Simple keyword search and advanced search
close
or

Newcomen Street Retaining Wall Remediation - 1000235

RFT ID 1000235
RFT Type Selective Tenders
Published 22-Jan-2010
Closes 29-Apr-2010 9:30am
Category Civil engineering
Agency NSW Public Works


Contact Person
Peter Davis
Phone: 02 4908 4963
Mobile: 0413 870 185
peter.davis@services.nsw.gov.au

Tender Details

The items of work required under this contract include, but are not limited to, the following:

a) Site establishment, including site compound and temporary construction perimeter site fencing,

b) Survey and set out the works,

c) Installation of environmental protection measures,

d) Consideration and allowance for surface water and stormwater flows through the site during construction must be considered and managed,

e) Design and installation of a propping / scaffolding system to completethe works,

f) Removal and storage of existing temporary propping system,

g) Protection of paving units between retaining wall and hospital buildings,

h) Demolition of a portion of the existing brick fence as shown on the drawings,

i) Design and construct a jet grouting system behind the retaining wall in Newcomen Street,

j) Earthworks necessary for construction of jet grouting and retaining wall remediation, including management of contaminated material,

k) Supply and place anchor bolts including wale beams, plates etc as per drawings,

l) Remove fill between boundary wall and retaining wall and replace with no fines concrete,

m) Demolish parts of retaining wall system as shown on drawings,

n) Excavation for sections of new retaining wall,

o) Construction of new retaining wall sections including footings, walls, face brickwork, render

p) Re-pointing of sandstone blockwork and brickwork, and render with ‘blocking lines’ as shown on the drawings,

q) Construct new road pavement including stone kerb, concrete gutter, islands, base, subbase, asphalt, bollards, linemarking etc as per drawings,

r) Construction of new concrete footpath,

s) Removal, storage and re-instatement of 7 date palm trees including provision of a new computer controlled watering system connected into the James Fletcher Hospital water service,

t) Provision of an extension to the temporary water supply within James Fletcher hospital to maintain supply to the services building during the construction period,

u) Removal of existing water and fire services pipes, fittings & supports off back of retaining wall, once temporary supply has been installed, to facilitate works,

v) Re-instatement of water and fire service, at completion of wall anchoring, with new sections of pipeline to match existing water service and fire service pipelines, including any design necessary, along the back of the retaining wall including connection to mains, supply & install hydrants, associated fittings, re-connection of existing services and connection brackets to affix to the wall,

w) Supply and install a temporary electrical supply to Laundry/Services building within James Fletcher hospital for the duration of the construction period,

x) Disconnection and removal of existing electrical cables and cable tray off the rear of the retaining wall, once temporary supply has been installed, including disposal,

y) Supply and install new permanent power supply cable, switchboard and associated equipment including all connections and commissioning,

z) Temporary relocation of underground services, as required, to facilitate the works as per the requirements of Clause 5.4 of Preliminaries,

aa) Repair to external and internal walls of the Services buildings and Boronia House building, within the grounds of James Fletcher Hospital, where existing temporary props were installed to support the wall, to a condition matching the existing surrounding walls,

bb) Disestablishment and clean up the site and make good all disturbed areas and property leaving the site in a clean and tidy condition,

cc) Provide Work-as-Executed drawings. The drawings are to be of the same standard as those supplied by the Principal,

dd) Coordination with service authorities regarding any works necessary to existing services. 

The works comprise all work shown on the drawings and included in the specification.

Location

NSW Regions: Hunter

Estimated Value

From $1,000,001.00 to $10,000,000.00

RFT Type

Selective Tenders - An invitation to tender that is made to a limited number of tenderers, from a Pre-qualified Panel. Tenderers are pre-qualified, for an ongoing program of works or services, on a proven record of satisfactory performance in the category for which tenders are sought.

Tender Respondents

Business Name Trading Name Address
AJ Lucas Operations Pty Limited - Suite 204, 147 Gordon Street
Port Macquarie NSW 2444
AUSTRALIA
Haslin Constructions Pty Limited - 13 Herbert Street
Belmont NSW 2280
AUSTRALIA
Reed Constructions Australia Pty Limited - Level 3, 41 McLaren Street
North Sydney NSW 2060
AUSTRALIA
Ward Civil & Environmental Engineering Pty Ltd - Suite 2,Level 4, 65 Epping Road
North Ryde NSW 2113
AUSTRALIA

Additional Details / Instructions

Tenders are invited from those companies prequalified in Hunter-New England Region for Civil Works between the amounts of $1,000,001 and $10,000,000.      

  • Haslin Constructions Pty Ltd, Belmont
  • Reed Constructions Australia Pty Ltd, North Sydney 
  • Ward Civil & Environmental Engineering Pty Ltd, North Ryde 
  • AJ Lucas Group Limited, Ryde  

Tender responses from the above prequalified tendering companies ONLY will be accepted.

OBTAINING THE RFT:

SOFTCOPY DOCUMENT

A soft copy of the RFT can be obtained from this Web Site. To download, click on the blue DOWNLOAD SOFTCOPY button at the bottom of this advertisement and follow the on screen instructions. 

EXHIBITED HARDCOPY

An exhibited hardcopy of this RFT is available for public viewing at the NSW Public Works, Level 2, 117 Bull Street NEWCASTLE WEST NSW 2302, during normal business hours. 

SUBMITTING YOUR RESPONSE - ELECTRONIC LODGMENT

When you have completed your response, you can lodge it electronically via this website. You must be a registered user in order to submit a response. Click on the LODGE A RESPONSE link at the bottom of this page and follow the on-screen instructions.

To be able to open and read/view the downloaded files for this RFT you may require certain software to be installed on your PC:

  • Adobe Acrobat Reader 8.0 (or more recent) - Please click http://www.adobe.com  to be taken to a free download site.
  • WinZip 10.0 (or more recent) or equivalent - Please click http://www.winzip.com  to be taken to a free evaluation download site now.
  • Microsoft Word 2003 (or more recent) or equivalent.
  • Microsoft Excel 2003 (or more recent) or equivalent.

OTHER REQUIREMENTS:

  • An Internet connection to lodge completed responses.
  • This web site has been optimised for the Microsoft Internet Explorer web browser.

The minimum requirements are as follows - IE version 6.0 or later with Cipher Strength = 128bit.

COOKIES

  • Your web browser MUST be set to accept cookies.
  • You will not be able to Register or access the documents if cookies are not allowed.

The tenderer is responsible for the provision and installation of the necessary software.

Address for Lodgement

Street Address: Level 2, 117 Bull Street, Newcastle West (mail sent to this address will be returned by Australia Post as being undeliverable) Postal Address: PO Box 2297, Dangar NSW 2309 Fax: (02) 4908 4879