Vous êtes sur la page 1sur 37

Project Name:

Trade Package Name:

JP9000 PHASE 7 HELICOPTER AIRCREW


TRAINING SYSTEM HATS (J0028)

Main Civil Works

Project Number:
252091

Trade Package Number:


40031.02

TC1532 06-07-2015 Received

Annexure 4 - Scope of Work

Current Issue
Date Of Issue

Section(s)

Version/Revision

Description

Prepared By

Approved By

17/06/2015

All

v08r01

For Tender

BOC

BO

Version/Revision

Description

Prepared By

Approved By

Superseded Issues
Date Of Issue

Section(s)

Project Information
Project Number

252091

Project Name

JP9000 PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM HATS


(J0028)
HMAS ALBATROSS Albatross Road, Parma, NSW, 2540
JERVIS BAY AIRFIELD Jervis Bay Road, Jervis Bay, NSW, 2540

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 2 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

Project Addresses

Table of Contents
PROJECT PARTICULARS ................................................................................................................................. 5
1.1
1.2

PROJECT DESCRIPTION .................................................................................................................................... 5


PROJECT STAGES AND ELEMENTS .................................................................................................................... 5

1.2.1

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

1.2.2

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

1.2.3

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

1.2.4

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

1.3
1.4

PROJECT LOCATION .......................................................................................................................................... 5


HATS TRAINING FACILITIES AT HMAS ALBATROSS.......................................................................................... 7

1.4.1

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

1.4.2

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

1.4.3

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

1.5

HATS TRAINING FACILITIES AT JERVIS BAY AIRFIELD....................................................................................... 8

1.5.1

1.6

BASE ACCESS (HMAS ALBATROSS AND JERVIS BAY AIRFIELD) ....................................................................... 9

1.6.1

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


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

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


2.1
2.2

GENERAL ........................................................................................................................................................ 11
MAIN CIVIL WORKS ALL SITES ..................................................................................................................... 11

2.2.1

2.3

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

SYNTHETIC TRAINING FACILITY (STF) ............................................................................................................ 15

2.3.1

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

2.3.2

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

2.4

LIVE TRAINING FACILITY ASSET 402 (LTF) ................................................................................................... 20

2.4.1

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

2.4.2

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

2.5

LIVING IN ACCOMMODATION (LIA)................................................................................................................... 26

2.5.1

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

2.5.2

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

2.6

JERVIS BAY AIRFIELD (JBAF) ......................................................................................................................... 30

2.6.1

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

2.6.2

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

2.7

GENERAL INCLUSIONS .................................................................................................................................... 33

2.7.1

Safety.....................................................................................................................................................33

2.7.2

Quality ....................................................................................................................................................33

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 3 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

Programme.............................................................................................................................................33

2.7.4

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

2.7.5

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

2.7.6

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

2.7.7

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

2.7.8

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

2.7.9

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

2.7.10

Authorities ..............................................................................................................................................35

2.7.11

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

2.7.12

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

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


3.1
3.2
3.3
3.4

SCHEDULE OF SPECIFICATIONS ...................................................................................................................... 37


SCHEDULE OF DRAWINGS ............................................................................................................................... 37
SCHEDULE OF PROJECT PLANS ...................................................................................................................... 37
DETAILED DELIVERY PROGRAMME.................................................................................................................. 37

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 4 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.7.3

Project Particulars

1.1

Project Description

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

1.2

Project Stages and Elements

The Project is to be delivered in Four Stages. The Stages are further detailed in 1.4 HATS Training Facilities at
HMAS Albatross and 1.5 HATS Training Facilities at Jervis Bay Airfield below. The Summary of the Stages is as
follows;
1.2.1

Stage 1

Synthetic Training Facility. (STF) A new purpose built, non-airside training facility to support full flight simulators.
1.2.2

Stage 2

Live Training Facility. (LTF) A complete external and internal refurbishment of the existing airside Asset 402 (K
hangar), New Apron Pavement and associated services infrastructure.
1.2.3

Stage 3

Live In Accommodation. (LIA). A new facility to provide accommodation, amenities and parking for 96 students.
1.2.4

Stage 4

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

1.3

Project Location

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 5 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

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

Figure 2.

Figure 2:HMAS Albatross Site Plan

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 6 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

Figure 1.

1.4

HATS Training Facilities at HMAS Albatross

1.4.1

Stage 1 - Synthetic Training Facility (STF)

The proposed Synthetic Training Facility will be a new build construction that includes:
office space for unit executives, instructors, administrative support staff, operations cell, training
development staff, contractor support staff, maintenance, technician and software support staff, and
Logistic Management Unit staff;
simulator hall to house three full flight simulators (with capacity for installation of an additional simulator in
the future);
one marshalling synthetic trainer,
one aircraft replica trainer,
two desktop trainers, and
two tactical part task trainers;
main briefing room;
meeting rooms;
briefing / de-brief rooms;
flight planning room;
study area,
library,
student crew rooms;
instructor crew rooms;
workshops and store for maintenance of flight simulators and training devices; and

Level

Area (m2)

FFL

Ground

4,241 (GF Slab)

111.000

2,969 (L1 Slab Area)

115.100

2 (Plant)

2,570 (L2 Slab Area)

119.200

GFA Total

9,733 m2

Figure 3.

1.4.2

STF Key Dimensions Summary Table

Stage 2 - Asset 402 Live Training Facility (LTF)

Defence proposes to adaptively re-use the airside Asset 402 (Hangar K) to accommodate a Live Training Facility
and provide;
sufficient hangar space to accommodate 15 Airbus EC135 helicopters out of the weather,
maintenance facilities to enable operational maintenance on the helicopters,
Annexure 4 - Scope of Work
Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 7 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

staff amenities.

off-aircraft maintenance workshops,


tool and spare parts stores,
office space for maintenance staff,
aircrew life support equipment workshops and storage,
a Flight Line office to manage flying operations,
office space for Instructor Training Wing,
three classrooms for Instructor Training Wing, and
staff amenities.
A flight-line Apron with integrated services to support training activities.
Level

Area (m2)

FFL

Ground Floor Office

915 (approx)

109.700

First Floor Office

915 (approx)

113.592

Lobby (GF and L1)

280 (approx)

Ground Floor Hangar

6,065 (approx)

GFA Total

8,175 m2

Figure 4.

