You are on page 1of 35

THE ADMINISTRATION OF NORFOLK ISLAND

REQUEST FOR TENDER


NUMBER 01/13

OFFER DOCUMENT
DESIGN FOR STRENGTHENING AND EXTENSION TO CASCADE JETTY

PLEASE NOTE OFFERS CLOSE AT:


3PM NORFOLK ISLAND TIME
MONDAY 18 FEBRUARY 2013

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

REQUEST FOR TENDER


REQUEST FOR TENDER FOR THE DESIGN FOR STRENGTHENING AND
EXTENSION TO CASCADE JETTY
The Administration of Norfolk Island [ANI] invites Tenders for the design for the
strengthening of Cascade Jetty, and a 10-metre wide and 20-metre long extension to the
jetty, and a full costing of these works accordance with this Request for Tender (RFT).
The engineered design must allow for barges to moor alongside the extended jetty, and
for a large mobile crane to operate on the jetty.

Tender Closure Date:

3:00pm Norfolk Island Time Monday 18 February 2013

Contact Officer:

Mr Alan McNeil
Acting Manager
Land Use & Environment
Tel: +6723 23595
Email: amcneil@admin.gov.nf

Deadline for Submission


of Tenderer Questions:

3:00pm Norfolk Island Time Friday 15 February 2013

1. Offer Submission: Tenders must be submitted before the Tender Closing Time
either in hard copy enclosed in a suitably endorsed sealed envelope addressed to:Tender Box
Records Department
The Administration of Norfolk Island
New Military Barracks
Quality Row
Kingston, Norfolk Island 2899
Or through electronic lodgement via email to tenders@admin.gov.nf
Tenders lodged by any other means, such as facsimile, will not be considered.
2. Close of Offer: Tenders close on the Tender Closure Date. All Offers received prior
to this time will be placed in the Tender Box and publicly opened at the Tender
Closure Time. It is the responsibility of the Tenderer to ensure that arrangements are
made to have the Tender placed in the tender box or electronically submitted before
the Tender Closure Date.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

3. Acceptance: The ANI shall not be bound to accept the lowest or any Offer. An Offer
shall be deemed to have been accepted only when such acceptance has been
notified to the Tenderer in writing and a Contract signed.
4. Subject to conditions: Tenders are submitted subject to these Tender conditions
and the General Conditions of Contract for the Supply of Services outlined in
Schedule 3 and any other Special Conditions attached to the Tender Offer.
5. Special Conditions: Any additional or alternative terms or conditions attached to the
Tender Offer Form as Special Conditions take precedence over the Tender conditions
or the General Conditions of Contract for the Supply of Services (as applicable).
6. Lodgement: The closing time for lodgement of tenders is the Tender Closure Date
specified above. Extensions to the Tender Closure Date will be considered only in
exceptional circumstances. Any new time limit provided for under this clause will
apply equally to all Tenderers. Any tender received after the Tender Closure Date will
be considered as late and only accepted in limited circumstances consistent with the
ANI procurement policy.
7. Price Basis: Tenders must be provided as a firm all inclusive lump sum price in
Australian Dollars [not subject to rise and fall]. The Contract Price will be inclusive of
all GST and all taxes, duties (including any customs duty) and government charges
imposed or levied in Norfolk Island or overseas. The Contract Price should include the
cost of any packaging, marking, handling, shipping, freight and delivery, insurance
and any other applicable costs and charges. Shipping and associated costs may
include Waste Management Levy, Lighterage Costs, etc.
8. Validity: Tenders shall remain open for acceptance for a period of 30 days from the
Tender Closure Date.
9. Amendments and Queries: This Request for Tender document may be amended
upon giving Tnderers timely written notice of an amendment. Any queries in respect
to this Tender should be directed to the Contact Officer. If ANI amends, or clarifies
any aspect of this tender under this clause prior to the Tender Closure Date then ANI
will issue a formal amendment to the tender in the same manner as the original
tender request.
10. Clarification: ANI, at any time during the evaluation process, may seek clarification
or additional information from, and enter into discussions or negotiations with, any or
all Tenderers in relation to their tender. In responding to any request for clarification or
additional information, the Tenderer will not be allowed to substantially tailor or amend
their quotation.
11. Alternatives: Offers for alternatives or part quantities can be submitted where the
option to do so was included in the Request for Tender documentation or agreed in
writing with ANI prior to the submission of the tender. Alternatives should be
submitted with full technical details to enable them to be evaluated.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

