Queenstown Lakes District Council Contract No. C Gorge Road Rehabilitation 2015/16 Tender Documents

Similar documents
Transit New Zealand Contract TNZ (Number) General Maintenance (Contract Name)

Contract No. C Queenstown Lakes District Council Andrews Road - State Highway 6A Intersection Safety Improvements

Invitation to tender. Provision of External Audit Services

MG ALBA PROCUREMENT POLICY AND SCHEME OF TENDERING

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. External Audit Services. July 2015

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

Table of Contents. Project Agreement Schedule 14

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Guidance on the Application. of ISO / IEC Accreditation International Association for Certifying Bodies

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

Quality Assurance Manual

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

North American Development Bank. Engagement of Consultants

Forestry Training and Education Ireland Ltd

NHS ROTHERHAM PROCUREMENT SCHEME

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

Level 6 NVQ Diploma in Construction Site Management (Construction)

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

Trans Canada Hwy. No.1 Donald Bridges and Approaches

Casework Technical Support (Social Welfare - Project Management)

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR QUOTATIONS Crushed Gravel

Design Team Procedures Practice Note 1, February DESIGN TEAM PROCEDURES PRACTICE NOTE 1 (Revision 2)

QSS 0 Products and Services without Bespoke Contracts.

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Level 6 NVQ Diploma in Construction Site Management (Construction)

DoES-QW1 Suitability Assessment Questionnaire and Declaration

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Quality, Health Safety & Environment Code: 2013

Level 6 NVQ Diploma in Construction Contracting Operations Management

INSTRUCTIONS TO BIDDERS

RFQ Drainage Ditching and Culvert Replacement

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

State Highway Construction Contract Proforma Manual

PART I INSTRUCTIONS TO PERSON TENDERING

Invitation to tender For Asbestos Removal Services

EXPRESSION OF INTEREST (EOI) LONG FORM. Planning / Engineering Services Assignment

UNIVERSITY OF SUNDERLAND STANDING ORDERS TENDERING AND CONTRACT PROCEDURES

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

QUALITY ASSURANCE REQUIREMENTS

MINUTES OF PRE-BID CONFERENCE. INVITATION TO BID INTERIOR FITTING-OUT WORKS FOR NEW UNDP CAMBODIA COUNTRY OFFICE Process No:

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

Guide - Alternative Procurement - Unsolicited Proposals

Section 6: Returnable Bidding Forms / Checklist

Special Provision No. 199S53 January 2018

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

National Science Foundation Ministry of Science, Technology & Research


SECTION 17 CONTRACT PROCEDURE RULES

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

EYNSFORD PARISH COUNCIL

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

SPECIALLY REGISTERED CONTRACTOR (SRC) APPLICATION FORM AN APPLICATION TO BE A SPECIALLY REGISTERED CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

Documents Part of Solicitation Documents

PRE-QUALIFICATION OF HARDWARE AND ELECTRICAL ITEMS SUPPLIERS FOR YEAR PRE-QUALIFICATION DOCUMENT

Procurement Document

Chapter 2 Parties to the Contract

List of Financial Regulations

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016

Derlin Construction Limited QUALITY POLICY MANUAL ISO 9001:2008

Supply and Delivery of Boltless Metal Shelving Units

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO TENDER FRAMEWORK AGREEMENT FOR PSDP CONSULTANT SERVICE

Tender Document for the Provision of services for the: Development and Testing of a Dynamic Positioning Prototype for Small Vessels

CMI Guidance Document

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

Request for Quotations Arras Weir Maintenance

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

NZS 3916:2013. Conditions of contract for building and civil engineering Design and construct NZS 3916:2013. New Zealand Standard

Building Standards Customer Journey

Review of agreed-upon procedures engagements questionnaire

Environmental Planning & Coordination Organization

Municipality of the District of Lunenburg POLICY

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

Ohio Public Employees Retirement System. Request for Proposal

INS QA Programme Requirements

Special Provision No. 199S53 February 2012

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

Manager, Sourcing Supply and Contracts, Grid Projects Approved By:

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Special Provision No. 199S53 February 2005

INSTRUCTIONS DOCUMENT

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

Transcription:

Instructions for Tendering Contract Cover Sheet Queenstown Lakes District Council Contract No. C-16-020 Gorge Road Rehabilitation 2015/16 Tender Documents Status: For Tender Page IFT i Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering Contract Cover Sheet Set No. Construction Contract No. C-16-020 Gorge Road Rehabilitation 2015-16 Contractor: Address: Contact Numbers: Engineer: Address: Phone: Fax: Email: Hadley Consultants Ltd 44 Robins Road, PO Box 1461 Queenstown Contact Numbers: Phone: 03 450 2140 Fax: 03 441 3513 Email: info@hadleys.co.nz Status: For Tender Page IFT ii Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering Table of Contents Contract Cover Sheet Table of Contents Instructions for Tendering IFT 1 1 Key Information for Tenderers 2 Conditions of Tendering 3 Schedule to Conditions of Tendering 4 Non Price Attributes 5 Tender Information Schedule 6 Tender Evaluation Procedure 7 Tender Acceptance and Debriefing 8 Tender Evaluation Marking Forms 9 Tender Form TF 1 Schedule of Prices SP 1 Basis of Payment BP 1 1 Preamble 2 Certificates and Payment 3 Valuing Scope Changes 4 Basis of Measurement and Payment Conditions of Contract CC 1 1 General Conditions 2 First Schedule Special Conditions 3 Second Schedule Contract Agreement 4 Third Schedule Form of Contractors Performance Bond 5 Fourth Schedule Form of Principal s Bond 6 Fifth Schedule Form of Contractor s Bond in Lieu of Retentions 7 Sixth Schedule Form of Producer Statement - Construction 8 Information As To The Contractor s Insurances Seventh Schedule Information As To Contract Works Insurance Eighth Schedule Information As To Public Liability Insurance Ninth Schedule Information As To The Contractor s Construction Machinery Insurance Tenth Schedule Information As To The Contractor s Motor Vehicle Insurance Eleventh Schedule Information As To The Contractor s Professional Indemnity Insurance 9 Twelfth Schedule - Cost Fluctuation Project Specification PS 1 1 Works Information and Amendments to the Standard Specification Appendices A 1 App 1 Schedule Of Specific Job Requirements For Traffic Management And Safety App II QLDC Site Sign Rules App III Drawings The Drawings are bound separately and form part of the Contract Documents I Ii Status: For Tender Page IFT iii Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions For Tendering Gorge Road Rehabilitation 2015-16 QLDC Contract No. C-16-020 Status: For Tender Page IFT 1 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering Table of Contents Instructions for Tendering 1. KEY INFORMATION FOR TENDERERS 4 1.1 Description of Contract Works 4 1.2 Contract Type 4 1.3 Principal s Expectations 4 1.4 Tender Submission 4 1.5 Key Contract Data 5 1.6 Communications During Tender Period 5 1.7 Conflict of Interest 6 1.8 Tender Tag and Clarification Statement 6 1.9 Site Visit 7 1.10 Electronic Information 7 1.11 Additional Project Information 8 1.12 Quality Assurance 8 1.13 Privacy Act 8 1.16 Miscellaneous Requirements 9 2. CONDITIONS OF TENDERING 10 3. SCHEDULE TO CONDITIONS OF TENDERING 11 105 NON-PRICE ATTRIBUTES 13 4.1 Attribute Submission and Weighting 13 4.2 Tenderer and Tenderer s Subcontractor Information 13 4.3 Relevant Experience 13 4.4 Track Record 14 4.5 Relevant Skills 15 4.6 Methodology 15 5. ALTERNATIVE TENDERS 17 5.1 Overview 17 5.2 Submitting an Alternative Tender 17 5.3 Review of Alternative Tenders 19 5.4 The Principal s Acceptance Of Alternative Tenders 20 5.5 Alternative Tender Design and Check Certificates 20 6. ALTERNATIVE TENDERS DESIGN CERTIFICATES 21 6.1 DESIGN CERTIFICATE 21 6.2 DESIGN CHECK CERTIFICATE 22 7. TENDER INFORMATION SCHEDULE 23 7.1 General 23 7.2 Proposed Subcontractors 23 7.3 Acknowledgement of Notices to Tenderers 23 7.4 Proposed Construction Programme 23 7.5 Address for Service of Notices 23 7.6 Name(s) of Insurance Company 23 7.7 Name of Proposed Surety 24 7.8 Name of Tenderer s Banker 24 7.9 Will a Bond in Lieu of Retentions be Requested? 24 7.10 Location of Proposed Dump Sites 24 7.11 Resource Consent(s) 24 7.12 Contractor s Occupational Health and Safety Management Information 24 8. TENDER EVALUATION PROCEDURE 26 8.1 Overview 26 Status: For Tender Page IFT 2 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering Table of Contents Instructions for Tendering 8.2 Tender Evaluation Team 26 8.3 Envelope 1: Non-price Attribute Evaluation 26 8.4 Interviews 26 8.5 Agreement of Non-price Attribute Grades 26 8.6 Evaluation of Alternative Tender(s) 27 8.7 Non-price Attribute Evaluation Report 27 8.8 Envelope 2 Price 27 8.9 Tender Evaluation Report 27 9. TENDER ACCEPTANCE AND DEBRIEFING 28 9.1 Tender Acceptance 28 9.2 Tender Debriefing 28 10. TENDER EVALUATION MARKING FORMS 29 10.1 Tender Evaluation Marking Forms 29 11. TENDER FORM 1 Status: For Tender Page IFT 3 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

