61
PANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone: (08) 8343 2201 Fax: (08) 8343 2905 E-mail: [email protected] APPLICATIONS MAY BE EITHER: Posted to GPO Box 1533, ADELAIDE SA 5001; Delivered to 77 Grenfell Street, ADELAIDE SA 5000; or DPTI Provision of Survey Services (Panel Agreement). Page 1

Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

PANEL for

THE PROVISION OF SURVEY SERVICES

INVITATION

CONTACT FOR FURTHER INFORMATION

Enquiries are to be directed to:Coordinator Special ServicesTelephone: (08) 8343 2201Fax: (08) 8343 2905E-mail: [email protected]

APPLICATIONS MAY BE EITHER:

Posted to GPO Box 1533, ADELAIDE SA 5001;Delivered to 77 Grenfell Street, ADELAIDE SA 5000; orEmailed to [email protected]: If submitting via email, please phone (08) 8343 2029 to confirm receipt. Also, it may be necessary to split the application into several emails to keep it to an acceptable size.

DPTI Provision of Survey Services (Panel Agreement). Page 1

Page 2: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: May 2011 Contents

CONTENTS

Introduction

Conditions for Submission of an Application, including:

Annexure A: Application Details.

Annexure B: Assessment of Applications.

Statement of Requirements

Appendices

Appendix 1: DPTI Master Specifications for Transport Infrastructure.

Appendix 2: DPTI OHS&W – How to Prepare Safety Plans and Hazard Management Plans.

Appendix 3: Contract Review Form.

Appendix 4: Engineering Survey Standards & Guidelines – SUR-CT003 (Clause 3 – Draft)

DPTI General Conditions of Contract: Panel Agreement

Application Form

Schedules

____________

DPTI Provision of Survey Services (Panel Agreement). Page 2

Page 3: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: May 2011 Introduction

INTRODUCTION

The Department for Transport, Energy and Infrastructure (DPTI) has established a panel of professional service providers (“Panel Contractors”) for the following categories:

1. Property Surveys:

2. Construction Surveys:

3. Engineering Surveys:

Companies wishing to be appointed to a panel are invited to submit an application in accordance with the attached Conditions Submission of an Application. To be appointed, Applicants must be able to demonstrate that they have the appropriate skills, management systems and experience in the relevant categories. The submission must contain all of the information requested in Annexure A to the Conditions for Submission of an Application.

The panels are generally “open” panels; ie, a company may submit an application at any time. However, the number of companies appointed to a panel will be largely determined by DPTI’s anticipated workload for each category.

Submissions will be assessed against the criteria listed in Annexure B to the Conditions for Submission of an Application. If a company is successful, they will then be invited to sign a contractual agreement consisting of the Statement of Requirements, the DPTI Panel Agreement and their submission.

The need for the services will be dependent on the Principal’s workload requirements. Companies who have been accepted on to a panel may be invited to either:

undertake work at the rates included in their submission; or

submit a quotation (usually for larger packages of work). DPTI is under no obligation to request any Panel Contractor to provide services or to submit a quotation and Panel Contractors are not guaranteed any work during the term of the agreement. Applicants should be aware that if the rates submitted are higher than industry averages for no additional benefit to DPTI, it is unlikely that they will be requested to provide services to a significant extent.

DPTI will take a number of factors into consideration when determining which Panel Contractors will be invited to provide services or submit a quotation, such as the estimated value of the work and each Panel Contractor’s resource availability, workload, skills / experience and ability to provide value for money.

DPTI Provision of Survey Services (Panel Agreement). Page 3

Page 4: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: January 2011 Conditions for Submission of an Application

CONDITIONS FOR SUBMISSION OF AN APPLICATIONFOR A PANEL CONTRACT

CT 1 INVITATION DOCUMENTS

These Invitation Documents comprise of the documents listed in the contents page. The Principal may amend the Invitation Documents at any time.

Any DPTI publications referred to in these documents are available from the internet at: http://www.dpti.sa.gov.au/contractor_documents.

CT 2 APPLICANT’S WARRANTIES AND OBLIGATIONS

These Conditions of Submission prescribe the rules for the conduct of the application process. By submitting an application, an Applicant agrees to comply with, and be bound by, the rules contained within these Conditions of Submission.

Except for any express statement contained in these Invitation Documents, the Applicant warrants that in lodging its application it did not rely on any express or implied statement, warranty or representation, whether oral, written, or otherwise made by or on behalf of the Principal, its officers, employees, agents or advisers. An Applicant cannot rely upon any document designated as “For Information Only”.

This invitation is not an offer and these Conditions of Submission will not form part of any Contract.

Prior to submitting an application, an Applicant is deemed to have:

a) examined all written documentation made available by the Principal to the Applicants for the purpose submitting an Application; and

b) examined all information relevant to the risks, contingencies and other circumstances having an effect on the application and obtainable by the making of reasonable enquiries.

CT 3 ENQUIRIES

Enquiries are to be directed to the Contact Officer(s) nominated on the cover sheet of this Invitation document. Applicants cannot rely on communication with any other person(s) with regard to the application process.

It is the responsibility of the Applicant to request any clarifications or additional information arising from analysis of these Invitation Documents. The DPTI Contact Officer may stipulate that any request for clarification or additional information arising from analysis of this document be forwarded in writing.

CT 4 CODE OF CONDUCT

Applicants, their employees and agents shall:

a) at all times act with integrity;

b) declare any actual or potential conflict of interest;

c) not seek to employ or engage the services of any person who has a duty to the Principal as an adviser, consultant or employee in relation to this process;

d) not collude or enter into any agreement with any other Applicant concerning the preparation of its application, pay any amount to an unsuccessful Applicant or seek to obtain knowledge of the price of any other application;

e) not attempt to influence the outcome of this process by offering gifts, employment or other benefits to SA Government employees or persons engaged by the Principal and others who are in a position to influence the award of the contract;

f) not attempt to seek confidential information in respect of this application process from the SA Government employees and others who have access to confidential information; and

DPTI Provision of Survey Services (Panel Agreement). Page 4

Page 5: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: January 2011 Conditions for Submission of an Application

g) not make any news releases or responses to media enquiries and questions pertaining to this application process without the Principal’s written approval.

CT 5 SUBMISSION OF APPLICATIONS

The Applicant’s submission must comply with the following:

a) the submission shall be lodged in accordance with the requirements stated on the cover sheet of this Invitation document;

b) all documents and schedules listed in CT Annexure A shall be included in the submission; and

c) hard copy documents shall be sealed in an envelope or package, marked confidential and clearly identified as a submission for this Panel Contract.

The Applicant’s submission shall become the property of the Principal.

CT 6 COSTS OF APPLICATION PREPARATION

Applicants bear all costs that they incur in the application process, which includes any subsequent contract negotiation phase prior to the award of a contract.

CT 7 NON-CONFORMING OR ALTERNATIVE APPLICATIONS

A conforming application must address every matter and comply with every requirement specified in these Invitation Documents. An incomplete application or an application which does not comply with every requirement specified in these Invitation Documents will be deemed to be a non-conforming application. At the absolute discretion of the Principal, a non-conforming application may be rejected.

CT 8 APPLICATION ASSESSMENT AND NEGOTIATION

Applications will be assessed in accordance with DPTI evaluation procedures and the criteria listed in CT Annexure B "Assessment of Applications".

At any time prior to award of a contract, the Principal reserves the right to:

a) seek clarification of any aspect of a application;

b) seek the advice and / or assistance of external consultants regarding the assessment of applications; and

c) make enquiries of any person, company or organisation to ascertain information regarding any Applicant and its application.

If requested by the Principal, selected Applicant(s) must provide additional written information regarding their application or attend an interview.

CT 9 REPRESENTATIONS

No representation made by or on behalf of the Principal in relation to these Invitation Documents (or its subject matter) will be binding on the Principal unless that representation is expressly incorporated into the contract ultimately entered into between the Principal and a successful Applicant.

