Tender Advertisement #1574044
Sprayed bitumen sealing
Location
Closing
Tender Details
T25-14 - Sprayed Bitumen Sealing Tender
Junee Shire Council requests suitably qualified and experienced Contractors to provide a Quotation for the whole of the works as detailed in the tender documentation. Suppliers are to provide evidence of their abilities to undertake relevant testing for the purposes of developing a seal design and will be required to provide evidence of having suitable professional indemnity insurance.
A pricing schedule has been developed for the purpose of providing total quantities for suppliers and a program has been developed to provide suppliers with a sense of the various types of works required. Note that heavy patching has not been included, in these schedules, but the supplier will be required to supply sprayed sealing services for this activity utilising the rates provided.
Junee Shire Council reserves the right to reduce or increase the Scope of works prior to commencement, and during the works/financial year to meet budgetary obligations.
Timing for the works for will generally be:
1. State & Regional Road reseals – November - December 2026, 2027 & 2028.
2. Local Rural Road & Urban Streets reseals – January- April 2026, 2027, and 2028.
3. Project Two Coat Seals – on a 6–8-week basis from September to May during the construction season
All works are to be carried out to Austroads and RMS Specifications pertaining to Bitumen Sealing works as detailed in each of the Schedules.
All works are to comply with current NSW Regulations for Work Health and Safety and documentation is to be provided prior to any works commencing and evidence of compliance is required for all works prior to commencement.
Traffic Control plans, Vehicle Movement Plans, and Separation of People and Plant Plans, are also to be provided prior to works commencing. The successful Contractor shall be required to hold and maintain suitable Professional Indemnity insurance, and all insurances are to be maintained through Statewide’s Contractor Insurance Management System.
Copies of all documents and test results utilised during the course of the works are to be made available on request.
The contract will be initially signed for three (3) years. Council may extend the agreement up to three (3) occurrences, for another one (1) year period, based on the assessment outcome of contractor’s performance, provision of the appropriate insurances and the rates at the end of each financial year.
Junee Shire Council requests suitably qualified and experienced Contractors to provide a Quotation for the whole of the works as detailed in the tender documentation. Suppliers are to provide evidence of their abilities to undertake relevant testing for the purposes of developing a seal design and will be required to provide evidence of having suitable professional indemnity insurance.
A pricing schedule has been developed for the purpose of providing total quantities for suppliers and a program has been developed to provide suppliers with a sense of the various types of works required. Note that heavy patching has not been included, in these schedules, but the supplier will be required to supply sprayed sealing services for this activity utilising the rates provided.
Junee Shire Council reserves the right to reduce or increase the Scope of works prior to commencement, and during the works/financial year to meet budgetary obligations.
Timing for the works for will generally be:
1. State & Regional Road reseals – November - December 2026, 2027 & 2028.
2. Local Rural Road & Urban Streets reseals – January- April 2026, 2027, and 2028.
3. Project Two Coat Seals – on a 6–8-week basis from September to May during the construction season
All works are to be carried out to Austroads and RMS Specifications pertaining to Bitumen Sealing works as detailed in each of the Schedules.
All works are to comply with current NSW Regulations for Work Health and Safety and documentation is to be provided prior to any works commencing and evidence of compliance is required for all works prior to commencement.
Traffic Control plans, Vehicle Movement Plans, and Separation of People and Plant Plans, are also to be provided prior to works commencing. The successful Contractor shall be required to hold and maintain suitable Professional Indemnity insurance, and all insurances are to be maintained through Statewide’s Contractor Insurance Management System.
Copies of all documents and test results utilised during the course of the works are to be made available on request.
The contract will be initially signed for three (3) years. Council may extend the agreement up to three (3) occurrences, for another one (1) year period, based on the assessment outcome of contractor’s performance, provision of the appropriate insurances and the rates at the end of each financial year.
This information is not guaranteed to be accurate or complete. Please confirm all details with the Tendering Firm before responding.
Powered by Tenders.Net - Inventors of E-Tendering