1. Key Infor mation for T end er ers Instructions for Tendering 1 Key Information for Tenderers 1.1 Description of Contract Works 1.1.1 This contract is for the pavement rehabilitation of a section of Gorge Road between RP 1600 and RP 2285. The section is 685 m long and the works include: a) Earthworks; b) Drainage improvements; c) Pavement construction with foamed bitumen; d) Pavement construction with granular overlay; e) First coat sealing; f) Retaining wall construction; g) Pavement marking and signage. 1.2 Contract Type 1.2.1 This contract is a Measure and Value contract as defined by General Conditions of Contract, Clause 2.1.1. 1.3 Principal s Expectations 1.3.1 The Principal is looking for a tenderer who can: a) Promote its goals of providing a safe and more efficient network, minimising costs and increasing user satisfaction with the network; b) Provide value for money and increased price certainty in the procurement and construction of this project; c) Implement proactive strategies to enable the timely completion of the Contract Works; d) Develop and implement innovative work methods and/or materials that result in enhanced performance and a cost effective design; e) Comply with the requirements of the Queenstown Lakes District Council s Rural Roading Standard, Infrastructure Code and other relevant policies referenced. 1.3.2 Tenderers should demonstrate in their submissions that they understand the requirements of the Tender Documents. They should also show that they can provide the necessary resources and commitment to successfully complete the Contract Works to meet the above expectations. 1.4 Tender Submission 1.4.1 The Principal requires conforming tenders for this Contract. Tenderers shall ensure that their tenders meet all the requirements of the Tender Documents. 1.4.2 In accordance with Clause 105.7 of the Conditions of Tendering (Section 2 of this IFT), the Principal will consider Alternative Tenders for this Contract. The Tenderer shall clearly define parts of the Contract Works for which an Alternative is being offered. 1.4.3 Tenders shall be submitted in accordance with the Schedule to Conditions of Tendering, Clause 105.1 (Section 3 of this IFT). Status: For Tender Page IFT 4 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 1 Key Information for Tenderers 1.5 Key Contract Data 1.5.1 The following table summarises the key features of the contract. The information and detail contained elsewhere within the Tender Documents shall over-rule this table if there is any ambiguity or conflict with the following information. Description Key Contract Data Document Reference The Contract Works Pavement Rehabilitation IFT Section 1.1 Type of contract Measure and Value IFT Section 1.2 Closing date for tender queries 3 days prior to tender close IFT Section 1.6 Site Visit No formal site visit IFT Section 1.8 Tenders close 12 noon on 16 th February 2016 IFT Section 3 Supplier selection method Price Quality Method IFT Section 6.1 Conditions of Contract NZS 3910:2003 CC General Conditions Contract Period 7 Weeks CC 1 st schedule 10.2.1 Liquidated Damages $350 per calendar week CC 1 st Schedule 10.5.1 Defect Liability Period 52 Weeks CC 1 st Schedule 11.1.1 Cost fluctuations Do not Apply CC 1 st Schedule 12.8.2 1.6 Communications During Tender Period 1.6.1 For the purposes of this IFT, communications During Tender Period is from date of invitation to tender to tender closing date. 1.6.2 When Tenderers receive the Tender Documents, they shall notify the Consultant s Nominated Person in Clause 1.6.4 of the name and contact details of the person within their own organisation with whom they will direct all communications during the tender period (the Tenderer s Nominated Person). 1.6.3 All communications between the Consultant s Nominated Person and Tenderers must be in writing (except as noted in 1.6.7 below). For the purposes of this IFT, this includes facsimile and e-mail communication, which may include attachments. 1.6.4 Communications must be clearly labelled with the Principal s assigned contract number and name. Communications not so addressed may be delayed and/or not actioned. All Tenderer s queries shall be addressed to: Hadley Consultants Ltd PO Box 1461 QUEENSTOWN 9348 Status: For Tender Page IFT 5 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 1 Key Information for Tenderers Contract Number: C-16-020 Contract Name: Gorge Road Rehabilitation 2015/16 For the Attention of: John McCartney Fax: 03 441 3513 Email: john@hadleys.co.nz 1.6.5 Tenderer s enquiries shall be raised with Consultant s Nominated Person as soon as possible but not later than three working days, before the tender closing date. Where the Principal considers it necessary and/or appropriate, they will endeavour to respond to all queries within 48 hours of receiving them. It is the tenderer s responsibility to ensure that the Consultant s Nominated Person has received any enquiry that they have raised. 1.6.6 Where the Principal considers it necessary and/or appropriate, the answers to any questions will be made in writing, by way of Notice to Tenderers, which will be posted on both the GETs and QLDC s websites, and will subsequently be annexed to, and form part of, the Contract Documents. It is the tenderers responsibility to ensure that they have received all Notice to Tenderers prior to tenders closing. All tenderers shall acknowledge receipt of each Notice to Tenderers in their tender submission. 1.6.7 Telephone communications shall be permitted between the Consultant s Nominated Person and the Tenderer s Nominated Person, for the purpose of clarifying the specific issues raised in that Tenderer s tender query. Discussions will be strictly limited to such clarifications. Any such telephone communication is non-contractual, and is for information only. 1.7 Conflict of Interest 1.7.1 Tenderers are required to declare, at the commencement, as soon as practicable after uplifting the tender documents, or as they become aware of them, any actual or potential conflicts of interest or risk of bias during the tender process, relating to any individual or company involved in the tenderer's bid. This includes individuals and companies engaged in any subconsultant, subcontractor or other supply arrangement. The tenderer must advise the Principal of the means that they intend to use to remove or mitigate such conflicts of interest or risk of bias. 1.7.2 The Principal may refer any actual or potential conflicts of interest or any risk of bias that it becomes aware