CT 10 CONFIDENTIAL INFORMATION AND DISCLOSURE OF CONTRACT

The Principal will treat applications (including information submitted at the request of the Principal after the date of close of applications) as confidential and will not disclose application contents, except:

a) as required by law;

b) to the Principal’s agents and advisors for the sole purpose of application evaluation;

c) to the Australian Competition and Consumer Commission (or other government authority having relevant jurisdiction) if the Principal reasonably suspects that there is cartel conduct in relation to this application process; and

DPTI Provision of Survey Services (Panel Agreement). Page 5

Page 6: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: January 2011 Conditions for Submission of an Application

d) where an Applicant is successful, in accordance with Premier and Cabinet Circular 27 (PCO27) on the South Australian Government’s Contracts website http://www.tenders.sa.gov.au

The Applicant agrees to comply with PCO27, a copy of which is available from http://www.premcab.sa.gov.au/dpc/publications_circulars.html

The Applicant agrees that unless indicated otherwise, all information provided by the Principal to the Applicant after the date of close of applications is confidential and the Applicant shall undertake to maintain such information as confidential.

CT 11 APPLICATION VALIDITY PERIOD

The Applicant warrants that it will maintain the validity of its application for a period of 90 days from date of submission of application.

CT 12 ACCEPTANCE OF APPLICATION

The Applicant agrees and acknowledges that the Principal is under no obligation to accept the lowest or any application received. In its absolute discretion, the Principal may reject any application at any time or abandon this application process.

Nothing in these Invitation Documents or any subsequent application assessment or negotiation process is to be construed as creating a binding contract (express or implied) between the Principal and any Applicant. No legal relationship will exist between the Principal and any Applicant unless and until the Principal has delivered (either by post, courier, hand delivery or facsimile) a written notice of acceptance of application to the successful Applicant at the address stated on the application form.

____________

DPTI Provision of Survey Services (Panel Agreement). Page 6

Page 7: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 CT Annexures

CT ANNEXURE A

APPLICATION DETAILS

APPLICANTS MUST INCLUDE THE FOLLOWING IN THE SUBMISSION:

Application Form

The following Schedules:

1. Schedule of Rates.

2. Certificate of Currency of Public Liability Insurance.

3. Certificate of Currency of Professional Indemnity.

4. Organisational structure, including clearly defined positions with names, functions and reporting relationships.

5. Work History - Evidence of the successful completion of a number of recent projects in the last 12 months relevant to the category in which the Tenderer is offering to provide services including:

Project name;

Project description;

Specialist work undertaken relevant to the service categories (refer Part 1, Clause 3);

Team delivering project;

Clients;

Contract sums;

Project dates; and

Evidence of the Tenderer having completed previous tasks to customer’s specified time, cost and quality requirement. The Tenderer shall provide contact details for appropriate referees.

6. Evidence of a working Quality Management System and Occupational Health, Safety and Welfare System that demonstrates a commitment to continuous improvement. Specific components to be addressed or included are:

Records management, document control.

Identification and control of non-conformances.

Details of how the Applicant ensures/provides/maintains adequate training.

7. Qualifications and Experience - Details of staff numbers and the experience and expertise of staff including Managers, Supervisors and Employees that specifically addresses the following information for the category of service for which staff have been nominated:

Number of years of experience staff have within the industry in the relevant category of service;

Location of staff member;

Details of relevant projects undertaken;

Qualifications relevant to the category of service being offered, licences and other relevant training;

Relevant skills and specialist abilities and practical field experience;

Knowledge and history of working with government specifications, briefs and/or standards and guidelines;

Curriculum vitaes for all staff; and

Schedule of nominated Survey Party Leaders.

8. Alternative methodology statements for engineering surveys, as specified in Appendix 4, “Engineering Survey Standards & Guidelines – SUR-CT003 Clause 3 - Draft”, for the following:

DPTI Provision of Survey Services (Panel Agreement). Page 7

Page 8: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 CT Annexures

Engineering Survey Accuracy 3.1(a) – Typical Survey Accuracy Standards if not in accordance with SUR-CT003.

Engineering Survey Accuracy 3.1(b) – High Accuracy Standard, if the Applicant wants to be considered for this type of work.

Methodology statements shall clearly address how the accuracies will be achieved and how the results will be verified.

9. Evidence of ability to provide an MX Bentley input file or 12da file (provided on a CD) in accordance with DPTI’s Survey Standard Specifications for the service categories applied.

NUMBER OF COPIES TO BE SUBMITTED:

A read only electronic submission must be provided, either on a CD or as attachments to email(s). Note: If submitting via email, please phone (08) 8343 2029 to confirm receipt. Also, it may be necessary to split the application into several emails to keep it to an acceptable size.

____________

DPTI Provision of Survey Services (Panel Agreement). Page 8

Page 9: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 CT Annexures

CT ANNEXURE B

ASSESSMENT OF APPLICATIONS

Applications will be evaluated in accordance with the following criteria and weightings:

Applicant’s Organisational Structure 5%

Work History 10%

Management Systems 25%

Qualifications and Experience 60%

The proposed Applicants may have an audit undertaken on their management systems, ie Quality Management, Environmental Management and OHS&W. Tenderers that do not have satisfactory management systems will be excluded from consideration.

____________

DPTI Provision of Survey Services (Panel Agreement). Page 9

Page 10: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements

STATEMENT OF REQUIREMENTS

Contents:

Part 1 GeneralPart 2 Provision for TrafficPart 3 Occupational Health, Safety and Welfare RequirementsPart 4 Rail Safety Provisions

DPTI Provision of Survey Services (Panel Agreement).Page 1

Page 11: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 1 General

PART 1

GENERAL

CONTENTS

1. Scope and Nature of Panel2. Term of Agreement3. Scope of Services4. Contractor’s Obligations5. Specific Project Package Information6. Document Requirements7. Ownership of Digital Data8. Compliance Checklists9. Notification and Audit10. In-house Services11. Performance Evaluation12. Site Visits 13. Media Releases14. Public Relations and Right of Entry15. Schedule of Rates16. Payment

1. SCOPE AND NATURE OF PANEL

This Agreement is a Panel Agreement for the provision of survey services which may be at various locations within South Australia.

For the purpose of this Agreement any reference to the Superintendent means a reference to the Principal’s Representative.

2. TERM OF AGREEMENT

The Expiry Date of this Agreement shall be 3 years from the Execution Date unless the Agreement is extended in accordance with this clause.

The Principal reserves the right to extend this Agreement, on the same terms and conditions, for a further 36 month period by giving the Contractor 3 months notice in writing before expiration of the Agreement. If the Contractor does not wish to have this Agreement extended, the Principal shall be notified in writing immediately upon receipt of the extension notice.

3. SCOPE OF SERVICES

The Contractor shall be able to provide any or all of the following services as requested:

4. Property Surveys:

4.1 Acquisition and disposal;

4.2 Division of land;

4.3 Control of access; and

4.4 Identification of boundaries.

5. Construction Surveys:

5.1 Setting out road works;

5.2 Setting out of structures;

5.3 Quality Assurance verification of pavement layers; and

5.4 Stockpile volume calculations;

DPTI Provision of Survey Services (Panel Agreement).Page 2

Page 12: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 1 General

6. Engineering Surveys:

6.1 Undertake topographical surveys for design and construction;

6.2 Monitoring of structures;

6.3 Establishment of primary and secondary control;

6.4 Control levelling;

6.5 Location and depthing of underground service utilities;

6.6 Digital terrain modelling;

6.7 Asset data capture.

6.8 Aerial photography;

6.9 Digital ortho-photography; and

6.10 Laser Scanning Technology.

The Principal’s Representative will provide direction to the Contractor regarding the amount and scope of work to be undertaken for each proposed package of work.