1.4.3

109.700

LTF Key Dimensions Summary Table

Stage 3 - Living-In Accommodation (LIA)

accommodation for 96 students (Training Level 1 accommodation standard based on up to six


months course duration);

associated amenities; and

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

Level

Area (m2)

FFL

Ground Floor/Building

689

124.900

First Floor/Building

627 (approx)

118.100

Second Floor/Building

627 (approx)

131.300

GFA Total/Building

1,882

Figure 5.

1.5
1.5.1

LIA Key Dimensions Summary Table

HATS Training Facilities at Jervis Bay Airfield


Stage 4 - Jervis Bay Airfield (JBAF)

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 8 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

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

1.6

briefing/communication rooms to accommodate up to 12 personnel;

helicopter operations area;

amenities to accommodate HATS and other site users, including the Armys Parachute Training
School;

crew room;

works to existing apron/flight-line; and

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

Base Access (HMAS Albatross and Jervis Bay Airfield)

1.6.1

Defence Common Access Card (DCAC)

The Tenderer shall be aware that there is no unauthorised access to HMAS Albatross or Jervis Bay Air Field. A
Defence Common Access Card (DCAC) is required for unescorted access rights into these areas. The Tenderer
shall provide a single point of contact that shall be responsible for all security related matters for the project.
The Tenderer shall note that there are generally two types of passes that will be issued by Defence for the
project. These passes may be Red Series passes and will be categorised into either Contractor/PSP or
Uncleared.
1.6.1.1

Contractor/PSP (Red Series)

The Contractor/PSP Pass provides the holder with Escort rights within the Base and requires that an application
is made to Australian Government Security Vetting Agency for a Baseline Level Clearance. Any costs of
obtaining a Security Clearance are the responsibility of the Tenderer. Security Clearances are obtained through
the Australian Government Security Vetting Agency (AGSVA).
Tenderers may refer to http://www.defence.gov.au/agsva/ for further detail. It is noted that the target timeframe
for AGSVA to Approve a baseline clearance is one month.
Tenderers shall be advised that it is their responsibility to obtain the necessary clearances to facilitate escort
privileges as Lendlease shall not escort any representative of the Tenderer following Contract Award.
1.6.1.2

Uncleared (Red Series)

Workers and Regular Delivery Drivers


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

1. Subcontract Award
2. Subcontractor completes DCAC Application Form and HMAS Albatross Electronic Base Induction and
issues to LLB.
3. LLB issues DCAC Applications to Defence Sponsor for signoff (sent via email).
4. Defence Sponsor endorses and forwards to base pass office and issues a copy to LLB within 5
business days.
Annexure 4 - Scope of Work
Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 9 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

5. LLB advises Subcontractor of DCAC Application outcome. Subcontractor is responsible for booking in
at the base pass office to receive their DCAC.
6. Subcontractor to complete LLB Site Inductions at Off Base Processing Area (OBPA) to gain access to
the Sites.
7. Subcontractor attends base pass office and receives DCAC.
8. Subcontractor can access the base and site.
Subcontractors must ensure that no vehicles associated with this Project are to approach the gates of the Base
perimeters (HMAS Albatross or Jervis Bay Airfield) without prior approval.
Irregular Deliveries
The requirement for irregular deliveries (and their drivers) to access the base is acknowledged. The following
process outlines the process for irregular delivery drivers to access the base without a red pass. Note, this
process is to be used as an exception for irregular delivery drivers only. All individuals doing work on site must
obtain a red pass.
1. Subbies to advise Off Base Processing Officer (OBPO) of expected deliveries for the upcoming week by noon
on Friday.
2. Off Base Processing Officer to issue list of Subcontractors expecting deliveries to MC Rep for issue to
Defence by COB Friday.
3. Delivery arrives at OBPA for STF/LTF deliveries or Gate 1 for LIA deliveries. OBPO (or in case of LIA the
Gate 1 Guard) confirms delivery on pre-approved list. Subcontractor must provide nominated escort* to escort
delivery in and out of site. Escort to attend OBPA, OBPO (or LIA guard) issues LLB Vehicle entry permit to
delivery driver.
4. Delivery driver and escort drive onto HMAS Albatross front gate. Escort shows base pass, delivery driver
shows LLB delivery pass to guard to verify delivery is approved.
5. Delivery driver delivers materials to site. Delivery driver must remain in the immediate vicinity of their delivery
and under full time supervision of escort until they leave the base. The Subcontractor escort will be required to
collect the delivery pass and issue back to the OBPO/LIA Guard.

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 10 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

Scope of Works

2.1

General

This Scope of Works (Scope) describes in principal the trade works (Works) required to be undertaken as part
of the Main Civil Works Trade Package (Package). It is to be used as a guide for Tenderers in determining the
scope, extent, quality and specification of the works and will form part of the Contract. It is to be read in
conjunction with Annexure 5 Specifications, Drawings and Project Plans and together these documents form
the Works Description. Generally should any ambiguity or discrepancy appear between this Scope and any other
document, seek clarification. If the Tenderer remains in doubt the most onerous case applies.
The Works in this Scope comprises, but is not limited to, the provision of all, supervision, labour, materials,
transport, plant & equipment and consumables necessary to complete the Main Civil Works Package at JP9000
PHASE 7 HELICOPTER AIRCREW TRAINING SYSTEM HATS (J0028) and related items as indicated on the
drawings and in accordance with the specifications and subcontract conditions.
The following Clauses shall be read in conjunction with the drawings and specifications and other relevant
documents to ascertain the total works as listed in Annexure 5 Specifications, Drawings and Project Plans. It is
noted that all works not specifically mentioned hereunder, or shown on the listed drawings, but that are
necessary for the complete and proper execution of the Works as a competent Tenderer shall be deemed
included in the Tenderers agreed Scope of Works.
The Tenderer is deemed to:
a) Have examined the tender documents, the Site and its surroundings, and any other information made
available in writing by Lendlease to the Tenderer for the purposes of tendering.
b) Have examined all information relevant to the risk, contingencies and other circumstances having an
effect on its tender and which is obtainable by making reasonable enquiries.
c) Have satisfied itself as to the correctness and sufficiency of its tender and that its offer covers the cost
of complying with all the requirements of the tender documents and of all matters and things necessary
for the due and proper performance and completion of the Work described in the tender documents.
The Tenderer must comply with the provisions of the relevant specifications, standards, guides, statutory
regulations and codes of practice for the aspects of the trade works being undertaken.