of, to the Probity Auditor, and decide the appropriate action to remove or mitigate any potential conflicts of interest or risk of bias. 1.7.3 The Principal reserves the right to decline the tender of any tenderer that cannot satisfactorily remove or mitigate a conflict of interest or risk of bias that, in the opinion of the Principal, creates an unfair advantage or impropriety in the tender process 1.8 Tender Tag and Clarification Statement 1.8.1 The Principal s preference is that Tenderers submissions do not contain tags or clarifications. However, it is acknowledged that in some circumstances Tenderers may feel it is necessary to tag or clarify their Tender Submission. Status: For Tender Page IFT 6 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 1 Key Information for Tenderers 1.8.2 If the Tenderer wishes to tag or clarify their Tender Submission in order to modify the contractual terms detailed in this Tender Document, then that Tenderer must detail that modification in either their Tender Tag and Clarification Statement, or in an Alternative Tender Statement. 1.8.3 Tender Tag and Clarification Statements must include the following information for each item: reference to the part of the contract document that is intended to be changed; a full description of the proposed change; and the Tenderer s reason for requiring such a change to the contractual requirements. 1.8.4 Only tag(s) or clarification(s) that comply with the above, and that are included in Envelope 1 of a Tenderer s Tender Submission, shall be considered by the Principal. 1.8.5 Any statement that has the general effect of being a tag or clarification but is not included in a Tender Tag and Clarification Statement or Alternative Tender Statement: may be disregarded at the Principal s discretion; does not take precedence over the requirements of this Tender Document; and is of no effect unless expressly recognised in writing by the Principal. 1.8.6 The Principal is not required to accept any tag or clarification. Tenderers may be required to modify or remove any or all tags or clarifications at the Principal s discretion. Failure to modify or remove a tag or clarification on request may result in that tender being deemed non-conforming. 1.8.7 The Principal may, at its discretion, assign a premium to any tender in the tender evaluation process in respect of an accepted tag or clarification that the Principal considers to alter the risks, benefits, or cost of the project. 1.9 Site Visit 1.9.1 No formal site visit has been arranged. Tenderers are encouraged to make their own arrangements to visit the site and make themselves aware of all safety and other site conditions particular to the site. 1.10 Electronic Information 1.10.1 Electronic copies of the following documentation will be provided on request, to all that have uplifted contract documents, and can be obtained from the Consultant john@hadleys.co.nz via e-mail: Document The Schedule of Prices; Information for Tendering (includes the Tender Form and Tender Information Schedules); Other Tender Documents Format Excel Word PDF Status: For Tender Page IFT 7 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 1 Key Information for Tenderers 1.10.2 Electronic copies of documents are provided in good faith to assist Tenderers. If there is a discrepancy between the electronic copy and the hard copy of the tender documents made available to tenderers, the hard copy shall take precedence. Tender submissions will only be accepted in hard copy. 1.11 Additional Project Information 1.11.1 The reports and other information referred to in, or attached to, or made available with, the Request for Tender Documents have been compiled in good faith by the designers and are provided for the information of Tenderers. Any Geotechnical Interpretative Report included, is based on the designers assessment of the factual information obtained from ground investigations. Tenderers are deemed to have studied, and are required to make their own interpretation of, the contents of all the reports and information provided and made themselves aware of any matter whatsoever that may effect their tender. Tenderers are responsible for interpreting the Site conditions from the information given, their inspection of the Site and other investigations and enquiries and shall be deemed to have satisfied themselves as to the nature of ground and sub-soil conditions before submitting their tender. The Principal does not guarantee, and accepts no responsibility for, the accuracy or completeness or correctness of any data or information presented, or the correctness of any interpretations. Tenderers shall rely on all information provided by the Principal at their own risk. 1.11.2 Tenderers can view the following information relevant to this contract by contacting Hadley Consultants Ltd. Tenderers can arrange a time to view the information with QLDC s consultant, following the procedures in section 1.6 of this IFT. Viewing Documents Pavement Testing FWD and Test Pit Data 1.12 Quality Assurance 1.12.1 The Quality Assurance requirements applicable to completing the Contract Works are described in the Project Specification. 1.13 Privacy Act 1.13.1.1 QLDC requires the consent and authority of the Tenderer to discuss and verify the Tenderer s stated relevant experience and track record with all the parties associated with that relevant experience and track record. This requirement also applies to the Tenderer s subcontractors. 1.13.1.2 The authorised signatory, in executing the Tender Form, is deemed to have authorised QLDC (or its designated representative) to make enquiries concerning the performance of the tendering company. These enquiries will concern the works and/or projects listed as relevant experience and track record by the company in the Non-price Attributes section of their tender. QLDC may contact parties named as having involvement in the works/projects and other parties involved in the works/projects. 1.13.1.3 The Tenderer gives up any claim to confidentiality for the works and/or projects they list as relevant experience or track record in the Non-price Attributes section of their tender. Status: For Tender Page IFT 8 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 1 Key Information for Tenderers 1.16 Miscellaneous Requirements 1.16.1 Tenderers shall submit with their Tender all information requested in the Tender Information Schedule (section 7 of this IFT). Status: For Tender Page IFT 9 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