4. CONTRACTOR’S OBLIGATIONS

The Contractor shall:

(a) Comply with current DPTI Survey Standard Specifications for each category, available athttp://www.dpti.sa.gov.au/standards/survey.

(b) Comply with Provision for Traffic (refer Part 2).

(c) Comply with Occupational Health, Safety and Welfare Requirements (refer Part 3).

(d) Comply with Rail Safety Provisions (refer Part 4), if applicable.

(e) Comply with all DPTI Public Transport Services – Operation and Maintenance and Australian Rail Track Corporation (ARTC) corridor access requirements, if applicable.

(f) Comply with all DPTI Public Transport Services – Operation and Maintenance and Australian Rail Track Corporation (ARTC) specification requirements and Service Authority standards and regulations, if applicable.

(g) Notify the Principal’s Representative immediately of any significant change to its financial or technical capacity (ie changes in staff nominated for the Panel), ownership or holding, and any convictions or prohibition notices under OHS&W or environmental legislation;

(h) Comply with relevant current DPTI Master Specification Parts 174 and 175 (refer Appendix 1), if applicable.

5. SPECIFIC PROJECT PACKAGE INFORMATION

Specific project packages will be sent to one or more Contractors, assessed as providing the most suitable expertise, to prepare a tender and will comprise of, but is not limited to, the following:

(a) The Principal’s Representative delegated Officer administering the project package;

(b) The location and scope of services;

(c) Drawings and/or Sketches;

(d) Reference to the applicable current DPTI Master Specification Parts (refer Appendix 1) located at http://www.dpti.sa.gov.au/documents/contractsandtenders/specifications and applicable Survey Documents at http://www.dpti.sa.gov.au/standards/survey.

(e) Required commencement and/or completion dates.

(f) Any restrictions to hours of work;

(g) Pricing structure and method of payment; and

(h) Other relevant details.

DPTI Provision of Survey Services (Panel Agreement).Page 3

Page 13: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 1 General

For each project package the Contractor may be requested to provide:

(a) A project methodology plan;

(b) Team resources to be allocated, including key personnel, backup staff and resources and capacity to undertake the package of work in the specified time;

(c) Program of work;

(d) Safety Plan and/or Hazard Management Plan (refer Appendix 2) located at http://www.dpti.sa.gov.au/documents/contractsandtenders/occupational_health,_safety__and__welfare_ohs_and_w_in_contracts

The Principal’s Representative will issue a notification to the successful Contractor. If the successful Contractor is unavailable, the Principal’s Representative reserves the right to obtain the service from an alternative Contractor.

To ensure appropriate communication and control, the Contractor’s Representative shall be located within the State for the majority of the provision of service, unless otherwise agreed with the Principal’s Representative. Where the Contractor proposes to use staff based in an office other than South Australia, the Contractor’s Representative and the Principal’s Representative shall agree as to the extent to which the staff are required to be located in South Australia.

6. DOCUMENT REQUIREMENTS

The Contractor shall ensure that:

Supplied documents are not used, copied or reproduced for any purpose other than the execution of the survey under the Panel Agreement without the prior written approval of the Principal;

Computer disks, plans, plots, reports, forms and field notes relating to contracts are delivered to the Principal;

Disks are new and virus free;

Documentation and reports are typed, clear and in a logical sequence;

Field notes are numbered in sequence, legible, in ink and each individual sheet shall be indexed with the DPTI reference number;

If electronic field notes are used, a copy (if requested) of the downloaded traverse plan, showing relevant data, signed and indexed with the DPTI job number as evidence of field work shall be supplied to the Principal.

Documentation and reports shall be supplied in electronic format.

7. OWNERSHIP OF DIGITAL DATA

All digital data supplied by the Contractor during the term of the Panel Agreement shall become the property of DPTI and shall not be used, copied or reproduced by the Contractor for any other purpose without the prior written approval of the Principal.

8. COMPLIANCE CHECKLISTS

For all survey services, the Contractor shall supply the Principal with the relevant compliance checklist completed by the Survey Party Leader.

9. NOTIFICATION AND AUDIT

Prior to the commencement of any field survey, the Contractor shall notify the Principal of the anticipated commencement date of the survey.

If a survey is subject to any audit by the Surveyor General’s Office, the Contractor shall notify the Principal by e-mail and keep the Principal informed on the progress of the audit.

10. IN-HOUSE SERVICES

Where applicable, the Contractor may nominate a separate rate for staff to provide services in-house at the location nominated by the Principal’s Representative, on the basis that the Principal will provide office accommodation and equipment. The Contractor’s staff shall remain employees of the Contractor and shall not be deemed to be employees of the Principal.

11. PERFORMANCE EVALUATION

The Principal’s Representative will provide performance evaluation feedback to the Contractor on the following criteria at the completion of a contract by completing a “Contract Review Form” (refer Appendix 3):

(a) Quality of documentation, including clear objectives and scope, complete, concise, accurate and realistic description of requirements, issues and risks addressed.

DPTI Provision of Survey Services (Panel Agreement).Page 4

Page 14: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 1 General

(b) Contract management performance including timeliness and adequacy of response to requests, practicality and reasonableness of specification interpretations, cooperation and communication.

The Contractor may provide comment on this evaluation and provide performance evaluation feedback to the Principal’s Representative on the following criteria:

(a) Project Deliverables/Requirements, including technical capacity, methodology and communication, compliance with relevant standards, guidelines and procedures, standard of deliverables.

(b) Timeliness, including milestone dates achieved and service completed on time, timeliness in communicating issues and concerns, timely and adequate response to additional client requirements.

The results will be taken into consideration when allocating future work packages.

The Principal’s Representative may evaluate and review Contractor performance and quality of work at any stage during the course of the Panel Agreement.

12. SITE VISITS

Site visits will be necessary when conducting some of the services and may be required anywhere within South Australia. Attendance by the Contractor or a competent representative at nominated site visits, briefing sessions and/or post tender meetings is conditional to the acceptance of tender for any project package.

The Contractor shall notify the Principal’s Representative at least 24 hours prior to the meeting if unable to attend.

13. MEDIA RELEASES

The Contractor shall refer any enquiries from the media concerning services under the Panel Agreement to the Principal’s Representative.

14. PUBLIC RELATIONS AND RIGHT OF ENTRY

If necessary, the Principal will give notice in writing to the owner of any land that may be entered upon during the work. A copy of all notices will be supplied to the Contractor and field work shall not commence until advised by the Principal’s Representative.

The Contractor shall conduct relations with land owners and members of the public in a professional manner and immediately inform the Principal’s Representative if an owner or occupier refuses entry to carry out work.

15. SCHEDULE OF RATES

The Schedule of Rates submitted with this Panel Agreement will apply for a period of 12 months after the Execution Date. The cost for all equipment shall be included in the rates.

The Schedule of Rates will be used:

(a) For estimating projects; and

(b) As the maximum Rates charged by the Contractor.

After 12 months and at the expiry of each subsequent 12 month period for the term of the Panel Agreement, the Contractor will be invited to provide an adjusted Schedule of Rates which will remain fixed for a further 12 months. If no adjusted rates are received it is deemed that the rates will remain unchanged for the following 12 month period.

16. PAYMENT

Payment will be in accordance with the prices accepted for each individual project package. Receipts for expenses incurred shall be available for validation by the Principal’s Representative if requested.

Payment by the Principal will not constitute an admission by the Principal that any services provided by the Contractor conform to the requirements of the Contract.

___________

DPTI Provision of Survey Services (Panel Agreement).Page 5

Page 15: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 2 Provision for Traffic

PART 2

PROVISION FOR TRAFFIC

CONTENTS

1. General2. Traffic Management3. Audits

1. GENERAL

The Contractor is responsible for traffic management at the worksite from the time of commencement of the Contractor’s activities at the worksite to the time of completion of the Contractor’s activities.

