and Contractors.

Signature: __________________________________ Name and Position: ______________________________

Signature: __________________________________ Name and Position: _____________________________

Date: _______________________________________

Page 15: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 15 of 16

Form 2 Pricing Schedule Tenderers are required to submit a fixed lump sum fee to undertake the Services under the Contract, and also a schedule of hourly rates for any additional services that may be requested in writing by Council that are outside the scope of the services. All prices and rates are to be GST exclusive. 2.1 Fixed lump sum fee for the services under the proposed contract

Item Particulars of Services Lump Sum Amount

Contractor/author to insert details to confirm all items can be met within the Council specified budget e.g. All Services required under the Contract – the lump sum includes but is not limited to the cost of all personnel, support systems, overheads, profit, expenses, disbursements and all other associated costs

Stage 1: Research and Concept Design $4,000

Stage 2: Creative community engagement, detailed design, fabrication, installation.

$100,000

Total Contract Price Stages 1 Total Fee (ex GST): $104,000

GST Applicable: $10,400

(including GST): $114,400

Contract Milestone Lump sum fee

(Ex GST) % Fee payment of completion of milestone

Satisfactory completion of Stage 1 $4,000.00 100% Satisfactory completion of Stage 2.2 Detailed designs with costings $25,000.00 25% Satisfactory completion of Stage 2.4 Fabrication A $50,000.00 50% Satisfactory completion of Stage 2.6 Installation $25,000.00 25%

Total Fee Stages 1 and 2 (ex GST): $104,000.00 GST Applicable: $10,400.00

Total Contract Price (including GST): $114,400 2.2 Hourly Rates for Additional Services Category Hourly Rate (excluding GST) Public Artist Sub-contractor (if applicable) Sub-contractor (if applicable) Sub-contractor (if applicable)

Page 16: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 16 of 17

Service Providers to Note: All pricing will remain fixed for the period of the contract, not subject to rise & fall. The Service Provider is responsible for the completion of all works or services required under the

contract and this Form may not be used by the Service provider as a basis for limiting the nature or quantity of work required to complete the contract.

Page 17: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 17 of 18

Form 3 Departures and Alternatives The Tender complies with the Request for Tender in every respect, except as detailed below. Note to Tenderers: Any alternative standard or general conditions proposed by Tenderers in their

tender responses will not apply to this Contract unless:

• The alternative conditions are nominated as a Departure in this Form 3 of Part 2 Returnable Forms and Schedules – Alternatives and Departures; AND

• Council expressly agrees to incorporate the alternative conditions into the Contract in place of Council’s General Conditions, in the Letter of Acceptance or Purchase Order.

Departures or Qualifications: Type “NIL” here if there are no departures or qualifications. ==>>

Reference to Section(s) in Request for Tender document or its Attachments.

Details

Alternatives

Type “NIL” here if there are no alternatives proposed. ==>> Reference to Section(s) in Request for Tender document or its Attachments.

Details

Page 18: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 18 of 19

Form 4 Work Health & Safety and Environmental Management Service providers are required to demonstrate commitment to the principles of WH&S and appropriate environmental management. Further information may be required to be submitted as substantiation.

WH&S Yes No

1 Does the service provider have a WHS Management System as part of its overall management system? If yes give details.

2 Is the WHS Management System accredited by a NSW Government agency or certified by a JAS-ANZ accredited third party? If yes, give details.

3 Is the service provider’s WH&S Management System accredited by a NSW Government agency or a JAS-ANZ accredited third party? If yes, give details.

4 Has SafeWork NSW issued the service provider with any Prohibition Notices, Improvement Notices or fines in the past 3 years? If yes give details.

Environmental Management Yes No

1 Does the service provider have an Environmental Management System as part of its overall management system? If yes give details.

2 Is the Environmental Management System accredited by a NSW Government agency or certified by a JAS-ANZ accredited third party? If yes, give details.

3 Is the service provider able to provide documented evidence that within its organisation, there are people or resources nominated to manage Environmental policies and objectives, priorities and targets. If yes, give details including names of relevant personnel.

4 Has the service provider ever been prosecuted or fined for environmental breaches or offences in the past 3 years? If yes give details.

Page 19: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 19 of 20

Form 4 (continued) Work Health & Safety and Environmental Management

WH&S Yes No

Does the service provider have a documented and regularly reviewed Work Health and Safety Policy?

Does the service provider have a documented WHS Management System, Manual or Plan?

Are WHS responsibilities clearly identified and documented for all levels of staff?

Does the service provider have safe work method statements or specific safety instructions relevant to its operations?