12. Reference Material: Any ANI drawings, specifications, samples, information, and
other reference materials included in the Request for Tender document or made
available as part of the tender process, at all times remains the property of ANI. The
reference materials can only be used for the purpose of preparing the tender and are
to be treated as in-confidence ANI documents in all other respects. The reference
materials shall be returned upon request of ANI.
13. Reporting Requirements: Respondents acknowledge that ANI is subject to
legislative and administrative accountability and transparency requirements including
disclosure to the Commonwealth of Australia, the Norfolk Island Legislative Assembly
and its Committees. Respondents acknowledge that for any awarded contract ANI
may publish at a minimum the following information and these details will constitute
public information upon publication:
value and date of the contract;
description of the contract in sufficient detail to identify the nature and quantity
of the Goods;
supplier name; and
supplier postal address.
14. Alterations: Alterations, erasures, illegibility, ambiguity or incomplete details may
render the tender invalid.
15. Conflict of Interest: Tenderers should represent and declare in Schedule 2 Attachment 2: Tenderers Deed whether, at the time of lodging their Tender, a conflict
of interest concerning itself or a related entity exists, or might arise during the term of
the contract or in relation to the Tender.
A conflict of interest may exist if:
Tenderers or any of their personnel have a relationship (whether professional,
commercial or personal) with the ANIs personnel involved in the evaluation of
Tenders; or
Tenderers have a relationship with, and obligations to, an organisation which
would affect the performance of the contract or would bring disrepute to or
embarrass the ANI.
16. Risk: The Tenderer is responsible to deliver the goods to the ANI on Norfolk Island
and the goods are at the risk of the Tenderer until delivery is completed.
17. Complaints: Any complaints arising out of the Tender process should be directed to:
Complaints Officer,
Norfolk Island Administration
New Military Barracks
Quality Row
Norfolk Island 2899, South Pacific.
18. Further Information: Requests for further information in relation to this Request for
Tender must be directed via email to the Contact Officer by the Deadline for
Submission of Tenderers Questions. The only point of contact for all matters relating
to this Tender and the Tender process is the Contact Officer.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

Schedule 1 - Background and Essential Requirements


DESIGN FOR STRENGTHENING AND EXTENSION TO CASCADE JETTY
TENDER No. 01/13

1. Background information
Norfolk Island is located in the South Pacific between Australia, New Zealand and New
CaledoANI. There are approximately 1,800 residents on the island. Norfolk Island is
administered as a self-governing territory by the Administration of Norfolk Island (ANI).
1.1. Sea freight
Freight is delivered to Norfolk Island by air and by sea. There are currently two shipping
lines serving Norfolk Island. Norfolk Island Shipping Line runs a scheduled service via
the MV Norfolk Guardian between Norfolk Island and Yamba (NSW) and to Auckland
(New Zealand). Neptune Pacific Line has recently commenced a scheduled service
using the MV Danny Rose running Brisbane Auckland Norfolk Island Suva
Tarawa Nauru and returning to Brisbane. This ship can carry containerised and
palletised cargo and is fitted with Hyab cranes for discharge of cargo.
Sea cargo is discharged from ships into lighter boats, which are then towed to shore on
Norfolk Island. There are two possible landing places for cargo on Norfolk Island:
Kingston jetty and Cascade jetty. Weather conditions determine when and where
unloading of cargo can take place, and it is not unusual for a ship to wait days or weeks
offshore for conditions to improve to allow unloading to commence. Cascade generally
experiences calmer conditions for unloading than Kingston.
The ANI owns a 16-tonne and a 25-tonne mobile crane, either of which is installed at
either Cascade or Kingston jetty when a ship is being unloaded. The 25-tonne crane can
safely lift loads up to 7.5 tonnes, or at the most 8.5 tonnes in very calm conditions from a
lighter boat moored alongside the jetty. There is a fixed (fishermans) crane at both
jetties, although these have a significantly smaller safe working load than the mobile
cranes, and are used primarily to lower recreational fishing boats into the water.
The following photos show the unloading operation at Cascade jetty.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

Photos 1.1 & 1.2: Unloading cargo at Cascade jetty

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

Photo 1.3: Raising a recreational fishing boat with the fixed crane at Cascade jetty

1.2. Cruise ships


Since 2010, P&O (Carnival Cruises) has included Norfolk Island on some of its South
Pacific cruise itineraries. In preparation for these visits, ANI commissioned a detachable
pontoon that can be fitted to the end of Cascade jetty when the sea conditions are
favourable to allow passengers to disembark. Conditions are generally too rough to
allow the pontoon to remain in the water, and the pontoon is stored on dry land except
during cruise ship visits. Of the 14 scheduled P&O visits to Norfolk Island since 2010,
only 5 have actually disembarked passengers to shore on Norfolk Island, with the others
affected by adverse weather and sea conditions. Much smaller cruise ships occasionally
stop at Norfolk Island, and these tend to use Zodiac boats which are more suitable to
allow passengers to disembark.
There are no vessels on Norfolk Island large enough to move large numbers of
passengers between a cruise ship and the jetty. P&O uses the ships own lifeboats to
move passengers. The pontoon greatly assists in transferring passengers between the
lifeboats and the jetty.
The following photos show the lifeboats, pontoon and Cascade jetty during a cruise ship
visit.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