This includes ensuring that the road is safe for users of the road, providing a safe work area for those involved in work on the trafficked network and minimising any disruption to the smooth flow of traffic in accordance with the requirements of this Part. Unless specified otherwise, provision for existing traffic and pedestrian movements (including access to properties and local roads) affected by the Contractor’s activities shall be maintained at all times.

The Contractor shall ensure that any traffic control devices and signs used at the Works are in accordance with:

(a) AS 1742.3 “Manual of Uniform Traffic Control Devices” and associated AS Field Guides;

(b) Transport SA “Code of Technical Requirements for the Legal Use of Traffic Control Devices”, specifically:

Notice from the Commissioner of Highways for the Temporary Use of Traffic Control Devices by persons other than Road Authorities (Notice dated 8 April 2002),

Section 8 “Speed Control”;

(c) DPTI Field Guide for Speed Limits at Works on Roads; and

(d) Road Traffic Act 1961.

Prior to commencing activities on site, the Contractor shall notify the Superintendent of the names and telephone numbers of personnel for emergency call-outs.

2. TRAFFIC MANAGEMENT

2.1 Traffic Management Plan

The Contractor shall prepare and comply with a Traffic Management Plan.

The Traffic Management Plan shall show, where applicable, details of:

(a) the traffic management proposed during the Contract;

(b) any temporarily trafficked areas associated with the deviation of traffic and the estimated times that any proposed detour will be in operation;

(c) any restrictions to property accesses;

(d) proposals for the placement of safety barriers, work zone traffic control devices and advance direction signs, including a list of the types and numbers of signs proposed to be used; and

(e) any proposed speed restrictions.

If not provided beforehand, the Contractor shall submit the Traffic Management Plan at least 7 days before activities on site commence.

The Superintendent owes no duty to the Contractor to review any Traffic Management Plan submitted by the Contractor for compliance with the Contract or legislation.

DPTI Provision of Survey Services (Panel Agreement).Page 6

Page 16: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 2 Provision for Traffic

2.2 Approval to Temporarily Use Traffic Control Devices

As an authorised delegate of the Minister for Transport the Commissioner of Highways pursuant to Section 17 (3) of the South Australian Road Traffic Act has issued a Notice of Approval for the temporary use of traffic control devices by persons other than Road Authorities.

Attention is drawn to the fact that the grant of approval is subject to the Contractor complying with the following conditions:

Specified traffic control devices

Conformity with legislation

Conformity with the code and the field guide

Obeying reasonable directions of a police officer

Training and accreditation

Record keeping.

2.3 Records

The Contractor shall maintain accurate records of all traffic management activities (including audits). The records shall include where speed restrictions are employed, the date, location, time of operation and the nature of the speed restriction used.

3. AUDITS

In addition to audits arranged by the Contractor, the Contractor shall allow external audits of the Contractor and any subcontractor to be undertaken. Audits may be undertaken of the Contractor’s compliance with any matter relating to traffic provisions. The audits may be undertaken without notice at any time. Road Safety Audits, which are audits of the road design, may also be undertaken.

Where a non-conformance is detected during an audit, the Contractor shall take immediate action to rectify the non-conformance.

____________

DPTI Provision of Survey Services (Panel Agreement).Page 7

Page 17: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 3 OHS & W Requirements

PART 3

OCCUPATIONAL HEALTH, SAFETY AND WELFARE REQUIREMENTS

CONTENTS

1. General2. Compliance3. Safety Plan4. Hazard Management Plan 5. Compliance with Part 4 of the Road Traffic Act6. Audits7. OHS&W Performance Reporting8. Incident Notification9. Non-Compliance

1. GENERAL

This Part applies for work outside of any rail corridor.

The Contractor and any subcontractors shall at all times identify and exercise all necessary Occupational Health, Safety and Welfare (OHS&W) precautions for all persons, including the Contractor and subcontractor employees, DPTI employees and members of the public.

2. COMPLIANCE

The requirement to comply with the following is brought to the Contractor’s attention:

(a) Occupational Health, Safety and Welfare Act (SA) 1986

(b) Occupational Health, Safety and Welfare Regulations (SA) 1995

(c) Australian Standards and Codes of Practice relevant to the work under the Contract.

3. SAFETY PLAN

The Contractor shall prepare and implement a Safety Plan specific to the work under this Contract. The Safety Plan shall reference sections of the Contractor’s OHS&W System and include a Hazard Management Plan.

The Safety Plan shall address all relevant elements of either:

(a) Safety Plans listed in “DPTI OHS&W - How to Prepare Safety Plans and Hazard Management Plans”, available from http://www.dpti.sa.gov.au/documenhttp://www.dpti.sa.gov.au/standards/contractsandtenders/specificationsts/contractsandtenders;

(b) Procedure 03 – Safety Management, of the Civil Contractors Federation Integrated Management System; or

(c) An approved equivalent safety management system.

The Superintendent owes no duty to the Contractor to review any Safety Plan submitted by the Contractor for compliance with the Contract or legislation.

4. HAZARD MANAGEMENT PLAN

If applicable, information regarding any known hazard associated with the work environment which could not be reasonably anticipated by the Contractor is provided in the Specification.

The Contractor shall, prior to commencement of work, prepare a Risk Assessment following the methodology in “DPTI - How to Prepare Safety Plans and Hazard Management Plans” or AS4804 “Occupational Health and Safety Systems – General Guidelines on Principles, Systems and Supporting Techniques”. The Contractor shall reassess the risks in the event of any change to the work environment or methods of work.

DPTI Provision of Survey Services (Panel Agreement).Page 8

Page 18: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 3 OHS & W Requirements

The Contractor shall immediately notify the Superintendent of the occurrence of any conditions, events or happenings which make or threaten to make the working environment hazardous, dangerous or unsafe.

5. COMPLIANCE WITH PART 4 OF THE ROAD TRAFFIC ACT

If this Contract requires the transportation of goods or materials, the Contractor’s Safety Plan and / or Hazard Management Plan shall include procedures and / or instructions to ensure compliance with “Part 4 - Vehicle Standards, Mass and Loading Requirements and Safety Provisions” of the Road Traffic Act (SA) 1961. At a minimum, the procedures and / or instructions must address (where applicable) the methods for:

(a) accurately and safely weighing or measuring the vehicle or load;

(b) safely restraining loads;

(c) providing reliable evidence to calculate the weight or measurement of the vehicle or load;

(d) ensuring that weather conditions or the positioning of the load and / or vehicle does not breach the Road Traffic Act (SA) 1961;

(e) exercising supervision or control of others involved in the loading of vehicles;

(f) provide information, instruction, training and supervision to employees; and

(g) ensuring compliance with the requirements of the Road Traffic (Heavy Vehicle Driver Fatigue) Regulations 2008.

6. AUDITS

The Contractor’s Safety Plan shall include an audit schedule and reference an audit procedure.

In addition to audits arranged by the Contractor, the Contractor shall allow external audits of the Contractor and any subcontractor to be undertaken. Audits may be undertaken of the Contractor’s compliance with any matter relating to the safety requirements of this contract or legislation. The audits may be undertaken without notice at any time. Where a non-conformance is detected during an audit, the Contractor shall take immediate action to rectify the non-conformance.

7. OHS&W PERFORMANCE REPORTING

At each Site Meeting or upon request, the Contractor shall provide evidence of ongoing performance of the Contractor’s OHS&W management system, including the following information:

(a) Number of lost time injuries.

(b) Working days lost due to injury.

(c) Current status of any injured personnel, damaged property.

(d) Status of the implementation and outcomes of corrective actions undertaken as a result of OHS&W inspections and hazard identification.

(e) Evidence of OHS&W management system audits undertaken.

When requested, the Contractor shall provide reports on OHS&W inspections, audits or assessments undertaken during the course of the Contract.