2.2

Main Civil Works All Sites

2.2.1

Trade Specific Inclusions

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and the
documents referenced.
2.2.1.1

General Items

2.2.1.1.1

The Tenderer shall review the civil drawings mark up (STF Civil, LTF Civil, LIA Civil & JBAF
Civil) in Annexure 5 Specification, Drawings and Project Plans for scope inclusions and
exclusions.

2.2.1.1.2

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

2.2.1.1.3

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 11 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

removed or is damaged by the Tenderer, the Tenderer shall be responsible to make good within a
time frame nominated by Lendlease.
2.2.1.1.4

The Tenderer shall allow for all task specific hard segregation barriers and signage as outlined in
Lendleases Global Means & Methods (GMRs)

2.2.1.1.5

The Tenderer shall allow to give two weeks notice for any works that may potentially disrupt base
operations. However it should be noted that all stakeholder communication will be undertaken via
Lendlease.

2.2.1.1.6

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

2.2.1.1.7

The Tenderer shall allow for all material handling.

2.2.1.1.8

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

2.2.1.1.9

The Tenderer shall allow for prompt dewatering of the sites, including all labour and equipment,
taking over from the Early Civil Works subcontractor on each individual site and to accelerate return
to work after rain events. Refer to the construction programme attached for an indication of the time
frame for each site handover and note the actual date will be notified by Lendlease.

2.2.1.1.10 The Tenderer shall allow for the provision of a water cart and operator to site as required to control
dust on all sites, taking over from the Early Civil Works subcontractor on each individual site until
project completion.
2.2.1.1.11 The Tenderer shall allow for a street sweeper to maintain all surrounding roads a minimum of once
per week and on an as required basis as directed by Lendlease taking over from the early works
civil contractor until the completion of the project.
2.2.1.1.12 The Early Works Civil Subcontractor will create and maintain suitable crossovers for multiple heavy
vehicle movements at Gates 1, 2, 3, 4 and in three additional locations adjacent to bins on the STF
site, and Gates 7 and 8 on the LTF site. In addition, they will prepare and maintain similar
crossovers at the LTF site in five (5) locations for semi-trailer turning circles as directed by
Lendlease. These crossovers are to include a steel 60mm pipe for stormwater flow and bitumen
material to create the ramped crossovers. The Main Works Civil Tenderer shall allow take over
maintenance of these crossings on the departure of the Early Works Civil contractor and remove
when either permanent works are constructed or these items are no longer required.
Temporary Traffic Management Plans (TTMP)

2.2.1.2.1

The Tenderer shall allow for all traffic/pedestrian management required to complete their works
including, but not limited to, preparation and implementation, duties of traffic management plans.
This is to include the provision of suitably qualified persons for traffic control.

2.2.1.2.2

Please note the Early Works Civil Subcontractor will provide a suitably qualified and competent
person to develop, install and maintain (including all signage, authority fees and approvals), project
TTMPs including but not limited to:
o

Coordination of the TTMPs being planned and implemented by the HMAS Albatross
Redevelopment Works.

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 12 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.2.1.2

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

Local TTMPs development within HMAS Albatross adjacent to STF /LIA and Apron
works.

A TTMP for JBAF at HMAS Creswell

2.2.1.2.3

The Main Works Civil Tenderer shall allow to take over the design and maintenance and signage of
the above mentioned TTMPs on the departure of the Early Works Civil contractor and their removal
at project completion.

2.2.1.2.4

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

2.2.1.2.5

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

2.2.1.3.1

The Demolition and Early Civil Works Subcontractor will allow to implement and maintain all
sediment and erosion controls as nominated by the sediment and erosion control plans including but
not limited to sediment control fences, temporary construction exits, sediment traps, diversion banks
and channels and the like. This will be across all sites on the project and maintenance of these
controls shall be taken over by the Main Civil Works Tenderer on the departure of the Early Civil
Works subcontractor and removed at the end of the project.

2.2.1.3.2

The Tenderer shall exclude sediment and erosion control measures for all newly installed pits only
as this will be done by others. Where modifications are undertaken to existing pits the Tenderer will
be responsible for the ongoing maintenance of these pits.

2.2.1.3.3

All maintenance and removal on project completion of sediment and erosion controls whether
installed by the Tenderer or others will be the responsibility of the Tenderer.

2.2.1.3.4

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

2.2.1.4

Foreign Object Debris (FOD)

2.2.1.4.1

HMAS Albatross is an operational airfield and it is imperative that FOD is controlled in an


appropriate manner.

2.2.1.4.2

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

2.2.1.4.3

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 13 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.2.1.3

Asbestos & Contaminated Material

2.2.1.5.1

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

2.2.1.5.2

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

2.2.1.5.3

The Tenderer shall allow for a Class A licenced Asbestos Removal Contractor to complete the soil
remediation works (if any) and provide copies of its own licences (or its proposed Subcontractors)
prior to commencement of the works

2.2.1.5.4

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

2.2.1.5.5

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

2.2.1.5.6

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

2.2.1.6

Geotechnical

2.2.1.6.1

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

2.2.1.6.2

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

2.2.1.7
2.2.1.7.1

Survey
The Tenderer shall allow for all survey and set out for the works. This includes but is not limited to
the provision and operation of all total/base stations, GPS antennas/ receivers for field surveyor and
GPS operated assisted machinery. Lendleases project surveyor will provide a recovery control point
for the Tenderers use at the commencement of the project.

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 14 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.2.1.5

2.3

Synthetic Training Facility (STF)

2.3.1

Trade Specific Inclusions

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

2.3.1.1.1

2.3.1.1.2
2.3.1.1.3

2.3.1.2

Tree Removal and/or Protection


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

Cutting down/pushing over the trees;

Complete removal of the tree stumps and roots;

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

Remediation and compaction of the ground and the addition of fill, as necessary to
remove any hazards, such as uneven ground and holes, created in the process of tree
removal.

The Tenderer shall ensure that any tree refuse is removed off site ASAP so as not to delay other
trades. If refuse is required to be stored onsite prior to its removal, it must be stored in a location
approved by Lendlease.
The Tenderer is to allow for all protection required to trees which are to remain as part of the final
works.
Redundant Services

2.3.1.2.1

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

2.3.1.2.2

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

2.3.1.3

Demolition

2.3.1.3.1

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

2.3.1.3.2

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

2.3.1.3.3

The Tenderer shall allow for the removal of all asphalt and underlying pavement layers to achieve
required bulk earthworks levels. If asbestos material is found onsite, the works are to undertaken on
a schedule of rates bases per tonne. The works shall be carried out by a Class A licenced Asbestos
Removal Contractor

2.3.1.3.4

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

2.3.1.3.5

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 15 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.3.1.1

Pavement Layers

2.3.1.4.1

The Early Works Civil Contractor will prepare the Perimeter Road and Simulator Driveways to
80mm above the top of sub-base and top of basecourse levels respectively. The Main Works Civil
Tenderer shall allow to remove the top 80mm sacrificial layer, re-proof roll and conform the
Perimeter Road to top of sub-base. On the Simulator Driveways, the Tenderer shall allow to
remove material down to subgrade, proof roll and supply, place and conform the basecourse in
accordance with the civil specification.