2. Condition s of T end ering Instructions for Tendering 2 Conditions of Tendering The Conditions of Tendering are those included in NZS 3910: 2003 - Conditions of Contract for Building and Civil Engineering Construction as amended below. Clause numbers refer to Conditions of Tendering clauses 105 Submission of tenders Clause 105.2 is deleted and replaced with the following 105.2 Late tenders will not be accepted. Add the following Clause 105.7 105.7 Alternative tenders will be considered 106 Acceptance of Tender Add the following clause 106.4 106.4 The Principal reserves the right to reject any or all tenders. 107 Notification of acceptance Clause 107.1 is deleted and replaced with the following 107.1 If no tender has been accepted within three Months after closing of tenders, each tenderer shall be notified in writing by the Principal or its agent whether its tender is or is not still under consideration. Add the following clause 107.4 107.4 Any Lobbying of Councillors or staff by a tenderer or its agent while the tender process is in progress will disqualify their tender from consideration. Add the following section 108 108 Principal Reserves Right to not Accept all of the Tendered Work 108.1 The award of this contract is subject to approval of project funding by Queenstown Lakes District Council and NZTA. This is expected to be confirmed during the Tender Period. 108.2 The Principal reserves the right to not accept as much as 100% of the Scheduled works, prior to tender acceptance. No claim may be made by the Contractor for loss of profit, administration and costs as a result of the Principal not accepting any part of the tendered schedule. Non acceptance of any of the schedule items shall not constitute reason for adjustment of any of the other rates. Add the following section 109 109 Principal Enquiries 109.1 The Principal reserves the right to make enquiries regarding the tenderer and to consider relevant information obtained from any source in the evaluation of the Tender. Status: For Tender Page IFT 10 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