Photos 1.4 & 1.5: P&O Cruise ship visit at Cascade jetty

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

2. Proposal for port improvements


ANI recognises that the limitations and difficulties of bringing cargo and passengers to
shore on Norfolk Island results in a significant loss in revenue to the island. In response
to this situation, ANI has submitted an Expression of Interest to the Australian
Government through the Regional Development Australia Fund (RDAF) Round 4 for a
project aimed at improving port facilities at Norfolk Island. The project description is as
follows:
This project is focussed on Norfolk Islands jetties at Kingston and Cascade. There is no safe
harbour at Norfolk Island, although with the aid of barges, this project aims to increase the
number of cruise ships that can call at the island, and the capacity and reliability of mid-stream
sea freight operations. The project also incorporates the strengthening and extension of Cascade
Jetty to allow space for barges to moor, the procurement of a mobile crane to lift barges and
cargo at either jetty, and the construction of a shed to house the barges and crane.
A preliminary design for a barge has already been prepared, on behalf of Carnival
Cruises. The barge would measure 15.95 metres long, 5.44 metres wide and weigh 15
tonnes. The barge would be capable of transporting 10 foot or 20 foot shipping
containers, and ANI is investigating the operational requirements and possibilities for the
transfer of shipping containers between cargo ships and the barges. The outcome of
these investigations will determine whether the ANI will seek a 50-tonne crane (capable
of lifting 15-tonne barges and 10-foot containers) or a 100-tonne crane (also capable of
lifting fully laden 20-foot containers). ANI has identified Liebherr cranes as an example of
lifting capacities.
http://www.liebherr.com.au/AT/en-GB/126232.wfw/id-8606-0/measure-metric
http://www.liebherr.com.au/AT/en-GB/126232.wfw/id-11970-0/measure-metric
In the meantime, ANI wishes to commission a design and cost of strengthening and
extending Cascade Jetty on the assumption that a 100-tonne crane will be required. If
and when ANI is invited to submit a full application for the proposed project under RDAF
Round 4, this design and costing will be submitted as part of ANIs application.
3. Cascade Jetty
The jetty at Cascade, and the natural rock it is built over, has been used as a mooring for
unloading from small vessels since the earliest days of the first European Settlement,
from 1788 onwards. The original jetty structures were wooden, although these were
vulnerable to the occasional high seas in Cascade Bay.
A concrete jetty with rails for a mobile derrick was constructed on top of the natural rock
outcrop in the early 20th Century. The following photos show the site before and after this
first jetty was constructed.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

Photo 3.1: Cascade Jetty, c.1899

Photo 3.2: Cascade Jetty, c.1929

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

10

The current jetty structure consists of reinforced concrete slabs. Concerns have been
raised from time to time about the structural integrity of the jetty, and it is widely known
that there exists an underwater hollow or pipe beneath the slab and in-between the rock
outcrop and the shore. Further information is provided at Appendix 1 in this document.
4. Scope of the project
This project is for the design and costing to strengthen, widen and extend Cascade jetty
to allow for a 100-tonne mobile crane to be situated on the jetty to unload cargo from
barges and to raise and lower the barges themselves into and out of the sea adjacent to
the western face of the jetty. The jetty will also incorporate steps to allow passengers to
disembark from the barges to the jetty.
The successful proponent must undertake the following tasks:
4.1. Carry out geotechnical investigations of the existing Cascade jetty
There are concerns about the structural integrity of Cascade jetty. ANI is proposing to
use a large mobile crane at the jetty, potentially up to the size of a 100-tonne crane. The
work therefore requires a geotechnical investigation of the jetty, with a view to ensuring
that the finished structure can handle the load of a 100-tonne crane.
4.2. Design the works to strengthen, widen and extend Cascade jetty
This part of the project involves the following:

Determine and design the works required to strengthen Cascade jetty to a point
where a 100-tonne crane can safely operate on the jetty.

Prepare a design to widen the jetty along the eastern face, approximately 2
metres wide or otherwise to ensure that the overall width of the jetty is at least
10 metres, again ensuring that the structure can hold a 100-tonne crane.

Design a 20-metre long, 10 metre wide extension to the end of the jetty, again
ensuring that this structure can hold a 100-tonne crane.
Concept plans for the jetty works are provided at Appendix 2 in this document.
4.3. Cost the works to strengthen, widen and extend Cascade jetty
This part of the project involves the following:

Determine the cost of the design as set out in 4.2 above.