2.3.1.4.2

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

2.3.1.4.3

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

2.3.1.4.4

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

2.3.1.4.5

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

2.3.1.4.6

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

2.3.1.4.7

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

2.3.1.5

Heavy Duty Concrete Pavements Landside Pavements

2.3.1.5.1

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

2.3.1.5.2

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

2.3.1.5.3

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

2.3.1.5.4

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

2.3.1.5.5

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

2.3.1.5.6

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

2.3.1.5.7

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 16 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.3.1.4

2.3.1.5.8

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

2.3.1.5.9

The Tenderer shall allow for management of water run off due to curing operations. This shall
include temporary drainage to protect access ways, civil works and other subcontractor works.
Concrete Footpaths & Driveways

2.3.1.6.1

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

2.3.1.6.2

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

2.3.1.7

Asphaltic Concrete Pavements

2.3.1.7.1

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

2.3.1.7.2

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

2.3.1.7.3

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

2.3.1.7.4

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

2.3.1.8
2.3.1.8.1

2.3.1.9

Reconstruction of Road Pavement


The Tenderer shall allow for the removal and reinstatement of the road pavement as shown on the
Pavement Plan Sheet 1. Please note that the communications subcontractor will remove a
portion of this asphalt for a 600mm wide trench running north south. The Tenderer shall allow for the
removal of the asphalt of the remaining area and replacement of asphalt to the entire Reconstruct
Road Pavement including all necessary base course preparation and spray seal as per the
drawings and civil specification.
Bored Piers

2.3.1.9.1

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

2.3.1.9.2

The Tenderer shall allow to protect against Fall from Height for the bored pier excavation and
outline the methodology in tender submission. The Tenderer shall also allow for bar safety caps to
top of the reinforcement of the bored piers which are to be immediately placed on installation of the
reinforcement cage.

2.3.1.9.3

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

2.3.1.9.4

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 17 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.3.1.6

2.3.1.9.5

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

2.3.1.9.6

The Tenderer shall allow for 4No. 900mm diameter bored piers for the tower crane including supply
and placement of concrete and reinforcement and provision for all plant and equipment. The length
and reinforcement detail will be similar to the building piers. Allow to socket piers 500mm into highly
weathered sandstone with a minimum end bearing capacity of 4MPa ULT.

2.3.1.10 Detailed Excavation


2.3.1.10.1 The Tenderer shall allow for detailed earthwork excavation for the building footings, pads, drains,
ground slabs and the like.
2.3.1.10.2 The Tenderer shall allow for supply and install of 20mm blue crusher dust as per the structural
documentation.
2.3.1.10.3 The Tenderer shall allow to supply and place a 50mm concrete blinding to all detailed excavations
on the same day the footings are excavated.
2.3.1.10.4 The Tenderer shall allow for a final trim to all ground slabs prior to formwork and reinforcement
installation.
2.3.1.10.5 The Tenderer shall allow to excavate, blind and backfill the lift pit in accordance with the civil and
structural documentation. The Tenderer shall also allow to provide access (benching, steps and the
like) to the lift pit for other trades.
2.3.1.10.6 The Tenderer shall allow to supply and place cement stabilised backfill to the motion pads as per the
structural drawings. The Tenderer shall also allow for all backfill to stair cores, ground slab edge
beams and the like in accordance with the structural documentation.
2.3.1.10.7 The Tenderer shall also allow for detailed earthwork excavation for temporary propping footings for
precast panels. The Tenderer shall also allow for the removal of these footings below a level to
which it will not interfere with permanent works.
2.3.1.10.8 The Tenderer shall allow to regrade existing earthwork levels to new design levels as per the
documentation.
2.3.1.10.9 The Tenderer shall allow for all set out and survey for the detailed excavation and coordination with
Lendleases project surveyor.
2.3.1.11 Subsoils

2.3.1.12 Kerb & Gutter


2.3.1.12.1 The Tenderer shall allow for supply, placing, compaction and finishing of all materials for kerb, kerb
and gutter, dish drains, vehicular crossings and the like as shown on the drawings and in
accordance with the civil specification.
2.3.1.12.2 The Tenderer shall allow for manufacture, supply and placement of precast pit lintels incorporated in
the kerb, kerb and gutter and pavements. The Tenderer shall exclude the supply and install of pits
and grates as shown on the kerb inlet pit details on drawing 0026-0STF-CI-0603.
Annexure 4 - Scope of Work
Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 18 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

2.3.1.13 Miscellaneous Concrete Items and other


2.3.1.13.1 The Tender shall allow for supply, placing, compaction and finishing of all materials for concrete
pedestrian crossing in accordance with the civil specification. The Tenderer shall also allow to make
good the interface between the proposed concrete crossing and the existing adjacent flexible
pavement. The Tenderer shall allow for the supply and install of the grate detailed in the drawings
for the pedestrian crossing.
2.3.1.13.2 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for bin
shelter in accordance with the civil specification. This includes all supply and install of blockwork
reinforcement, core filling, concrete and detailed excavation as detailed in the drawings.
2.3.1.13.3 The Tenderer shall allow for the detailed excavation, supply, placing, compaction and finishing of all
materials for fire booster slabs in accordance with the documentation.
2.3.1.13.4 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for
Substation Kiosk Slabs in accordance with the documentation. This includes bored piers, detailed
excavation and supply and install of the precast end blocks for the substation slabs.
2.3.1.13.5 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for STF
external stairs and concrete upstand walls as per the documentation.
2.3.1.13.6 The Tenderer shall allow for the supply and install of bollards as per the drawings.
2.3.1.14 Landscaped Areas
2.3.1.14.1 The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level including
importation of fill if required.
2.3.1.15 Line Marking and Road Signage
2.3.1.15.1 The Tenderer shall allow for line marking both internal and external as per the civil and architectural
documentation. This is to include all surface preparation, priming and the like.
2.3.1.15.2 The Tenderer shall allow for road signage and guardrails as per the civil and architectural
documentation.