3. Sch edule to Condition s of Tend ering Instructions for Tendering 3 Schedule to Conditions of Tendering The Conditions of Tendering are those set out in NZS 3910:2003 Clause numbers refer to Conditions of Tendering clauses 102.2 (a) A Tender Documents deposit is not required 103.1 (b) No appointment need be made to view the Site. 105.1 Tenders shall close at: The Tenders Box Queenstown Lakes District Council 10 Gorge Road Queenstown at 12noon on 16 th February 2016. The tender submission must be submitted in three envelopes as follows: a) Envelope 1: Proposal Excluding Price b) Envelope 2: Price c) Envelope 3: Tender Submission. Envelopes 1 and 2 must be marked on the outside of the envelope with the tenderer s name and: i.) ii.) Tender for Contract No. C-16-020 Gorge Road Rehabilitation 2015-16 Envelope 1: Proposal Excluding Price. Tender for Contract No. C-16-020 Gorge Road Rehabilitation 2015-16 Envelope 2: Price Envelopes 1 and 2 must be submitted together in a third envelope (Envelope 3) and addressed to: The Tenders Box Queenstown Lakes District Council 10 Gorge Road Queenstown Envelope 3 must be marked on the outside Tender for Contract No. C-16-020 Gorge Road Rehabilitation 2015/16. 105.1 (b) Fax tenders or tenders submitted via electronic means (including email) will not be acceptable. 105.3 (b) No percentage for On-Site Overheads shall be nominated in the tender. 105.3 (d) No percentage for Off-Site Overheads and Profit shall be nominated in the tender. 105.3 (f) No rate per Working Day in compensation for time related Cost and Profit incurred in relation to an extension of time shall be nominated in the tender. 105.3 (g) Supplementary information required to be submitted with the tender is: Status: For Tender Page IFT 11 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 3 Schedule to Conditions of Tendering Envelope No. 1: Proposal Excluding Price shall include: Item Description of Documents or Information Reference Page Limit A Tenderer s Non-price Attributes IFT Section 4 <<15>> Tenderers must provide 3 identical copies of their non-price attribute submission. One copy must be marked original and the others marked copy. The non-price attribute submission must be on single sided A4 or A3 size pages of ordinary type (12 point Times Roman or similar typeface). A3 size paper shall be deemed to be two A4 pages, and shall be numbered accordingly. Pages in excess of the stated page limits, excluding the additional pages, will not be considered in the evaluation of tenders. The page limit includes all subcontractor attribute information. Additional pages may be included as follows: Title Page (one page) Covering Letter (one page but will not be considered as part of tender evaluation) Index (one page) CVs (two pages for each person nominated in the tender) Quality Assurance Certification (one page) Proposed contract programme confirming working period and Completion Date within Contract Period (one page) Tenderers Safety Checklist (one page) B Tender Information Schedule IFT Section 7 Unlimited C Tender Tag and Clarification Statement (Tags and/or clarifications included in Envelope 2 will not be considered) Envelope No 2: Price shall include: IFT Section 1 Unlimited Item Description of Documents or Information IFT Reference Page Limit E Completed and signed Tender Form Page TF 1 1 F Completed Schedule of Prices including electronic copy of completed schedule on CD (where requested). N/A Unlimited 105.3 (h) For an Alternative Tender the Tenderer shall return with their tender all items as described in the table in 105.3 (g) and additionally: Envelope No. 1: Proposal Excluding Price shall include: Item Description of Documents or Information Reference Page Limit G Alternative Tender Statement IFT Section 5.2.3 Unlimited H Alternative Tenders - Design Certificate (if appropriate) IFT Section 6 Unlimited Envelope No 2: Price shall include: Item Description of Documents or Information IFT Reference Page Limit I Completed and signed Tender Form(s) Page TF 1 Unlimited J Completed Schedule of Prices for each Alternative Tender IFT Section 5.2.10 Unlimited Status: For Tender Page IFT 12 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 4 Non Price Attributes 105 Non-price Attributes 4.1 Attribute Submission and Weighting 4.1.1 The Tenderer shall provide information on the Non-price Attributes listed below. 4.1.2 The Tenderer shall provide sufficient relevant information for each attribute for the contractor and proposed key subcontractors, to allow the Tender Evaluation Team (TET) to mark the attribute as provided for in the table below. Attribute Overall Attribute Weighting % Relevant Experience 5% Track Record 5% Relevant Skills 10% Methodology 10% Price 70 % 4.2 Tenderer and Tenderer s Subcontractor Information 4.2.1 The submission for each attribute shall clearly distinguish the attributes of the tenderer and the tenderer s subcontractor(s). 4.2.2 The submission for each attribute shall clearly distinguish the attributes of the tenderer and the tenderer s key subcontractor(s). 4.2.3 The Methodology shall clearly define the role of each key subcontractor and the role of the main contractor for each key part of the Contract Works. The key parts of the Contract Works are: a) Safety Management; b) Traffic Management; c) Environmental Management; d) Earthworks; e) Drainage f) Concrete Dish Channel; g) Retaining Walls; h) Road Pavements; i) Foam Bitumen Stabilisation; j) Seal coat construction. 4.2.4 For the purposes of this contract, key subcontractors are defined as subcontractors proposed to undertake greater than 5% of the works (by value). 4.3 Relevant Experience 4.3.1 Tenderers must provide details for a total of five projects that demonstrate the suitability of their experience and that of their subcontractors to complete the Contract Works. 4.3.2 At least five of the projects must be the same as submitted for Track Record. Status: For Tender Page IFT 13 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 4 Non Price Attributes 4.3.3 Should the Tenderer nominate less than the required number of projects this will be taken as a deficiency in the attributes for Relevant Experience and Track Record, and will be scored accordingly. Where more than the required number of projects are submitted, only the first nominated projects for Relevant Experience and Track Record will be considered. 4.3.4 Tenderers shall provide the following details for each project nominated for Relevant Experience: a) Project name, location, contract value and when the project was completed. b) The Engineer s name, company and contact telephone number(s). 4.3.5 For each factor the Tenderer must provide detail of the percentage of work carried out by their own directly employed labour and resources, and the percentage undertaken by subcontract. 4.3.6 Tenderers shall provide the following details for each factor nominated for Relevant Experience. A separate table must be included for each factor: Relevance: Provide details of your relevant experience for the following factors on your nominated projects. Provide a description of the work carried out and its relevance to this tender Earthworks Foam Bitumen Stabilisation Pavement and Surfacing Currency: Traffic & Safety Management Pavement Drainage Improvements Retaining Wall Construction For each factor, provide detail of when the work was carried out, or the % completed so far if still under construction. Scale: For each factor, provide detail of the value of the work carried out, or the value of work completed so far if still under construction. 4.4 Track Record 4.4.1 Tenderers must provide details for a total of five projects under construction or completed, that demonstrate their Track Record. Tenderers must provide the same information for their key subcontractors detailing successfully completed projects of a similar nature. 4.4.2 At least two of the five projects must be the same as submitted for Relevant Experience. 4.4.3 Tenderers shall provide the following details for each project nominated for Track Record (any information provided for Relevant Experience does not have to be duplicated for Track Record): Status: For Tender Page IFT 14 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 4 Non Price Attributes a) Project name, location, contract value and when the project was completed; b) Name, company and contact telephone number(s) of the Engineer or another person from the Client s organisation or Client s Agent to act as a referee. The nominated person must have been directly responsible for supervising or overseeing the nominated Projects; c) Whether the project was completed to the specified quality standards; d) Ability to meet programme state original and actual dates for completion and reasons for early/late completion; e) Financial state tender price and final contract price and reasons for any differences. 4.4.4 Identify which of your nominated project were joint ventures. Identify the JV partner(s) and the proportion and nature of the work undertaken by the Tenderer s company. Identify which major portions of the work (i.e. greater than 10 percent of the contract value) were carried out by subcontractors. 4.5 Relevant Skills 4.5.1 The Tenderer must nominate the following personnel for each of the key positions identified on the Relevant Skills Tender Evaluation Marking Form and state (in no more than half a page per person) the key practical experience and qualifications and training of each. 4.5.2 The Tenderer must state the percentage of time and over what duration each of the above nominated persons will be allocated to the contract and whether they will be based on or off the Site. 4.5.3 Attach a curriculum vitae (CV) for each of the key positions identified on the Relevant Skills Tender Evaluation Marking Form (two pages per CV). The CVs need to demonstrate specific experience relevant to the position and should separately identify technical and managerial skills where relevant to the position. 4.6 Methodology 4.6.1 Tenderers must describe the methodology they will use to carry out the Contract Works on time and to the standards and requirements specified in the Contract Documents for those factors listed in the Methodology Tender Evaluation Marking Form. 4.6.2 The methodology should highlight any special features of the way the Tenderer intends to work and their management of quality. It should also highlight how the Tenderer will manage the perceived significant risks. 4.6.3 Provide an organisational structure for this contract showing how both internal and external staff relate. Also show which positions would have personnel dedicated on site, and which position will act as the Contractor s Representative (as NZS 3910: 2003). Within this structure describe the communication links between key parties (management team, site staff, subcontractors, Engineer, Principal etc), and indicate the proportion of time each person will be dedicated to this contract. 4.6.4 Tenderers shall describe the measures taken in their programming of the works to avoid sealing activity from 1 May and through the winter period, and to ensure the timely completion of the works. Tenderers shall describe how progress against programme will be monitored to ensure programme slippage is identified early, and how it might be mitigated. Status: For Tender Page IFT 15 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 4 Non Price Attributes Although the due date for completion has been set to allow ample time to complete the project, the Principal is looking for a Contractor who can complete the work efficiently and with minimal disruption to the public. Therefore, Tenderers who can demonstrate this in their programme will be scored accordingly for this attribute. 4.6.5 The Principal seeks a no surprises financial management and reporting strategy. The Tenderer s methodology shall describe how they would co-operate with The Principal to achieve this. In particular, Tenderers shall describe their proposed financial management and reporting methodology for this contract and their approach to minimising the risk to The Principal of additional costs, this being one of the Principal s key objectives. 4.6.6 In addition to submitting the completed Contractors Health and Safety Management Information form, give a statement of your policy on health and safety including the training and welfare of staff at construction sites and your method for controlling on-site safety performance. Status: For Tender Page IFT 16 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