8. INCIDENT NOTIFICATION

In the event of a dangerous occurrence requiring notification to the Workplace Services Inspectorate, the Contractor shall at the same time inform the Superintendent. The Contractor shall immediately notify the Superintendent of any accident or injury which occurs during the Contract. The Contractor shall, within 3 days of any such incident, provide a report giving complete details of the incident, including results of investigations into its cause, and any recommendations or strategies for prevention in the future.

DPTI Provision of Survey Services (Panel Agreement).Page 9

Page 19: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 3 OHS & W Requirements

9. NON-COMPLIANCE

The Contractor’s attention is drawn to the right of the Superintendent under the General Conditions of Contract to direct the Contractor to suspend the progress of the whole or work under the Contract for such time as the Superintendent thinks fit for the protection or safety of any person or property.

____________

DPTI Provision of Survey Services (Panel Agreement).Page 10

Page 20: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

PART 4

RAIL SAFETY PROVISIONS

CONTENTS

1. General2. Contractor’s Obligations3. Safety Management System 4. Risk Management5. Incident Notification & Reporting6. Incident Investigation7. Construction Industry Induction8. Rail Safety Specific Safety Management 9. Compliance with Part 4 of the Road Traffic Act 196110. Surveillance and Audit11. Reporting and Records12. Hold Points

1. GENERAL

This Part specifies safety requirements which the Contractor must comply with when carrying out design, construction, commissioning, use, installation, modification, maintenance, repair, cleaning or decommissioning of Rail Infrastructure.

The requirement to comply with the following is brought to the Contractor’s attention:

(a) Occupational Health, Safety and Welfare Act (SA) 1986

(b) Occupational Health, Safety and Welfare Regulations (SA) 1995

(c) Rail Safety Act (SA) 2007

(d) Rail Safety (General) Regulations (SA) 2008

(e) Rail Safety (Alcohol and Drug Testing) Regulations (SA) 2008

(f) Road Traffic Act (SA) 1961 – Part 4

The following documents are referenced in this Part:

(a) AS 1742.7: Manual of Uniform Traffic Control Devices – Railway Crossing

(b) AS 1085: Railway Permanent Way Material

(c) AS 4292: Rail Safety Management

(d) AS 4308: Procedures for Specimen Collection and the Detection and Quantitation of Drugs of Abuse in Urine

(e) AS 31000: Risk Management

(f) AS 19011: Guidelines for Quality and/or Environmental Management Systems Auditing;

(g) Australian Safety and Compensation Council (ASCC): National Code of Practice for Induction for Construction Work (available from: http://www.safeworkaustralia.gov.au)

(h) National Transport Commission Australia (NTC): National Heath Assessment Standards for Rail Safety Workers (available from: www.ntc.gov.au)

(i) National Transport Commission Australia (NTC): National Rail Safety Guideline - Management of Fatigue in Rail Safety Workers (available from: www.ntc.gov.au)

(j) South Australian Rail Infrastructure Manager and Rolling Stock Operators, Security Self-Assessment Handbook (available from: www.transport.sa.gov.au)

(k) Safework SA: Approved Code Of Practice for Working Hours (available from: http://www.safework.sa.gov.au)

DPTI Provision of Survey Services (Panel Agreement).Page 11

Page 21: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

(l) Rail Commissioner’s Safety and Risk Management System Framework (copy provided upon request)

The definitions in the Rail Safety Act (SA) 2007 shall apply to this Part.

2. CONTRACTOR’S OBLIGATIONS

Contractors must ensure as far as is reasonably practical, the safety of its employees, sub contractors, visitors, DPTI employees and members of the public, in relation to Contractor’s work under this contract.

Pursuant the Rail Safety Act (SA) 2007 (the “Act”), the Rail Commissioner is the Rail Infrastructure Manager (and hence Rail Transport Operator) for the work under the Contract. To enable the Rail Commissioner to fulfil its obligations under Part 4 of the Act, the Contractor warrants to the Principal that it will implement all necessary systems, comply with such systems and will take all necessary actions in relations to its safety obligations under the Contract. The Principal will be relying upon the professed expertise of the Contractor in rail safety to fulfil the Rail Commissioner’s obligations pursuant to the Act. The Contractor acknowledges that it is aware that the Principal entered this Contract in reliance upon the warranties in this Clause.

The Contractor’s attention is drawn to Section 9 “Rail safety work” and Section 29 “Duties of rail transport operators extend to contractors” of the Act.

The Rail Safety Regulator is appointed pursuant to Part 3 of the Act. The Contractor acknowledges that notwithstanding administrative arrangements, the Rail Safety Regulator acts independently of the Principal and is not an agent of the Principal. The exercise of a function pursuant to the Act by the Rail Safety Regulator is not a direction of the Superintendent or Principal and the Contractor bears all risks associated with the exercise of a function by the Rail Safety Regulator pursuant to the Act.

3. SAFETY MANAGEMENT SYSTEM

3.1 General

The Contractor must develop, implement and maintain a Safety Management System which defines the Contractor’s systematic approach to managing safety and meeting the requirements of this Part, including referenced legislation and regulations.

The Contractors Safety Management System will be subject to audit by the Rail Commissioner using the Rail Commissioner’s Safety and Risk Management System Framework.

The Contractor must undertake periodic reviews to ensure the effectiveness and continuous improvement of the Contractor’s Safety Management System by identifying deficiencies and undertaking appropriate rectification.

3.2 Safety Management Plan

If not previously provided to the Superintendent, the Safety Management Plan shall be provided at least 48 days prior to the commencement of work on Site.

The Contractor’s Safety Management Plan shall:

(a) describe how the Contractor will manage safety in relation to the work under the Contract;

(b) be specific to the scope of work activities to be carried out;

(c) provide references to relevant documentation within the Contractor’s Safety Management System; and

(d) be reviewed by the Contractor throughout the life of the Contract;

Provision of the Safety Management Plan shall constitute a HOLD POINT. The Safety Management Plan is a Controlled Document; refer Clause 140.4 “Document Control”.

The Contractor’s Safety Management Plan and its implementation will be subject to audit by the Rail Commissioner’s Rail Safety Manager or delegate (refer Clause 11.1) using either:

(a) Schedule 1 “Content of the Safety Management System” of the Rail Safety (General) Regulations 2008; or

DPTI Provision of Survey Services (Panel Agreement).Page 12

Page 22: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

(b) the Rail Commissioner’s Safety and Risk Management System Framework.

If the Superintendent provides comment regarding any safety related documentation, the Contractor must consider that comment and amend the documentation where necessary to comply with the requirements of this Clause.

4. RISK MANAGEMENT

4.1 Organisational Risk Management

The Contractor shall have a documented organisational risk management process in place which meets the requirements of AS 31000.

4.2 Safety Risk Management specific to Contract

Within the Safety Management Plan (refer Clause 3.2), the Contractor shall describe the specific risk management process to be applied to the work under the Contract. The Contractor shall carry out a project risk assessment and as a result, produce a Project Risk Register. The Contractor’s Project Risk Register shall:

(a) be specific to the work being carried out;

(b) involve, through its development, stakeholders (including but not limited to the Public Transport Services – Operations and Maintenance division of DPTI and Rail Commissioner personnel);

(c) include assigned responsibility and timeframes for every identified control measure and/or action required; and

(d) be regularly reviewed and updated throughout the life of the project.

The Contractor shall ensure that all identified control measures and action items on the Project Risk Register are completed to assigned timeframes and monitored for effectiveness throughout the life of the Contract.

The Project Risk Register shall be a Controlled Document in accordance with Clause 140.4 "Document Control".

5. INCIDENT NOTIFICATION & REPORTING

The Contractor shall immediately notify the Superintendent and Rail Safety Manager of any:

(a) injury, or any near miss event with potential to occasion injury;

(b) Notifiable Dangerous Occurrence (Refer: Division 6.6 - Notification of Certain Occurrences of the Occupational Health, Safety & Welfare Regulations 1995); or

(c) Notifiable Occurrence (Refer: Section 74 “Notification of Certain Occurrences” of the Act and Section 26 “Reporting of Notifiable Occurrences” of the Rail Safety (General) Regulations 2008).