2.3.2

Trade Specific Exclusions

2.3.2.1

Exclusions

2.3.2.1.1

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

2.3.2.1.2

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

2.3.2.1.3

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

2.3.2.1.4

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 19 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

2.3.2.1.5

2.4

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

Live Training Facility Asset 402 (LTF)

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and the
documents referenced.
2.4.1

Trade Specific Inclusions

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

2.4.1.1.1

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

2.4.1.1.2

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

2.4.1.2

Redundant Services

2.4.1.2.1

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

2.4.1.2.2

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

2.4.1.3

Building Platform

2.4.1.3.1

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

2.4.1.3.2

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

2.4.1.4

Bored Piers

2.4.1.4.1

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

2.4.1.4.2

The Tenderer shall allow to protect against Fall from Height for the bored pier excavation and
outline the methodology in tender submission. The Tenderer shall also allow for bar safety caps to
top of the reinforcement of the bored piers which are to be immediately placed on installation of the
reinforcement cage.

2.4.1.4.3

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

2.4.1.4.4

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 20 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.4.1.1

2.4.1.5

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

2.4.1.5.1

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

2.4.1.5.2

The Tenderer shall allow for supply and install of 20mm blue crusher dust as per the structural
documentation.

2.4.1.5.3

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

2.4.1.5.4

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

2.4.1.5.5

The Tenderer shall also allow for detailed earthwork excavation for temporary propping footings for
precast panels. The Tenderer shall also allow for the removal of these footings below a level to
which it will not interfere with permanent works.

2.4.1.5.6

The Tenderer shall allow for all set out and survey for the detailed excavation and coordination with
Lendleases project surveyor.

2.4.1.6

Pavement Layers

2.4.1.6.1

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

2.4.1.6.2

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

2.4.1.6.3

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

2.4.1.6.4

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

2.4.1.6.5

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

2.4.1.6.6

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

2.4.1.7

Heavy Duty Concrete Pavements Landside Pavements

2.4.1.7.1

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

2.4.1.7.2

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 21 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.4.1.4.5

2.4.1.7.3

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

2.4.1.7.4

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

2.4.1.7.5

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

2.4.1.7.6

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

2.4.1.7.7

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

2.4.1.7.8

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

2.4.1.7.9

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

2.4.1.7.10 The Tenderer shall allow for the supply and install of a Semi- Rigid Epoxy Bitumen (SRE/B) to
concrete and flexible pavements interfaces in accordance with the documentation.
2.4.1.7.11 The Tenderer shall allow for management of water run off due to curing operations. This shall
include temporary drainage to protect access ways, civil works and other subcontractor works.
Flightline Apron Pavement (Concrete) Airside Pavements

2.4.1.8.1

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

2.4.1.8.2

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

2.4.1.8.3

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

2.4.1.8.4

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

2.4.1.8.5

The Tenderer shall allow for the treatment of dowels cut by the demolition works, be it by the
Tenderer or the Demolition and Early Civils works subcontractor, as per the detail on drawing 00260402-CI-0602. The Tenderer shall allow for all coring of existing slabs for the install of dowels,
drilling will not be permitted for the install of these dowels.

2.4.1.8.6

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 22 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.4.1.8

Tenderer shall allow for bitumen paint on these dowels and along construction joints as detailed on
the drawings.
2.4.1.8.7

The Tenderer shall allow for the supply and place of either a bitumen paint or 0.3mm plastic barrier
on top of the basecourse prior to the placement of concrete layer.

2.4.1.8.8

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

2.4.1.8.9

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

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


2.4.1.8.11 The Tenderer shall allow for all joints as shown on the drawings including but not limited to surveyed
set out, early cut and overcut of both the transverse and longitudinal joints and joint sealing all in
accordance with the civil specification.
2.4.1.8.12 The Tenderer shall allow for jointing between all pavement types placed by the Tenderer and other
interfaces including but not limited to concrete pavements to building slabs, concrete pavements to
asphalt pavements and the like. This includes but not limited to all isolation joints, construction joints
and expansion joints.
2.4.1.8.13 The Tenderer shall allow for all density and thickness testing as per the civil specification. This shall
include the coring and filling of all tests holes taken.
2.4.1.8.14 The Tenderer shall allow for a production and construction trial as per the civil specification.
2.4.1.8.15 The Tenderer shall allow to retexture apron pavement slabs following the demolition of the aircraft
shelter by the Demolition and Early Civil Works subcontractor. The Tenderer shall propose a method
on how they intend to achieve this in their tender submission.
2.4.1.8.16 The Tenderer shall allow to provide drain grooves in the slab at the fuel vent/ drain valves.
2.4.1.8.17 The Tenderer shall allow for management of water run off due to curing operations. This shall
include temporary drainage to protect access ways, civil works and other subcontractor works.
Concrete Footpaths

2.4.1.9.1

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

2.4.1.9.2

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

2.4.1.9.3

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

2.4.1.10 Stormwater
2.4.1.10.1 The Tenderer shall allow for all stormwater infrastructure including connections to building
downpipes, pit and pipe, grates, junctions for branches off main lines, connections to existing
stormwater infrastructure, reconstruct existing pit/lids/covers to suit new levels, security grate and
the like to complete the works.
Annexure 4 - Scope of Work
Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 23 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.4.1.9

2.4.1.10.2 The Tenderer shall allow to supply and install the Aircraft Wash Bay pit as per the documentation
but note the pumps and valves for the wash bay do not form part of this scope. Coordination with the
Hydraulics subcontractor shall be allowed for.
2.4.1.11 Kerb & Gutter
2.4.1.11.1 The Tenderer shall allow for supply, placing, compaction and finishing of all materials for kerb, kerb
and gutter, dish drains, vehicular crossings and the like as shown on the drawings and in
accordance with the civil specification.
2.4.1.12 Subsoils
2.4.1.12.1 The Tenderer shall allow supply and install of all materials for subsoils behind kerbs and under
pavements excluding from their scope three (3) meter subsoils for new pits as outlined in the
drawings.
2.4.1.12.2 The Tenderer shall allow for the supply and install of subsoil flushing points as per the
documentation.
2.4.1.13 AFFF & SPEL Units
The Tenderer shall allow for the following on drawing 0026-0402-CI-0355;
2.4.1.13.1 The Tenderer shall allow for the demolition of the existing headwall and supply and install of a new
pit over existing 900mm diameter pipe.
2.4.1.13.2 The Tenderer shall allow for the supply and install of the AFFF Storage System consisting of 2No.
1500mm diameter x 108m Plastream pipes as documented. This includes all necessary pits and
pipes and blinding slabs.
2.4.1.13.3 The Tenderer shall allow for the supply and install of SPEL Stormceptor Units as per the
documentation.
2.4.1.13.4 The Tenderer shall allow for the supply and install of all pits and pipe networks noted on the drawing
including stormwater, AFFF, SPEL pipes and the like. Also allow for supply and place of 3No.
1.5x1.5m slabs 200mm thick with SL82 centrally placed for Value control panels.
2.4.1.13.5 The Tenderer shall allow for the supply and install of all subsoil drainage associated with the AFFF
and SPEL units.
2.4.1.13.6 The Tenderer shall allow for the supply and install of the precast headwall and scour protection.