5. Alt ern ative T end er s Instructions for Tendering 5 Alternative Tenders 5.1 Overview 5.1.1 An Alternative tender is a tender proposing alternative methods, forms or materials which might produce a different quality or durability, but not scope, from that specified in the Request for Tender (RFT). 5.1.2 Any Alternative Tender that does not conform to this definition shall be deemed to be nonconforming shall be excluded from further consideration. 5.1.4 Tenderers submitting an Alternative Tender are required to also submit a Non-Alternative Tender. 5.2 Submitting an Alternative Tender 5.2.1 Tenderers shall submit to the Principal s consultant details of their proposed Alternative Tender at the earliest opportunity, at least 5 working days prior to the close of tenders, otherwise the Alternative Tender may be deemed to be non-conforming and excluded from further consideration. The Principal s consultant will advise the tenderer if a meeting is required to discuss the Alternative, and arrange a suitable date with the tenderer. The objective of the individual meeting is to allow structured and meaningful discussions to take place. 5.2.2 The Tenderer shall submit with each Alternative Tender an Alternative Tender Statement. The Alternative Tender Statement shall include as a minimum the following information: Alternative Tender Statement - Alternative Tender No. # #.1 A general description of the nature of the proposed Alternative Tender and a detailed statement explaining in what respects it varies the requirements of the Tender Documents. #.2 A statement stating the commercial terms of the Alternative Tender where they vary from those prescribed in the tender document (for example a lump sum design and build offer). If the Alternative Tender can be considered in combination with other Alternative Tenders then this shall be explained. #.3 Dimensioned general arrangement and typical cross-sectional drawings that clearly demonstrate geometric limits, configuration and inter-relation of various components of the Alternative Tender. #.4 A statement explaining the adopted design: philosophies, criteria, standards, guidelines, manuals, specifications etc. used in the development of the alternative, highlighting and quantifying differences from the non-alternative design. This shall include an explanation of any deviation from these mandatory standards. #.5 A description of: a) the degree of design checking undertaken during the preparation of the tender; and b) design work including design checking remaining should the Alternative Tender be accepted. Status: For Tender Page IFT 17 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 5 Alternative Tenders #.6 A description of the on- and off-site supervision that shall be provided by design personnel in order to monitor the works and ensure construction in compliance with the design. #.7 A description of the expected long-term performance of the proposed alternative, including expected design life and details of any anticipated changes in operational or maintenance requirements, or other whole of life costs. #.8 Provide without disclosing any tender price information, details of any risk, benefits or costs to QLDC should it accept the Alternative Tender, and a statement explaining where responsibility lies for the various construction, commercial and professional risks. #.9 A separate programme clearly showing the relationship between any design and construction components of the Alternative Tender. The programme must clearly indicate the time allowed for obtaining designation, consents, outline plans and/or licences, and compliance checking of the submitted detailed designs and drawings by the Engineer. #.10 A statement explaining the Non-Price Attributes of any designer, design reviewer or other person or company involved in the preparation and implementation of the Alternative Tender. #.11 A full description of any consent or consultation arrangements either: existing that may be affected by the Alternative Tender; or that are required as a result of the Alternative Tender, together with a confirmation of the statements contained in clause 5.2.6. This description shall include an environmental assessment of the Alternative Tender. Written confirmation from all affected third parties that they have been consulted #.12 about the Alternative Tender proposal and that they do not object. #.13 An assessment of the effect on the utility diversions or relocation and where necessary a revised strategy for handling utilities. #.14 Detail any changes to the Tender Information Schedule or other information supplied with the Non-Alternative Tender that is varied as a result of the Alternative Tender. #.15 A list of any limitations, exclusions, qualifications or tags associated with the Alternative Tender proposal. #.16 Any other information that the tenderer believes is relevant to the acceptance and evaluation of the Alternative Tender. 5.2.3 The Alternative Tender Statement shall be presented in the sequence and format detailed in the above table. Where any of the requested information is not considered relevant to the Alternative Tender the tenderer shall note this in the Alternative Tender Statement. Attachments or supplementary information shall be cross-referenced. Status: For Tender Page IFT 18 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 5 Alternative Tenders 5.2.4 The Alternative Tender is to include sufficient information to allow the TET to evaluate it. If there is insufficient information to fully assess the Alternative Tender, the TET shall either exclude it from further consideration, or assign a value to be subtracted from the Alternative Tender Premium that accounts for the risk to the Principal in accepting the Alternative Tender. 5.2.5 The alternative must satisfy the standards and guidelines contained within QLDC/NZTA Standards, Criteria and Guidelines Manuals (including the Bridge Manual) and related industry best practice documents; 5.2.6 A Tenderer submitting an Alternative Tender that does not comply with the designation, resource consent(s) or licences obtained by the Principal, or that is not accompanied by an alternative designation, resource consent(s) or licences, must provide written confirmation in their submission that: a) They shall obtain, on behalf of the Principal, and at their expense all necessary modifications to the existing designations, outline plans, resource consents or licences, or additional designations, outline plans, resource consents or licences, for the Alternative Tender; and b) If after the contract is awarded the tenderer is unsuccessful in obtaining such Designations and/or resource consents or licences, they shall carry out the Contract Works according to their Non-Alternative Tender. This shall be carried out at whichever price and duration is the lesser between the Tenderer s Non-Alternative Tender and the Alternative Tender. 5.2.7 Alternative Tenders must include all associated fees and costs. Programme implications shall be allowed for in the Alternative Tender to ensure that the tendered price is certain. 5.2.8 The ramifications of any Road Safety Audits that are attributable to the Alternative Tender, including resulting costs, shall be entirely the responsibility of the Contractor. 5.2.9 The Tender Form shall include the price of each Alternative Tender, and the price of any combination of Alternative Tenders that may be considered. 5.2.10 The tenderer shall provide a separate priced Schedule of Prices for each Alternative Tender. Each schedule of prices shall clearly state which Alternative Tender it relates to. If the TET is unable to relate an Alternative Tender to a Schedule of Prices, the Alternative Tender will be excluded from further consideration. Where necessary the tenderer shall amend the Schedule of Prices in order to suit the Alternative Tender proposal. All amendments to the Schedule of Prices shall be clearly marked on the original Schedule of Prices. Where a combination of Alternative Tenders is offered the tenderer shall provide an explanation of how the price for this combination, as tendered on the Tender Form, was derived. 5.3 Review of Alternative Tenders 5.3.1 The TET shall review all Alternative Tenders. The review shall not be a detailed check and any acceptance of an Alternative Tender shall not be deemed as approval of its compliance with the contract documentation. 5.3.2 The TET shall be the sole judge as to the acceptability of an Alternative Tender. Status: For Tender Page IFT 19 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 5 Alternative Tenders 5.4 The Principal s Acceptance Of Alternative Tenders 5.4.1 Where the Principal accepts an Alternative Tender, the Contractor shall, in addition to their normal construction responsibilities provide the following for all works associated with the Alternative Tender: a) Monitoring and testing during construction by representatives of the Contractor s Designer; b) Preparation of as-built plans; c) Producer statements and/or other certification as to the adequacy of the design as outlined in the Project Specification; d) Provide completed inventory update forms. 5.4.2 The Contractor shall provide professional indemnity insurance for liability for the alternative design. The cover shall be for $500,000. The Contractor shall maintain the professional indemnity insurance up to the issue of the Defects Liability Certificate for the Contract Works and for a further six years. The cover must meet the general requirements of clause 8.4 of NZS 3910:2003. 5.5 Alternative Tender Design and Check Certificates 5.5.1 Tenderers submitting an Alternative Tender shall provide with their tender, copies of the completed Alternative Proposed Design Certificates (see section 6 of this IFT). These certificates shall be signed by the Tenderer and the Designer. 5.5.2 Design check certificates (IFT section 6.2) shall only be required of the successful Tenderer. For the tendering process, Tenderers shall nominate their proposed checking company, but the checks may be carried out by a separate office of the consultant nominated as the design consultant in section 6.1 of this IFT. Status: For Tender Page IFT 20 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