Include the cost of removing any waste material from the current jetty structure
to a landfill approved by ANI.

Include the additional costs and delays incurred due to ANIs requirement that
the jetty must be available for use when a cruise ship or cargo ship needs to
load / unload / disembark passengers and cargo.
Further information regarding the design, existing jetty and marine environment is
available from the Contact Officer.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

11

5. Timing
The resultant contract is expected to commence on or before 1 March 2013 and
conclude by 4 April 2013. It is expected that the final report will be completed and
provided to the ANI on or before 4 April 2013.
6. Criteria for Assessment / Evaluation Methodology
Tenderers will be assessed with regard to:
Criteria
1. Current capacity and capability to carry out the project, including current
workload and proposed resources plans and key personnel.
2.

Previous performance relevant to the project.

3.

Management plans proving management capabilities as to matters such as


quality assurance, industrial relations, occupational health and safety.

4.

Financial standing.

5.

Value for money.

The assessment panel will complete an evaluation plan prior to assessment of the
Request for Tender received based on the above criteria.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

12

Schedule 2 - Tender Response Forms

Attachment 1: Tenderers Details


Tenderers should provide full responses in completing the following information to enable
the ANI to clearly identify the entity responding to the RFT.
Full legal name of Tenderer:
Tenderer street address:
Tenderer postal address:
Tenderers Contact who is authorised to
represent and legally bind the Tenderer:

Name:

Position:

Telephone Number:

Fax Number:

Email:

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

13

Attachment 2: Tenderers Deed

Tenderers must complete the Tenderer's Deed and include it within their Tender response.

DEED POLL
Date: ^insert date^
By: ^insert full legal name of Tenderer^ (Tenderer)

Context
Request for Tender in relation to ^details^ (RFT).

Interpretation
In this Deed, terms not otherwise defined have the meaning ascribed to them in the RFT.

Compliance with RFT


The Tenderer represents that it has read and understood, and that its Tender is submitted in
accordance with, the RFT.
The Tenderer undertakes that it will continue to participate in the RFT process in accordance with
the RFT and on the basis of its Tender.

Offer
The Tender constitutes an offer (Offer) to provide the Services on the terms and conditions set
out in the Draft Contract, subject to any exceptions noted in its Statement of Compliance with the
Draft Contract submitted as part of its Tender, and accordingly is capable of immediate
acceptance by the Norfolk Island Government so as to form a binding contract.
The Offer remains open for acceptance by the Administration of Norfolk Island for the Offer
Period. The Tenderer undertakes not to withdraw, vary or otherwise compromise the Offer during
the Offer Period.
If directed by the ANI, the Tenderer will execute a contract in the form set out in Schedule 3
General conditions of contract for supply of services.

Confidentiality
The Tenderer will ensure that its employees, agents or subcontractors do not, either directly or
indirectly record, divulge or communicate to any person any confidential information concerning
the affairs of the ANI, the Norfolk Island Government or a third party acquired or obtained in the
course of preparing a Tender, or any documents, data or information provided by the ANI and
which the ANI indicates to Tenderers is confidential or which Tenderers know or ought
reasonably to know is confidential.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

14

Ethical Dealing
The Tenderer represents that its Tender has been compiled without the improper assistance of
any current or former ANI officer, employee, contractor or agent and without the use of
information obtained unlawfully or in breach of an obligation of confidentiality to the ANI.
The Tenderer represents that it has not:
a.

engaged in misleading or deceptive conduct in relation to its Tender or the RFT


process;

b.

engaged in any collusive Tendering, anti-competitive conduct, or any other


unlawful or unethical conduct with any other Tenderer, or any other person in
connection with the preparation of their Tender or the RFT process;

c.

attempted to solicit information from or influence improperly any current or former


officer, employee, contractor or agent of the ANI, or violate any applicable laws or
Norfolk Government policies regarding the offering of inducements in connection
with the RFT process; or

d.

otherwise acted in an unethical or improper manner or contrary to any law.

Conflict of Interest
The Tenderer represents that, having made all reasonable enquiries the following represents its
only known actual or potential conflicts of interest in respect of the RFT, its Tender or the
provision of the Services:
^insert list or, where no conflict exists, write none^
The Tenderer undertakes to advise the ANI in writing immediately upon becoming aware of any
actual or potential conflicts of interest in respect of the RFT, its Tender or the provision of the
Services.