2.4.1.13.8 Please exclude Oil SET-1000 Hydrocarbon Sensors in stormwater pits, Hydrocarbon Sensor control
panel, Valve control panel, Penstock Valve Outlets in the diversion pit, electrical conduits and
cabling.
2.4.1.13.9 The Tenderer shall allow for all survey works as required to complete the works.
2.4.1.13.10 These works are to be completed within Lendleases site boundary fence and therefore a Work
Safety Officer (WSO) will not be required.
Annexure 4 - Scope of Work
Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 24 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.4.1.13.7 The Tenderer shall allow for all earthworks excavations. All of the Tenderers works will be required
to maintain a safe excavations onsite in accordance with Lendlease Physical GMRs and to the
satisfaction of the consulting engineer and Lendlease.

2.4.1.13.11 The Tenderer shall allow for the supply and install of the AFFF Diversion Valve Pit (excluding
valves) on drawing 0026-0402-CI-0605.
2.4.1.14 Fire Hydrocarbon (FHC) Line
2.4.1.14.1 The Tenderer shall allow to excavate, supply, install and backfill the Fire Hydrocarbon (FHC) line as
per the civil drawings and documentation.
2.4.1.14.2 The Tenderer shall be made aware that the FHC line will be installed in a shared trench with the
proposed Fuel line. The fuel line and FHC line interchange heights in the trench and therefore
coordination will be required between both parties.
2.4.1.14.3 The Tenderer shall allow for the no fines concrete drainage layer beneath the FHC line, the
concrete encasement of the line and the lean mix backfill to below the basecourse layer. The
Tenderer shall allow for the potential requirement of an edge board to backfill to the required heights
in order for the fuel line subcontractor to excavate, install and backfill their works.
2.4.1.14.4 The Fuel line subcontractor will be responsible for the no fines concrete drainage layer beneath the
fuel line and the concrete encasement of the concrete fuel line.
2.4.1.14.5 The Tenderer shall allow for all survey works as required to complete the works.
2.4.1.15 Fuel Pit
2.4.1.15.1 The Tenderer shall allow to supply and install the Fuel Pit as per the drawings and specifications
including detailed excavation and backfill, forming of pit, supply and place of reinforcement and
concrete and the like.
2.4.1.15.2 The Tenderer shall allow for pit wall blockouts for the fuel lines and coordination of these blockout
locations with the fuel line subcontractor.
2.4.1.16 Fuel Cart Building
2.4.1.16.1 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for LTF
Fuel Cart Building including ACO grated drain, insitu concrete hobs but excluding structural steel
and roofing.
2.4.1.16.2 The Tenderer shall allow for the precast wall stops as per the architectural documentation.

2.4.1.17.1 The Tenderer shall allow for the supply and install of all materials for the retaining wall and bulk
store grated drain adjacent to the LTF Hangars including but not limited to piers, pier caps, insitu
drain, grates, agdrains and backfill.
2.4.1.17.2 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for LTF
external stairs, concrete upstand walls and front entry ramps as per the documentation. Please note
the concrete class finishing requirements for these items as per the architectural and civil
documentation.
2.4.1.17.3 The Tenderer shall allow for the supply and install of bollards as per the drawings.

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 25 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.4.1.17 Miscellaneous Concrete Items and other

2.4.1.18 Landscaped Areas


2.4.1.18.1 The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level including
importation of fill if required.
2.4.1.19 Line Marking and Road Signage
2.4.1.19.1 The Tenderer shall allow for line marking both internal and external as per the civil and architectural
documentation. This is to include all removal of redundant line marking, surface preparation, priming
and the like.
2.4.1.19.2 The Tenderer shall allow for road signage as per the civil and architectural documentation.

2.4.2

Trade Specific Exclusions

The scope of this package does not include the following items and elements which would normally be
considered to be a part of the Main Civil Works Package:
2.4.2.1

Exclusions

2.4.2.1.1

2.5

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

Living In Accommodation (LIA)

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and the
documents referenced.
2.5.1

Trade Specific Inclusions

2.5.1.1

Tree Removal and/or Protection

2.5.1.2

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

Cutting down/pushing over the trees;

Complete removal of the tree stumps and roots;

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

Remediation and compaction of the ground and the addition of fill, as necessary to
remove any hazards, such as uneven ground and holes, created in the process of tree
removal.

2.5.1.3

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

2.5.1.4

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 26 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

Demolition

2.5.1.5.1

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

2.5.1.5.2

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

2.5.1.5.3

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

2.5.1.6

Redundant Services

2.5.1.6.1

The Tenderer shall allow to remove all redundant services to the LIA site excluding redundant
services beneath the Melbourne block which will be removed by the Demolition and Early Civil
Works subcontractor. The capping and re-diversion of services shall be by others.

2.5.1.6.2

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

2.5.1.7
2.5.1.7.1

2.5.1.8
2.5.1.8.1

2.5.1.9

Subsoils
The Tenderer shall allow supply and install of all materials for subsoils behind kerbs and under
pavements excluding from their scope three (3) meter subsoils for new pits as outlined in the
drawings.
Kerb & Gutter
The Tenderer shall allow for supply, placing, compaction and finishing of all materials for kerb, kerb
and gutter, dish drains, vehicular crossings and the like as shown on the drawings and in
accordance with the civil specification.
Pavement Layers

2.5.1.9.1

The Tenderer shall allow to place compacted subbase plus an 80mm sacrificial layer of the same
material on top and provide survey information to prove layer thicknesses to the Heavy Duty
Carpark and the Carpark to the east of the Heavy Duty Carpark to provide a materials handling
area for the construction of the LIA buildings. The Tenderer shall also allow to remove this sacrificial
layer at a date specified by Lendlease, re-conform and place overlying layers as designed in the
documentation.