Does the service provider have permit to work systems? Does the service provider have a documented incident investigation procedure?

Does the service provider have procedures for maintaining, inspecting and assessing the hazards of plant it operates or owns?

Does the service provider have procedures for storing and handling hazardous substances?

Does the service provider have procedures for identifying, assessing and controlling risks associated with manual handling?

Does the service provider have procedures for identifying and meeting the WH&S training needs of its personnel?

Does the service provider undertake regular health and safety inspections at its work sites?

Is there a procedure for employee reporting of hazards in the workplace? Does the Service provider have workplace WHS committees? Does the Service provider have documented procedures for employee consultation on WHS matters?

Does the service provider have a system for managing health and safety statistics?

Are employees regularly provided with information on company health and safety performance?

Does the Service provider have documented procedures for the management of incidents?

Page 20: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 20 of 21

Form 4 Continued… Environmental Control - Complete and return this form Category 1 Projects

Council has identified the following potential environmental issues/impacts. Please confirm that the Tenderer has Safe Work Method Statements that address these issues, including others that may be relevant to this project, but are not listed below.

Environmental Issue Does the Tenderer have SWMS’s? Yes / No

Air quality (dust/emissions) Concrete or paint wastes

Dewatering/pump out Heritage & Archaeology Noisy work (neighbourhood)

Slurry or other discharges

Waste hazardous (paint sludge, synthetic min fibre, asbestos/other

Stormwater/sediment control

Waste disposal

Bulk excavation/spoil

Contaminated soil/water

Habitats (protected flora/fauna)

Noise or vibration

Spills & response

Traffic & parking

Dangerous Goods/Hazardous Substances (use/storage/spills)

Other………………………….

Page 21: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 21 of 22

Form 5 Experience & Referees – Complete and return this form The Tenderer is required to set out below details of recent contracts of a similar nature to the Services required under this Request for Tender.

Client Contract Value

Contract Period

Brief Description of Work

The Tenderer is required to list below three referees who may be approached to establish that the Tenderer has, in the recent past, satisfactorily carried out Services of a similar nature to the Services required under this Request for Tender.

Client Name of Referee Contact Phone Number

Page 22: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 22 of 23

Form 6 Receipt of Addenda – Complete and return this form The Tenderer is required to insert details of the Addenda that have been received by the Tenderer. The Tenderer acknowledges that the Tender allows for all instructions, clarifications and/or alterations detailed in each Addendum.

Addendum Number

Subject/Title Date of Addendum

Date Received

Page 23: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 23 of 24

Form 7 Key Personnel – Complete and return this form The Tenderer nominates the following Key Personnel to carry out the Services under the Contract:

Name Position Experience & Qualifications

Hourly rate (excl GST)

Page 24: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 24 of 25

Form 7 Sub-Contractors – Complete and return this form The names of subcontractors (including consultants and sub-consultants) proposed to be engaged for the contract.

Note: • Written approval of all subcontractors not listed below will be required • The nomination of alternatives is acceptable. • The Service Provider shall be required to provide evidence that the subcontractors are registered

&/or licensed (as required by law) in the work which is to be subcontracted and have the relevant policies of insurance.

NAME AND ADDRESS OF SUBCONTRACTOR

DESCRIPTION OF WORK PROPOSED TO BE SUBCONTRACTED

ESTIMATED WORK VALUE

$

TOTAL $ (Attach extra page(s) if insufficient space.)

Page 25: Request for Quote...T132-A: Request for Tender – General Services Under $150K – V1.8 Page 2 of 25 Structure and Contents of this Request for Quotation This Request for Quote consists

T132-A: Request for Tender – General Services Under $150K – V1.8 Page 25 of 25

Form 8 Additional documents to be Submitted – Complete and return this form The Tenderer is required to submit the following documents, in addition to the completed Schedules: Additional documents required. Documents to

form part of contract?

Documents submitted

(Tenderer to indicate “Yes” or

“No” for each document)

Copies of certificates evidencing the currency of insurances required under the Contract

Yes

Portfolio of previous relevant work No

Preliminary program/delivery schedule for Stages 1 and 2 Yes

A Statement which demonstrates the Tenderer’s Capability and Methodology for carrying out the Services including the following: 1. Details of the Tenderer’s understanding of Council’s requirements 2. Process for delivering the Services 3. Back-up and support services available 4. The proposed program for carrying out the Services indicating the following details: Name and role of each nominated resource; Estimated time for each resource.

Yes

Sustainability – demonstrate experience in sustainability Yes