EXECUTED AS A DEED POLL for the benefit of the Administration of Norfolk Island

Dated this ^insert day^ day of ^insert month^ ^year^


SIGNED SEALED AND DELIVERED by
^insert name of Tenderer^ by its duly
authorised representative:

Name of signatory

)
)
)
)
)
)
Signature

Dated
In the presence of:

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

15

Name of witness

Signature of witness

Dated

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

16

Attachment 3: Methodology

Tenderers must provide the following information:

1. A description of the proposed project methodology for providing the Goods and Services;
2. A draft overarching project plan for the timelines, deliverables and critical dates for providing
the Goods and Services
3. Any other information that the Tenderer considers is required to enable a full appraisal to be
made of its Tender.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

17

Attachment 4: Tenderer's Experience and Key Management Personnel


Tenderers must provide details of its key management personal and experience in projects
of a similar nature:
Previous experience:
Name of customer

Description of project

$ Value

Date of
project

Key Personnel (also attach CVs):


Name

Qualifications/experience

Role

Proposed subcontractors: (if any)


Company Name

Qualifications/experience

Role

Name and contact details of at least 2 referees from projects of similar scopes:
Name

Contact details

Company & Role

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

18

Attachment 5: Price Schedule


The ANI requires tenders to be priced as a fixed cost solution in accordance with Schedule 1
Background and Essential Requirements.
All prices must be stated in Australian dollars and GST inclusive.
Deliverable/Task

Price

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

19

Attachment 6: Insurance Details


The Tenderer confirms that it holds and shall continue to hold for the duration of the Contract,
insurance policies as set out in the table below, and has attached to its Tender certificates of
currency for that insurance:

Public &
Product
Liability

Professional
Indemnity

Workers
Compensation

Other
Relevant
Insurance

Name of Insurer
Policy No.
Amount of
Coverage per
Claim
Renewal Date

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

20

Schedule 3 - General conditions of contract for supply of services


1. Term: The Contract is legally binding on and
from the date of execution of the Contract. If the
Contract Particulars specify a Service
Commencement Date and Expiry Date, the
Supplier must provide the Services on and from
the Service Commencement Date until the Expiry
Date. Otherwise, the Supplier must provide the
Services on and from the date of execution of the
Contract.
2. Services: The Supplier agrees to provide the
Services to the Administration and the
Administration agrees to purchase the Services
in accordance with the terms of the Contract.
3. Contract documents: The Contract between
the Administration and the Supplier comprises
the:
a.
Special Conditions;
b.
Tender Documents;
c.
Contract Particulars (other than the
Special Conditions); and
d.
Conditions of Contract.
If there is any ambiguity or inconsistency
between the documents comprising the Contract,
the document appearing higher in the list will
have precedence to the extent of the ambiguity or
inconsistency.
4. Special Conditions: The Supplier must
comply with the Special Conditions.
5. Provision of Services: The Supplier must
provide the Services to the Administration:
a.
for the period, at the times and locations
(as applicable), and in accordance with
any requirements for the provision of the
Services as specified in the Contract
Particulars;
b.
using the personnel identified in the
Contract Particulars (if any) or otherwise
using appropriately qualified, skilled and
experienced personnel;
c.
in a professional manner consistent with
industry or professional best practice
and, without limiting clause 5.a, in a
timely manner;
d.
to the satisfaction of and in accordance
with the directions of the Contract Officer
as may be given from time to time; and
e.
in accordance with any other
requirements specified in the Contract.
The Supplier must promptly notify the
Administration if the Supplier or any of its officers,
employees, agents or subcontractors becomes
aware that the Supplier will be unable to provide

all or part of the Services in accordance with the


requirements of this clause.
6. Replacement services: If the Supplier fails to
provide the Services in accordance with the
Contract, the Supplier must, at its cost, provide
replacement Services or take any other action to
rectify any aspect of the Services which do not
comply with the Contract, as the Administration
directs.
7. Nature of engagement: The Administration
engages the Supplier to provide the Services as
an independent contractor and not as the
Administrations agent or employee. The
Supplier has no authority to bind the
Administration or act on the Administration's
behalf at any time. The Supplier is not entitled to
any benefit from the Administration usually
attributable to an employee.
8. Replacement of personnel: The
Administration may, at its absolute discretion,
give notice requiring the Supplier to remove any
personnel from work in respect of the Services.
The Supplier must promptly arrange for their
replacement with personnel of appropriate
qualifications, skills and experience acceptable to
the Administration at no additional cost to the
Administration.
9. Payment: Subject to clause 11, the Contract
Particulars and any Special Conditions, the
Administration must pay:
a.
the Contract Price to the Supplier within
30 days of receipt of a correctly rendered
invoice; or
b.
if the Contract Particulars provide for the
payment of the Contract Price by way of:
(i) instalments, the amount of the
relevant instalment to the Supplier
within 30 days of receipt of a
correctly rendered invoice; or
(ii) milestone payments, the amount of
the relevant milestone payment to
the Supplier within 30 days of receipt
of a correctly rendered invoice; and
c.
if the Contract Particulars provide for the
reimbursement of out of pocket
expenses, the amount of those out of
pocket expenses which have been
incurred by the Supplier in accordance
with the Contract, within 30 days of
receipt of a correctly rendered invoice.
10. Invoice: An invoice is correctly rendered
under clause 9 if:

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

21

a.

the amount claimed for payment is


calculated in accordance with the
Contract and is due for payment;
b.
the Services meet the requirements of
the Contract; and
c.
the invoice:
(i) is set out in a manner that enables
the Administration to
ascertain the
Services to
which the invoice relates
and
that part of the Contract Price
payable in respect of those
Services;
(ii) if the Contract Particulars provide
for the reimbursement of out of pocket
expenses, the invoice separately
itemises all
expenses for which
reimbursement is being
sought.
Copies of invoices
substantiating
the out of
pocket expenses must
be attached to the invoice; and;
(iii) is a valid tax invoice in
accordance with the GST Act.
The Supplier must promptly provide to the
Administration such supporting documentation
and other evidence reasonably required by the
Administration to substantiate performance of the
Contract by the Supplier or payment of the
Contract Price by the Administration.
11. Deduction form payment: The
Administration may deduct from any payment of
the whole or part of the Contract Price any taxes,
charges, insurance premiums or levies imposed
by law upon the Administration which are
ordinarily required to be paid by the Supplier as a
result of the Supplier providing the Services.
12. Price basis: The Contract Price is inclusive
of all:
a.
GST and all taxes, duties and
government charges imposed or levied in
Norfolk Island or elsewhere;
b.
remuneration to the Suppliers officers,
employees, agents and subcontractors,
including salaries, wages, fees,
superannuation, annual leave, sick leave,
long service leave and all other benefits
to which any of them may be entitled
under any contract with the Supplier or
under any award, statute or at common
law;
c.
costs in respect of procuring and
maintaining the insurances required
under clause 20; and
d.
costs of compliance with all other
statutory, award or other legal or
contractual requirements with respect to
the Supplier's officers, employees,
agents and subcontractors.

13. Out of pocket expenses: Except as


provided for in the Contract Particulars, the
Supplier must perform its obligations under the
Contract at its own cost and neither the Supplier
nor any of its officers, employees, agents and
subcontractors will be entitled to be reimbursed
for any out of pocket expenses incurred in
providing the Services.
14. Warranty: The Supplier warrants that:
a.
the Services will be fit for the purpose or
purposes for which services of that kind
could be reasonably expected to be
applied by the Administration; and
b.
the Services will be provided by
appropriately qualified, skilled and
experienced personnel.
15. Use of Administration items: The Supplier
must not, and must ensure that its officers,
employees, agents and subcontractors do not,
use any Administration Items for any purpose
other than for the provision of the Services.
The Supplier must protect all Administration
Items from loss or damage, maintain the
Administration Items in good order and promptly
return the Administration Items to the
Administration upon request by the
Administration, when they are no longer required
to provide the Services or otherwise upon
termination of the Contract.
16. Intellectual property: (1) Subject to clause
16(2), title in, and ownership of all Intellectual
Property associated with any deliverable or
material developed by the Supplier in connection
with this Contract (Foreground IP) vests on its
creation in the Administration. The Supplier
agrees to execute all documents and do all acts
and things required by the Administration to give
effect to this clause.
(2) The Administration acknowledges that the
vesting of ownership in the Administration of all
Foreground IP does not apply to Intellectual
Property in any pre-existing material (including
software, documentation or data) which is
incorporated or embedded in that deliverable or
material (Background IP). In such
circumstances, the Supplier grants to the
Administration (or must ensure the grant of) a
royalty free, irrevocable, non-exclusive,
perpetual, world wide licence (including the right
to sub licence) of the Background IP to use,
copy, adapt, expand, develop, publish or
otherwise change, the pre-existing material.
(3) As permitted by law, the Supplier
unconditionally and irrevocably:
a.
consents, and will obtain all other
necessary unconditional and irrevocable
consents, to any act or omission that
would otherwise infringe any moral rights