2.5.1.9.2

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

2.5.1.9.3

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

2.5.1.9.4

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 27 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.5.1.5

2.5.1.9.5

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

2.5.1.9.6

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

2.5.1.10 Concrete Footpaths & Driveways


2.5.1.10.1 The Tender shall allow for supply, placing, compaction and finishing of all materials for concrete
footpaths and driveways in accordance with the civil specification. This will include all jointing works,
supply and install and connections into existing pavements ensuring a smooth transition.
2.5.1.10.2 The Tenderer shall allow for all survey requirements as per the civil specification.
2.5.1.11 Asphaltic Concrete Pavements Heavy Duty Carpark and Carpark
2.5.1.11.1 The Tender shall allow for mix design, manufacture, placing, compaction and finishing of all
asphaltic concrete pavements in accordance with the civil specification.
2.5.1.11.2 The Tenderer shall allow for the preparation of the surface, supply of materials and preparation
thereof and the application of a sprayed bituminous prime coat to new crushed rock base course on
landside pavements as shown on the drawings and in accordance with the civil specification.
2.5.1.11.3 The Tenderer shall allow for the protection of all existing surfaces to avoid splashing or spraying with
bituminous materials.
2.5.1.11.4 The Tenderer shall allow for all testing requirements in accordance with the civil specification.
2.5.1.12 Reconstruction of Road Pavement
2.5.1.12.1 The Tenderer shall allow for the removal and reinstatement of the road pavement as shown on the
Pavement Plan Sheet 1. Please note that the Early Hydraulics Works subcontractor will remove a
portion of this asphalt for a 800mm wide trench running east west. The Tenderer shall allow for the
removal of the asphalt of the remaining area and replacement of asphalt to the entire Reconstruct
Road Pavement including all necessary base course preparation and spray seal as per the
drawings and civil specification.
2.5.1.13 Building Platform

2.5.1.13.2 The Tenderer shall allow for supply and place of the building platform including underlying layers
and provision for all plant and equipment for this operation as per the structural drawings and
specification. The Tenderer shall allow for the building platform to be extended by 5 meters in all
directions for both LIA buildings.
2.5.1.13.3 The Tenderer shall allow for all set out and survey for the building platform.

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 28 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

2.5.1.14 Bored Piers


2.5.1.14.1 The Tenderer shall allow for bored piers for the building foundations, including supply and
placement of concrete and reinforcement and provision for all plant and equipment.
2.5.1.14.2 The Tenderer shall allow to protect against Fall from Height for the bored pier excavation and
outline the methodology in tender submission. The Tenderer shall also allow for bar safety caps to
top of the reinforcement of the bored piers which are to be immediately placed on installation of the
reinforcement cage.
2.5.1.14.3 The Tenderer shall allow to scabble the top of all piers as per the structural drawings.
2.5.1.14.4 The Tenderer shall allow to straighten any bars at the top of the piers prior to the pad reinforcement
installation.
2.5.1.14.5 The Tenderer shall allow for all set out and survey for the bored piers.
2.5.1.15 Detailed Ex
2.5.1.15.1 The Tenderer shall allow for detailed earthwork excavation for the building footings, pads, drains,
ground slabs and the like.
2.5.1.15.2 The Tenderer shall allow for supply and install of 20mm blue crusher dust as per the structural
documentation.
2.5.1.15.3 The Tenderer shall allow to supply and place a 50mm concrete blinding to all detailed excavations
on the same day the footings are excavated.
2.5.1.15.4 The Tenderer shall allow for a final trim to all ground slabs prior to formwork and reinforcement
installation.
2.5.1.15.5 The Tenderer shall also allow for detailed earthwork excavation for temporary propping footings for
precast panels. The Tenderer shall also allow for the removal of these footings below a level to
which it will not interfere with permanent works.
2.5.1.15.6 The Tenderer shall allow for all set out and survey for the detailed excavation and coordination with
Lendleases project surveyor.
2.5.1.16 Miscellaneous Concrete Items and other
2.5.1.16.1 The Tenderer shall allow for the supply, placing, compaction and finishing of all materials for 2No.
bin enclosures in accordance with the civil specification. This includes all supply and install of
blockwork reinforcement and core filling as detailed in the drawings.

2.5.1.16.3 The Tenderer shall allow for the supply and install of bollards as per the drawings.
2.5.1.16.4 The Tenderer shall allow for the supply and install of all materials for the retaining wall adjacent to
the LIA 2 building including but not limited to piers, pier caps, insitu drain, grates, agdrains and
backfill.
2.5.1.17 Landscaped Areas
Annexure 4 - Scope of Work
Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 29 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

2.5.1.17.1 The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level including
importation of fill if required.
2.5.1.18 Line Marking and Road Signage
2.5.1.18.1 The Tenderer shall allow for line marking as per the civil and architectural documentation. This is to
include all surface preparation, priming and the like.
2.5.1.18.2 The Tenderer shall allow for road signage as per the civil and architectural documentation.

2.5.2

Trade Specific Exclusions

The scope of this package does not include the following items and elements which would normally be
considered to be a part of the Main Civil Works Package:
2.5.2.1

Exclusions

2.5.2.1.1

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

2.5.2.1.2

Demolition of existing Melbourne building on the LIA site excluding the Asset 66 building will be by
the Demolition and Early Civil Works subcontractor. The existing Asset 66 building does not form
part of Lendleases scope and is to be demolished by HMAS Albatross Redevelopment Project.

2.6

Jervis Bay Airfield (JBAF)

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and the
documents referenced.
2.6.1

Trade Specific Inclusions

The Main Civil Works Package includes the following elements as further defined by this Scope of Work and the
documents referenced.
2.6.1.1.1

2.6.1.2

Demolition
The Tenderer shall allow for the removal of redundant line marking on the apron as per drawing
0021-JBAB-CI-0110
Bulk Earthworks & Detailed Ex

2.6.1.2.1

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

2.6.1.2.2

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

2.6.1.2.3

The Tenderer shall allow to regrade existing earthwork levels to new design levels as per the
documentation.

2.6.1.2.4

The Tenderer shall allow for supply and install of 20mm blue crusher dust as per the structural
documentation.

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 30 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.6.1.1

2.6.1.2.5

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

2.6.1.2.6

The Tenderer shall allow for all set out and survey for the detailed excavation and coordination with
Lendleases project surveyor.