The Contractor shall provide:

(a) an initial written notification report to the Rail Safety Manager and Superintendent of the incident within 24 hours of the incident occurring; and

(b) a full written investigation report within 72 hours of the incident occurring.

Provision of the notification and investigation report shall constitute a HOLD POINT.

6. INCIDENT INVESTIGATION

Where the Rail Commissioner is conducting an investigation, the Contractor shall provide all assistance necessary in collation of evidence to assist an incident investigation.

To assist with an Incident Investigation, the Contractor shall provide the Rail Safety Manager and nominated delegates, with unrestricted access to the Contractor’s employees and records.

DPTI Provision of Survey Services (Panel Agreement).Page 13

Page 23: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

Following the recommendations of the Investigation Report, the Contractor shall initiate and implement any assigned actions emanating from the Investigation Report.

7. CONSTRUCTION INDUSTRY INDUCTION - WHITE CARD

The Contractor shall ensure that all employees, subcontractors and subcontractors’ employees who may access a Rail Infrastructure construction Site have undertaken the “White Card” General Induction Course training in accordance with the National Code of Practice for Induction for Construction Work.

8. RAIL SAFETY SPECIFIC SAFETY MANAGEMENT REQUIREMENTS

8.1 General

The requirements of this Clause are in addition to those specified in the Act, Division 4 – Safety Management.

8.2 Security Management Plan (Section 63 of the Act)

The Contractor shall prepare and implement a project-specific Security Management Plan, describing how the security environment will be effectively managed for the work under the Contract. This may be a section within the Safety Management Plan (refer Clause 3.2).

The Security Management Plan shall be based on a security risk assessment and at a minimum describe:

(a) security responsibilities;

(b) security related communication processes;

(c) specific security policies and procedures pertaining to the project;

(d) physical security arrangements; and

(e) the process to be used for employee security checks (if required) and training.

Security Management Plans shall be prepared in accordance with South Australian Rail Infrastructure Manager and Rolling Stock Operators, Security Self-Assessment Handbook.

8.3 Emergency Management Plan (Section 64 of the Act and Division 5 of the Regulations)

The Contractor shall prepare and implement a project-specific Emergency Management Plan, describing how the Contractor will ensure an adequate response to emergencies. This may be a section within the Safety Management Plan (refer Clause 3.2). As a minimum, the plan shall address the following:

(a) the types or classes of foreseeable emergencies;

(b) the consequences of each type or class of those emergencies, including estimates of the likely magnitude and severity of the effects of each type or class;

(c) the risks to safety arising from those emergencies;

(d) methods to mitigate the effects of those emergencies;

(e) initial response procedures for dealing with those emergencies and the provision of rescue services;

(f) recovery procedures for the restoration of works, adjacent railway operations and for the assistance of people affected by the occurrence of those emergencies;

(g) the allocation of emergency management roles and responsibilities within the worksite, and between the site and interface organisations;

(h) call out procedures;

(i) the allocation of personnel for the on site management of those emergencies;

(j) procedures for liaison with relevant emergency services, including information about the circumstances in which the emergency services are to be immediately contacted;

(k) procedures to ensure that emergency services are provided with all the information that is reasonably required to enable them to respond effectively to an emergency;

(l) procedures for effective communications and co operation throughout the emergency response; and

DPTI Provision of Survey Services (Panel Agreement).Page 14

Page 24: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

(m) procedures for ensuring site security and for the preservation of evidence following an incident.

The Emergency Management Plan shall be provided to the Superintendent and to the emergency services.

8.4 Health and Fitness Management Program (Section 65 of the Act)

The Contractor shall ensure that all employees, subcontractors and subcontractors’ employees whose duties involve, or are likely to involve rail safety work are medically assessed as being physically and psychologically fit to undertake their work, as defined in the NTC publication: National Heath Assessment Standards for Rail Safety Workers.

All health assessments shall be conducted by an appropriately qualified and accredited independent organisation, in accordance with the NTC publication: National Heath Assessment Standards for Rail Safety Workers.

No person shall be permitted to perform activities under this Contract for which they have not received the appropriate category of medical assessment.

The Safety Management Plan shall include a description of procedures and initiatives in place to manage the health and well-being of all employees and subcontractor’s employees.

8.5 Alcohol and Drug Management Program (Section 66 of the Act)

8.5.1 General

The Safety Management Plan shall include a description of the Contractors alcohol and drug management program and associated procedures for:

(a) alcohol and drug testing;

(b) notification of positive test results;

(c) education and awareness;

(d) counselling and assistance; and

(e) self disclosure.

8.5.2 Alcohol and Drug Testing

The Contractor shall ensure all employees and subcontractors employees employed for the project undergo alcohol and drug screening prior to commencement on site. The work-site shall be zero tolerance in accordance with Clause 9.5.3

The Contractor shall establish a random test program which shall achieve a minimum test rate of 25% (in addition to pre commencement screening) of all employees and subcontractors employees on site. The Contractor shall have procedures for targeted testing which as minimum address the following:

(a) Notifiable Occurrence; and

(b) Just Cause.

The methods of administering and processing alcohol and other drug tests will be in accordance with AS 4308 and the Rail Safety (Alcohol and Drug Testing) Regulations 2008.

8.5.3 Notification Process for Positive Tests

In the event that any Contactor’s employee or subcontractor’s employee is found with either a prescribed level of alcohol above a concentration of 0.02 grams in 100 millilitres of blood or while under the influence of a prescribed drug *, the Contractor shall immediately provide a verbal report to the Rail Commissioner Rail Safety Manager and Superintendent and a copy of the written report from the laboratory.

Prescribed drug * includes those as defined within the Rail Safety (Alcohol and Drug Testing) Regulations 2008 and those drugs listed within AS 4308: Section 4.1 General

DPTI Provision of Survey Services (Panel Agreement).Page 15

Page 25: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

A refusal to undertake a test shall be reported to the Superintendent and the Rail Commissioner Rail Safety Manager.

8.6 Fatigue Management Program (Section 68 of the Act)

The Safety Management Plan shall include a description of the Contractor’s Fatigue Management Program, which shall include the following at a minimum:

(a) a fatigue policy containing working hour rules;

(b) a process to monitor working hours and identify non-compliance with working hour rules (as defined in fatigue policy);

(c) a process to address non-compliance with working hour rules;

(d) an education program; and

(e) appropriate roster design.

The Fatigue Management Program shall comply with the Safework SA: Approved Code of Practice for Working Hours and the principles contained within the National Rail Safety Guideline - Management of Fatigue in Rail Safety Workers.

8.7 Assessment of Competence (Section 69 of the Act)

The Contractor shall establish required competencies for all tasks to be performed by its employees and subcontractors.

Assessments are to be conducted for each worker and on the arrival of new or transferred workers. Employees of the Contractor and its subcontractors shall not work on the Site unless their skills, knowledge and experience have been assessed as appropriate.

The Contractor shall identify any gap in worker competence. The difference between the set competence for the task and the worker competence determines the competence gap. The Contractor shall ensure all employees and subcontractor’s employees achieve the set competence for the task.

The Contractor shall maintain records of assessed competencies for employees and subcontractor’s employeesThe Contractor shall ensure that all employees and subcontractors have undergone a site specific induction.

The Contractor’s assessment of competence shall include Track Safety Awareness Training, where required in accordance with Part 174 “ARTC Railway Provisions” or Part 175 “Adelaide Metropolitan Passenger Railway Provisions”.

The Contractor shall, on request by the Superintendent or an Authorised Officer, provide evidence of competence and training of rail safety workers.