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

22

in any work that is included in a


deliverable or material comprised in the
Services, whether occurring before or
after a consent is given; and
b.
waives, and will obtain all other
necessary unconditional and irrevocable
written waivers of, moral rights, for the
benefit of the Administration, its
licensees and anyone authorised by any
of them.
(4) The Supplier warrants the provision of the
Services (and the Administrations use of any
deliverable or material developed or supplied
under the Contract) will not infringe the
Intellectual Property or moral rights of any
person.
17. Termination: The Administration may
terminate the Contract in whole or in part if the
Supplier:
a.
does not provide, or notifies the
Administration that it will be unable to
provide, all of the Services for the period,
at the times and locations (as
applicable), and in accordance with any
requirements for the provision of the
Services as specified in the
Contract
Particulars;
b.
does not provide replacement personnel
acceptable to the Administration in
accordance with clause 8;
c.
breaches the Contract and the breach is
not capable of remedy;
d.
does not remedy a breach of the
Contract which is capable of remedy
within the period specified by the
Administration in a notice of default
issued by the Administration to the
Supplier requiring the Supplier to remedy
the breach; or
e.
the Supplier becomes bankrupt or
insolvent.
18. Termination for convenience: In addition to
any other rights it has under the Contract, the
Administration may at any time terminate the
Contract or reduce the scope of the Contract by
notifying the Supplier in writing. If the
Administration issues such a notice, the Supplier
must stop work in accordance with the notice,
comply with any directions given by the
Administration and mitigate all loss, costs
(including the costs of its compliance with any
directions) and expenses in connection with the
termination, including those arising from affected
subcontracts.
The Administration will only be liable for
payments to the Supplier for Services provided to
the Administration before the effective date of
termination and any reasonable costs incurred by
the Supplier that are directly attributable to the

termination, if the Supplier substantiates these


amounts to the satisfaction of the Administration.
The Supplier will not be entitled to profit
anticipated on any part of the Contract
terminated.
19. Security and safety: The Supplier must
comply with any security and safety requirements
notified to the Supplier by the Administration or of
which the Supplier is aware and ensure that its
officers, employees, agents and subcontractors
are aware of and comply with such security and
safety requirements.
20. Insurance: The Supplier must procure and
maintain:
a.
workers compensation insurance in
respect of those Suppliers officers,
employees, agents and subcontractors
involved in the provision of the Services;
b.
the insurances specified in the Contract
Particulars (if any); and
c.
such other insurances and on such terms
and conditions as a prudent Supplier,
providing services similar to the Services,
would procure and maintain.
21. Setoff: If the Supplier owes any debt to the
Administration in connection with the Contract,
the Administration may deduct the amount of the
debt from payment of the Contract Price.
22. Indemnity: The Supplier indemnifies the
Administration, its officers, employees and
Suppliers against any liability, loss, damage,
cost, compensation or expense arising out of or
in any way in connection with:
a.
a default or any unlawful, wilful or
negligent act or omission on the part of
the Supplier, its officers, employees,
agents or subcontractors; or
b.
any action, claim, dispute, suit or
proceeding brought by any third party in
respect of any infringement or alleged
infringement of that third partys
Intellectual Property including moral
rights in connection with the Services.
The Suppliers liability to indemnify the
Administration under clause 22(a) is reduced to
the extent that any wilful, unlawful, or negligent
act or omission of the Administration, its officers,
employees or Suppliers contributed to the
liability, loss, damage, cost, compensation or
expense.
23. Privacy: The Supplier agrees that:
a.
if it obtains Personal Information in the
course of performing the Services, it will
use
or disclose that Personal
Information only for the purposes of the
Contract;

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

23

b.

it will carry out and discharge the


obligations contained in the Information
Privacy Principles as if the Supplier were
an agency under the Privacy Act; and
c.
not use or disclose Personal Information,
or engage in an act or practice that would
breach the Privacy Act, or a National
Privacy Principle.
The Supplier shall promptly notify the Contract
Officer if:
a.
it becomes aware of a breach or possible
breach of any of the obligations
mentioned in clause 23;
b.
it becomes aware that disclosure of
Personal Information may be required by
law; or
c.
it is approached by the Privacy
Commissioner or by any individual to
whom any Personal Information relates.
The Supplier must ensure that its officers,
employees, agents and subcontractors comply
with this clause.
24. Confidentiality: The Supplier must not
disclose any Confidential Information to any third
party without the prior written consent of the
Administration. The Supplier will not be in breach
of this clause in circumstances where it is
required by law to disclose any Confidential
Information.
25. Conflict of Interest: The Supplier warrants
that to the best of its knowledge no conflict of
interest exists or is likely to arise in the
performance of the Contract. The Supplier must
not engage in any activity likely to compromise
the ability of the Supplier to perform its
obligations fairly and independently. The
Supplier must immediately disclose to the
Administration any activity which constitutes or
may constitute a conflict of interest.
26. Freedom of information and access to
documents
(a) In this clause, 'document' and
'Commonwealth contract' have the same
meaning as in the Freedom of Information
Act 1982 (Cth).
(b) The Supplier acknowledges that this contract
is a Commonwealth contract.
(c)
Where the Administration has received a
request for access to a document created by,
or in the possession of, the Supplier or any
subcontractor that relates to the performance
of this Agreement (and not to the entry into
that Agreement), the Administration may at
any time by written notice require the
Supplier to provide the document to the
Administration and the Supplier must,
at no additional cost to the Administration
promptly comply with the notice.