2.6.1.3.1

2.6.1.4
2.6.1.4.1

2.6.1.5

Subsoils
The Tenderer shall allow supply and install of all materials for subsoil drainage including under
pavements but excluding from their scope three (3) meter subsoils for new pits as outlined in the
drawings.
Culvert
The Tenderer shall allow manufacture, supply and install the culvert passing beneath the carpark
including headwalls, box culverts, scour protection and the like. The stormwater connection from pit
A/3 to the headwall does not form part of this scope.
Pavement Layers

2.6.1.5.1

The Tenderer shall allow for subgrade preparation, supply, placement and compaction of all subbase courses and basecourses to the carpark pavement as shown on the Pavement Plan Sheet 1
& 2. The Tenderer shall allow for the concrete encasement of the roof water outlet pipes and its
extension to new discharge point.

2.6.1.5.2

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

2.6.1.5.3

The Tenderer shall allow for the subgrade preparation, supply, placement and compaction of all subbase courses and basecourses for the Heavy Duty Taxiway Pavement in accordance with the civil
specification.

2.6.1.5.4

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

2.6.1.5.5

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

2.6.1.5.6

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

2.6.1.5.7

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

2.6.1.6

Concrete Footpaths & Heavy Duty Pavements

2.6.1.6.1

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

2.6.1.6.2

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 31 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.6.1.3

2.6.1.7

Asphaltic Concrete Pavements

2.6.1.7.1

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

2.6.1.7.2

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

2.6.1.7.3

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

2.6.1.7.4

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

2.6.1.8
2.6.1.8.1

2.6.1.9

Landscaped Areas
The Tenderer shall allow for the preparation of all landscaped areas to below topsoil level including
importation of fill if required.
Line Marking and Miscellaneous Items

2.6.1.9.1

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

2.6.1.9.2

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

2.6.2

Trade Specific Exclusions

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

2.6.2.1.1

The demolition of buildings 0135 & 0136 will be by the Demolition and Early Civil Works
subcontractor

2.6.2.1.2

The stormwater infrastructure will be completed by the Hydraulics subcontractor.

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 32 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.6.2.1

General Inclusions

2.7.1

Safety

2.7.1.1.1

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

2.7.1.1.2

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

2.7.1.1.3

The Tenderers Supervisors shall be required to complete the Lendlease EH&S Passport prior to
commencing works on site. The EH&S Passport is accessed online and confirmation of completion
of the Passport shall be issued to Lendlease.

2.7.1.1.4

The Tenderer shall be aware that for all works undertaken from an EWP the Tenderer must allow to
establish and maintain robust physical exclusion zones. For works where the working platform of
the EWP are higher than 4m from the ground, the tenderer must allow for the robust exclusion zone
to be in the form of Fortress 2000 series fence (or equivalent). The Tenderer must allow to coordinate all exclusion zone installations with Lendlease, including the provision of designated
pedestrian paths.

2.7.2

Quality

2.7.2.1.1

The Tenderer must implement a quality system as approved by Lendlease and nominated by the
Subcontract.

2.7.2.1.2

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

2.7.2.1.3

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

2.7.2.1.4

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

2.7.3

Programme

2.7.3.1.1

The Tenderer shall prepare, maintain and issue a Schedule of Procurement and Installation in the
form of a spread sheet. The Tenderer shall list all items, their shop drawing/approval status,
delivery status (included expected delivery date), and detail the installation and commissioning
status. The schedule must be in the form equivalent to the proforma Schedule provided by
Lendlease in the tender documents, customised to be trade specific. This document shall be issued
to Lendlease monthly and is nominated in the Subcontract Particulars as a condition precedent to
payment.

2.7.3.1.2

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

2.7.3.1.3

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 33 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.7

2.7.3.1.4

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

2.7.3.1.5

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

2.7.4.1.1

2.7.5

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

2.7.5.1.1

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

2.7.5.1.2

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

2.7.5.1.3

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

2.7.5.1.4

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

2.7.5.1.5

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

2.7.5.1.6

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

2.7.5.1.7

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

2.7.6

Transport and Storage

2.7.6.1.1

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

2.7.6.1.2

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

2.7.6.1.3

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

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 34 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.7.4

2.7.6.1.4

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

2.7.6.1.5

All materials and equipment delivered to site by the Tenderer remain the responsibility of the
Tenderer for the duration of the Works.
Cranage and Materials Handling

2.7.7.1.1

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

2.7.7.1.2

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

2.7.7.1.3

The Tenderer shall provide all necessary certified stillages and lifting frames as required by the
Lendlease GMRs

2.7.8

Plant and Equipment

2.7.8.1.1

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

2.7.8.1.2

The Tenderer must provide all plant and equipment necessary to complete the works, excluding that
as nominated in 2.7.8.1.1, including the floating of plant and equipment to and from site, ongoing
maintenance, fuel and consumables.

2.7.8.1.3

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

2.7.9

Waste Management

2.7.9.1.1

The Tenderer shall allow take remove all trade waste from the work front to the skip bins at the Bin
Locations nominated on the Site Plans.

2.7.9.1.2

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

2.7.9.1.3

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

2.7.9.1.4

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

2.7.10

Authorities

2.7.10.1.1 The Tenderer must allow for all authority approvals and fees associated with their works.
2.7.11

Subcontractor Labour Hire

2.7.11.1.1 The Tenderer is made aware of the Lendlease Policy Statement Procurement of External Labour
Hire Australia v1.0 August 2014. If it referenced in Annex 5 Specifications, Drawings and Project
Plans and included within the tender documents. The Tender must comply with the Policy.
2.7.12

Indigenous Training and Employment

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 35 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

2.7.7

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 36 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

3
3.1

Reference to Related Documents


Schedule of Specifications

Refer to 1 Schedule of Specifications in the document titled Annex 5 Specifications, Drawings and Project
Plans

3.2

Schedule of Drawings

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

3.3

Schedule of Project Plans

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

3.4

Detailed Delivery Programme

Annexure 4 - Scope of Work


Project Name: JP9000 PHASE 7 HELICOPTER
AIRCREW TRAINING SYSTEM HATS (J0028)
Project Number: 252091

Page 37 of 37
Trade Package Name: Main Civil Works

Revision: v08r01

Trade Package Number: 40031.02

Date: 17/06/2015

TC1532 06-07-2015 Received

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

Vous aimerez peut-être aussi