9. COMPLIANCE WITH PART 4 OF THE ROAD TRAFFIC ACT 1961

Where the Contractor transports goods or materials, the Contractor’s Safety Management Plan shall include procedures and / or instructions to ensure compliance with “Part 4 - Vehicle Standards, Mass and Loading Requirements and Safety Provisions” of the Road Traffic Act (SA) 1961. At a minimum, the procedures and / or instructions must address (where applicable) the methods for:

(a) accurately and safely weighing or measuring the vehicle or load;

(b) safely restraining loads;

(c) providing reliable evidence to calculate the weight or measurement of the vehicle or load;

(d) ensuring that weather conditions or the positioning of the load and / or vehicle does not breach the Road Traffic Act (SA) 1961;

(e) exercising supervision or control of others involved in the loading of vehicles;

DPTI Provision of Survey Services (Panel Agreement).Page 16

Page 26: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

(f) provide information, instruction, training and supervision to employees; and

(g) ensuring compliance with the requirements of the Road Traffic (Heavy Vehicle Driver Fatigue) Regulations 2008.

10. SURVEILLANCE AND AUDIT

10.1 General

The Contractor shall allow audit or surveillance of the Contractor's work practices, systems or documentation to be undertaken by an agent of the Superintendent or the Rail Commissioner’s Rail Safety Manager. The Contractor shall provide relevant requested documentation, access to worksites and relevant Rail Safety Worker input.

Where a non-conformance is identified, the Contractor may be issued with either, an “observation notice”, a “non-conformance notice” or a “corrective action request”. If this occurs the Contractor must act to rectify the non-conformance within the following timeframes:

Observation notice: 7 days

(a) Non-conformance notice: 3 days

(b) Corrective Action request: 24 hours

The Contractor shall undertake internal audits in accordance with AS 19011 and ensure that all system elements and major subcontractors are audited at least once during the project.

10.2 Surveillance of Compliance with Alcohol and Drug Requirements

The Contractor’s attention is drawn to “Schedule 2—Provisions Relating to Alcohol and Other Drug Testing” of the Act and the powers of Authorised Persons to require any worker to submit to testing for alcohol and other drugs. The Rail Safety Manager and other employees or agents of the Rail Commissioner may be appointed to be an Authorised Person. The Contractor shall ensure that its employees and subcontractor’s employees are informed of their responsibility to submit to testing by an Authorised Person and cooperate with the Authorised Person.

11. REPORTING AND RECORDS

Upon request, the Contractor shall make available documentation and records demonstrating compliance with this Part and the Act. At each Site Meeting, upon request, or at a minimum monthly, the Contractor shall provide evidence of ongoing performance of the Contractor’s Rail Safety Management System, including the following information:

(a) Injury Frequency Rates;

(b) Number of Incidents;

(c) Current status of any injured personnel, damaged property;

(d) Details of investigations undertaken;

(e) Number of hazard and near miss reports raised;

(f) Status of corrective actions arising from hazard and near miss reports;

(g) Completion of internal audits, including audits on subcontractors (number of audits scheduled v number of audits complete);

(h) Completion of workplace inspections (number of inspections scheduled v completed)

(i) The findings of and resulting actions from internal audits and workplace inspections (conducted by the Contractor); and

(j) Status of corrective actions arising from audits or workplace inspections conducted by the Rail Commissioner’s Rail Safety Manager or delegate.

DPTI Provision of Survey Services (Panel Agreement).Page 17

Page 27: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Statement of Requirements: Part 4 Rail Safety Provisions

12. HOLD POINTS

The following is a summary of Hold Points (refer Part 140 "Quality System Requirements") referenced in this Part:

CLAUSE REF HOLD POINT RESPONSE TIME

4.2. Submission of the Safety Management Plan 20 working days.

5 Incident notification and report *

5 Incident investigation report *

* Hold Points relating to safety incidents will only be released when the Superintendent and / or Rail Safety Regulator are satisfied that that adequate corrective Action has been implemented.

_________

DPTI Provision of Survey Services (Panel Agreement).Page 18

Page 28: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: August 2011 Specification Part 175 Adelaide Metropolitan Passenger Railway Provisions

APPENDIX 1

DPTI MASTER SPECIFICATIONS FOR TRANSPORT INFRASTRUCTURE

The complete DPTI Master Specification is available from:http://www.dpti.sa.gov.au/documents/contractsandtenders/specifications

DPTI Provision of Survey Services (Panel Agreement).Page 19

Page 29: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

APPENDIX 2

DPTI OHS&W - HOW TO PREPARE SAFETY PLANS AND HAZARD MANAGEMENT PLANS

refer: http://www.dpti.sa.gov.au/standards/contractsandtenders/occupational_health,_safety__and__welfare_ohs_and_w_in_contracts

DPTI Provision of Survey Services (Panel Agreement).Page 3

Page 30: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

APPENDIX 3

CONTRACT REVIEW FORM

DPTI Provision of Survey Services (Panel Agreement).Page 1

Page 31: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

CONTRACTS & ENVIRONMENTSPECIALIST SERVICES

CONTRACT REVIEW

To be issued at completion of the Contract

TO THE CONTRACTOR:PROJECT TITLE:

PATCHS No.: Contract File No.:

The work undertaken by the Contractor has been assessed as:

ASSESSMENT CRITERIASCOR

E0 - 5

DPTI'S COMMENTS

PROJECT DELIVERABLES / REQUIREMENTSIncludes technical capacity, methodology, communication, compliance with standards & guidelines, standard of deliverables

TIMELINESSIncludes dates achieved, in communicating issues, response to additional client requirements

Non Conformance issued Report No……………..

Contract Manager:CONTRACTOR'S

COMMENTSQUALITY OF DOCUMENTATIONSCOR

ESignature:Includes clear scope, complete & realistic description of requirements, issues & risks addressed

0 - 5

Date: / /

CONTRACT MANAGER PERFORMANCEContractor’s Representative:

_________________________

________________________________

______________________________Signature:Coordinator / /

Date: / /

DPTI Provision of Survey Services (Panel Agreement).Page 2

TRANSPORT SERVICES DIVISION

77 Grenfell StreetAdelaide SA 5000

GPO Box 1533Adelaide SA 5001

Telephone: (08) 8343 2222Facsimile: (08) 8343 2768

ABN 92 366 288 135

Page 32: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

Services / /Contracts & Environment / /

DPTI Provision of Survey Services (Panel Agreement).Page 3

Page 33: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

Scoring Guidelines (half scores can be given)5 Significantly exceeds requirements (exceptional)

e.g. Contractor has highlighted significant aspect of jobs that were not expected and had impact on costs, timeliness or deliverables of contracts.

4 Above averageMet all requirements specified in the contract. Application of proactive planning and evidence of continual improvement culture or processes. Professional & co-operative approach from Contractor's staff.

3 AverageSubstantially meets requirements specified in the contract, however, there may be only minimal application of proactive planning or evidence of continual improvement culture or processes. Good communication with Contractor's staff.

2 Below AverageMeets most of the requirements specified in the contract, but some shortcomings evident. May have needed input from DPTI to assist. Improvements in planning/programming may be required.

1 PoorUnacceptable performance. Serious shortcomings with requirements specified in the contract. (Contractor's status needs reviewing)

0 Substantial failure by Contractor to meet specified requirements(Contractor's status needs reviewing)

FURTHER COMMENTS:

DPTI Provision of Survey Services (Panel Agreement).Page 4

Page 34: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

APPENDIX 4

ENGINEERING SURVEY STANDARDS & GUIDELINES – SUR-CT003

(DRAFT)

DPTI Provision of Survey Services (Panel Agreement).Page 1

Page 35: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

Engineering Survey Standards and Guidelines - SUR-CT003

3. SURVEY ACCURACY

3.1 (a) Typical Survey Accuracy Standards

Unless stated otherwise in the project brief, these standards shall be achieved.