6. Alt ern ative T end er s D esign C ertificates 6 Alternative Tenders - Design Certificates Instructions for Tendering 6.1 DESIGN CERTIFICATE SECTION 1 - To be completed by the Tenderer We hereby certify that we have employed the firm named in Section 2 below as Designer for the alternative design proposal contained in our Alternative Tender and as described below. We further certify that we shall appoint the said firm to act as Designer under the contract. Description of the parts of the Contract Works covered by the alternative design proposal: Name of Tenderer: Address: Signed: Name (Printed) Date: SECTION 2 - To be completed by the Designer We hereby confirm that we have been employed by the Tenderer named at Section 1 above as Designer. We also confirm that we have carried out sufficient work on the Tenderer's Alternative Tender to satisfy ourselves that the alternative design proposal represents a reasonable response to the requirements of the contract and is capable of being developed in detail. Name of Firm: Address: Signed: Name (Printed) Date: Status: For Tender Page IFT 21 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

6 Alternative Tenders - Design Certificates 6.2 DESIGN CHECK CERTIFICATE SECTION 1 - To be completed by the Tenderer Instructions for Tendering We hereby certify that we have employed the firm named in Section 2 below as Checker for the alternative design proposal contained in our Alternative Tender and as described below. We further certify that we shall appoint this firm to act as Checker under the Contract. Description of the parts of the Contract Works covered by the alternative design proposal: Name of Tenderer: Address: Signed: Name (Printed) Date: SECTION 2 - To be completed by the Checker We hereby confirm that we have been employed by the Tenderer named in Section 1 above as Checker. We also confirm that we have carried out sufficient work on checking of the Tenderer's Alternative Tender to satisfy ourselves that the alternative design proposal represents a reasonable response to meet the requirements of the contract and is capable of being developed in detail. Name of Firm: Address: Signed: Name (Printed) Date: Status: For Tender Page IFT 22 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

7. Tend er Information Schedu le Instructions for Tendering 7 Tender Information Schedule 7.1 General 7.1.1 Tenderers shall complete the following Tender Information Schedule and Include in Envelope No. 1. 7.2 Proposed Subcontractors 7.2.1 The Tenderer must complete the following table about their proposed subcontractors. Proposed Subcontractor Type and Extent of Works to be Completed 7.3 Acknowledgement of Notices to Tenderers 7.3.1 The Tenderer must circle the number of each Notice to Tenderers received during the tender period. NTT Numbers 1 2 3 4 5 6 7 8 9 10 7.3.2 The Tenderer must allow for the impact of changes resulting from the notices in their tender. 7.4 Proposed Construction Programme 7.4.1 The Tenderer shall attach an Outline Construction Programme in Gantt chart form identifying and sequencing all the key parts of the Contract Works. The programme shall be based on the contract period, showing and linking the relevant construction tasks, the critical path, and any activities that require additional information or decisions from the Engineer. The programme shall contain sufficient information to provide the Principal with confidence and reliability that the tenderer has a good understanding of the project requirements. 7.5 Address for Service of Notices 7.5.1 Address for Service of Notices to Contractor if different from Form of Tender. 7.6 Name(s) of Insurance Company 7.6.1 The name(s) of insurance company providing Contractor s All Risk and Public Liability Insurance and any other Contractor s Insurance required by the Contract. Status: For Tender Page IFT 23 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 7 Tender Information Schedule 7.7 Name of Proposed Surety 7.7.1 The Surety shall not be a shareholder in the Contracting Company. 7.8 Name of Tenderer s Banker 7.9 Will a Bond in Lieu of Retentions be Requested? Yes / No 7.10 Location of Proposed Dump Sites... 7.11 Resource Consent(s) 7.11.1 Are any additional resource consents required for the proposed construction methodology, including Alternative Tender(s)? (Attach if already granted.)... 7.12 Contractor s Occupational Health and Safety Management Information 7.12.1 The Contractor shall complete the Tenderer s Safety Checklist. A 1-2 page sample of evidence confirming procedures shall be deemed to be sufficient documentation. Status: For Tender Page IFT 24 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834

Instructions for Tendering 7 Tender Information Schedule Queenstown Lakes District Council Contract No. C-16-020 Gorge Road Rehabilitation 2015/16 Tenderer s Safety Checklist Contractor s Name: Address: Health and Safety/Training/Quality Assurance Procedures Do your Company Procedures include the following? Yes No a) Safe work practices and safety rules b) Safety supervision c) Emergency Procedures d) First aid procedures e) Accident incident reporting f) Accident incident investigation g) New employee induction h) Hazard identification i) Training standards j) Description of your company s Health and Safety Practice performance measurement processes Documentation provided to substantiate above Status: For Tender Page IFT 25 Date: 26 th January 2016 C-16-020 Gorge Road Rehabilitation 2015-16 Our Reference: 152834