All feature strings shall be surveyed, locating all changes of grade along and between strings. The feature strings shall be accurately located for horizontal and vertical representation. Non hard stand features refer to naturally occurring features which are used to create the TIN. The following accuracy standards shall be maintained:

Item Urban Survey Rural SurveyHard Stand Features Non Hard Stand

FeaturesHard Stand Features Non Hard Stand

FeaturesHorizonta

lVertical Horizonta

lVertical Horizonta

lVertical Horizonta

lVertical

Survey Control 1:20 000 12K mm

1:20 000 12K mm

1:20 000 12K mm

1:20 000 12K mm

Figure 1: Surveyed points

20 mm 20 mm 100 mm 50 mm 30 mm 30 mm 150 mm 100 mm

Figure 2: ‘Arc to chord’ tolerance

100 mm 20 mm 300 mm 100 mm 200 mm 30 mm 300 mm 150 mm

Independent Checks

20 mm 20 mm 100 mm 50 mm 30 mm 30 mm 150 mm 100 mm

3.1 (b) High Survey Accuracy Standards

If requested, these standards shall be achieved for nominated features. Typical survey accuracy standards apply for the remainder of the work.

Item Horizontal VerticalSurvey Control 1:50 000 5K mmFigure 1: Surveyed points 10 mm 10 mmFigure 2: ‘Arc to chord’ tolerance 10 mm 10 mmIndependent check 10 mm 5 mm

3.2 Relative vertical accuracy

The relative accuracy between adjacent points shall be half of that stated above. For example, the difference in grade between two points on a string shall be within 10 mm of the actual grade in a typical urban survey on hard stand surfaces.

DPTI Provision of Survey Services (Panel Agreement).Page 2

Page 36: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

DPTI Provision of Survey Services (Panel Agreement).Page 3

Page 37: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Edition: September 2011 Appendices

3.3 Verification of survey accuracy

Sufficient independent checks shall be obtained to ensure that the appropriate accuracy standards have been met. The results of these checks shall be documented in the survey report.

Points or strings used for verification shall be placed in a model named QQ Model.

DPTI Provision of Survey Services (Panel Agreement).Page 4

Page 38: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

PANEL AGREEMENT

FOR

THE PROVISION OF SERVICES

Refer to: http://www.dpti.sa.gov.au/contractor_documents/dpti_general_conditions_of_contract

DPTI Provision of Survey Services (Panel Agreement).Page 5

Page 39: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

GCC Services - MajorAnnexure

ANNEXURE

The Principal: (Clause 2) Commissioner of Highways

The address of the Principal: Roma Mitchell House136 North TerraceADELAIDE 5000.

Commencement Date of this Agreement:(Clause 4)

The date of execution of this Agreement

Expiry Date of this Agreement:(Clause 4)

Refer Statement of Requirements

Period of Extended Term:(Clause 4)

36 months

The Principal’s Representative: (Clause 5) Manager, Contracts & Environment

The address of the Principal’s Representative: 77 Grenfell Street,ADELAIDE SA 5081

Payment will be by the method: (Clause 12.4) Refer to Statement of Requirements

The amount of Public Liability Insurance shall be not less than: (Clause 17)

$10,000,000

The amount of Professional Indemnity Insurance shall be not less than: (Clause 17)

$2,000,000

Payment will be by the method: (Clause 12.4) Refer to Statement of Requirements

DPTI Provision of Survey Services (Panel Agreement).Page 6

Page 40: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

APPLICATION FORM

TO THE EXECUTIVE DIRECTOR:

THE PROVISION OF SURVEY SERVICES

(PANEL AGREEMENT)

I/We the undersigned, do hereby tender to perform the above in accordance with the application documents.

Applicant's Name ................................................................................................................................................(BLOCK LETTERS)

ACN .............................................………............... ABN ……..............................……........….........................

Address ...............................................................................................................................................................

Telephone No. ..................................................................... Fax No. ................................................................

I/We declare that this tender is independent and that there has not been any unlawful collusion with any other potential respondent to the procurement process.

Signature of Applicant ............................................................ Name .................................................................(signature not required if submitting electronically)

Position in Company ...........................................................................................................................................

Signature of Witness ..................................................... Name of Witness ........................................................

Dated the .......................................................................... day of ................................................... 20 .............

FOR OFFICE USE ONLY.............Tender(s) opened on ........./........./......

by ......................................................    (................................................)

in the presence of .......................................................................................

(.....................................................................)

Tender No. .........

Examined:

Checked:

Date ......../....../......

Page 41: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Revision 0

SCHEDULE CHECKLIST FOR TENDER SUBMISSION

For each item please tick the box to indicate that the Schedule has been completed in accordance with Conditions of Tendering Annexure A and included with your tender submission.

1 Schedule of Rates. □2 Certificate of Currency of Public Liability Insurance. □3 Certificate of Currency of Professional Indemnity. □4 Organisational Structure. □5 Work History. □6 Management Systems □7 Qualifications and Experience. □8 Methodology Statements

Engineering Survey Accuracy 3.1(a) – Typical Survey Accuracy Standards if not in accordance with SUR-CT003.

Engineering Survey Accuracy 3.1(b) – High Accuracy Standard, if the Applicant wants to be considered for this type of work

□□

9 Evidence of ability to provide an MX Bentley input file or 12da file in accordance with DPTI’s Survey Standards and Guidelines for the service categories applied □

………………………. ……………..Applicant’s signature Date

DPTI 2011 - 050 Provision of Survey Services (Panel Agreement). Page 1

Page 42: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Revision 0

SCHEDULE 1

SCHEDULE OF RATES

RATES SHALL BE EXCLUSIVE OF GST

Item No. Services and Categories

Contractor's Personnel or Subcontractor Providing the ServiceHourly Rate $ Hourly Rate $ (In

House)Name Location

1. Property Surveys1.1 Field work

1.2 Office

1.3 Drafting

1.4 Searching

………………………. ……………..Tenderers signature Date

DPTI Provision of Survey Services (Panel Agreement). Page 2

Page 43: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Revision 0

SCHEDULE 1

SCHEDULE OF RATES

RATES SHALL BE EXCLUSIVE OF GST

Item No. Services and Categories

Contractor's Personnel or Subcontractor Providing the ServiceHourly Rate $ Hourly Rate $ (In

House)Name Location

2. Construction Surveys2.1 Field Work

2.2 Office

2.3 Drafting

2.4 Searching

………………………. ……………..Tenderers signature Date

DPTI Provision of Survey Services (Panel Agreement). Page 3

Page 44: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Revision 0

SCHEDULE 1

SCHEDULE OF RATES

RATES SHALL BE EXCLUSIVE OF GST

Item No. Services and Categories

Contractor's Personnel or Subcontractor Providing the ServiceHourly Rate $ Hourly Rate $ (In

House)Name Location

3. Engineering Surveys3.1 Field Work

3.2 Office

3.3 Drafting

3.4 Searching

REFER OVER FOR SCORING GUIDELINES

………………………. ……………..Tenderers signature Date

DPTI Provision of Survey Services (Panel Agreement). Page 4

Page 45: Revision 0 · Web viewPANEL for THE PROVISION OF SURVEY SERVICES INVITATION CONTACT FOR FURTHER INFORMATION Enquiries are to be directed to: Coordinator Special Services Telephone:

Revision 0

FOR DPTI USE ONLY

<$11K - forward copy to Contract Administrator>$11K - forward for signing as indicated below and a copy to Contract Administrator

Has the review indicated that the Contractors Panel/Prequalification status be reviewed? Yes NoIf yes, forward to Coordinator Specialist Services for reviewIncludes communication, timeliness and adequacy of response to requests

TO THE CONTRACT MANAGER:DPTI’s contract performance has been assessed as:

ASSESSMENT CRITERIA

………………………. ……………..Tenderers signature Date

DPTI Provision of Survey Services (Panel Agreement). Page 5