(d) The Supplier must include in any


subcontract relating to the performance of
this Agreement provisions that will enable
the Supplier to comply with its obligations
under this clause.
27. Notices: Any notice or communication under
the Contract will be effective if it is in writing,
signed and delivered to the Contract Officer or
the Supplier, as the case may be, at the address
or facsimile number set out in the Contract
Particulars.
28. Assignment: The Supplier must not assign
any of its rights under the Contract without the
prior written consent of the Administration.
29. Subcontracting: The Supplier must not
subcontract the whole or part of its obligations
under the Contract without the prior written
consent of the Administration. Subcontracting
the whole or part of the Suppliers obligations
under the Contract will not relieve the Supplier
from any of its obligations under the Contract.
Upon request the Supplier must make available
to the Administration the details of all
subcontractors engaged to provide the Services
under the Contract. The Supplier acknowledges
that the Administration may be required to
disclose such information.
30. Approvals and compliance: The Supplier
must obtain any necessary immigration permits
and other licences or other approvals for the
provision of the Services. The Supplier must
comply with and ensure its officers, employees,
agents and subcontractors comply with the laws
from time to time in force in Norfolk Island and all
Administration policies relevant or applicable to
the Contract.
31. Applicable law: The laws of Norfolk Island
apply to the Contract.
32. Entire agreement: The Contract represents
the parties entire agreement in relation to the
subject matter and supersedes all tendered offers
and prior representations, communications,
agreements, statements and understandings,
whether oral or in writing.
33. Definitions: In the Contract:
Administration
means the Administration of Norfolk Island.
Administration Items
means any information (including Confidential
Information), property or facilities made available
by the Administration to the Supplier for the
purpose of the Services.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

24

has the meaning given in the Privacy Act.


Conditions of Contract
means these General Conditions of Contract for
the Supply of Services.
Confidential Information
means any information provided by the
Administration to the Supplier or which comes
into the possession of the Supplier in connection
with the Services which the Administration has
identified as confidential or the Supplier ought
reasonably to know is confidential.
Contract Officer
means the contract officer specified in the
Contract Particulars.
Contract Particulars
means the contract and/or tender particulars and
requirements attached to these Conditions of
Contract.
Contract Price
means the contract price specified in the Contract
Particulars, including any GST component
payable, and for the purposes of clause 9 only,
includes any simple interest payable on late
payments.
Expiry Date
means the expiry date specified in the Contract
Particulars (if any).
GST
means a goods and services tax imposed by the
GST Act.
GST Act
means the Goods and Services tax Act 2007
(NI).

Intellectual Property or IP
means all copyright and all rights in relation to
inventions (including patent rights), registered
and unregistered trademarks (including service
marks), registered and unregistered designs, and
circuit layouts, and any other rights resulting from
intellectual activity in the industrial, scientific,
literary and artistic fields recognised in domestic
law anywhere in the world.
National Privacy Principle
has the meaning given in the Privacy Act.
Personal Information
has the meaning given in the Privacy Act.
Privacy Act
means the Privacy Act 1988 (Cth).
Service Commencement Date
means the service commencement date specified
in the Contract Particulars (if any).
Services
means the services including any deliverables
specified in the Contract Particulars.
Special Conditions
means the special conditions attached to the
Contract Particulars by the Administration (if
any).
Supplier means the Supplier specified in the
Contract Particulars.

Information Privacy Principles

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

25

Appendix 1: Cascade Jetty and Harbour Reports


Wilton & Bell, Dobbie & Partners 1970: Report on Development of harbour facilities on Norfolk
Island, for the Territory of Norfolk Island.
The existing jetty at Cascade is limited in use by its short length which affords little protection
from easterly and north-easterly weather and only allows one launch to lie along-side close to the
offshore end of the jetty.
Improvements to the landing would require the construction of works further offshore than the
present jetty by the extension of this jetty seaward and possibly by the construction of a
protective breakwater to the east. These works would provide relatively sheltered water for much
of the year but of course the berth would still be quite untenable in strong on-shore northerly and
north-westerly weather.
The feasibility of such new works is primarily dependent on the depth of water that would be
encountered in extending seawards and consequently the type of construction that would be
necessary to withstand the severest breaking wave action arising in northerly onshore storm
weather.
During our time on the island in conjunction with soundings in Ball Bay we carried out soundings
offshore from the Cascade jetty. These confirmed that the existing jetty had been built on a rock
ledge or over a series of outcropping basalt boulders and beyond the end of the jetty water depth
increased markedly from three or four feet at the jetty at low tide to twenty feet some fifty feet
offshore and to forty feet a further two hundred feet out. Extension of the jetty or the construction
of a protective breakwater in these depths of water to withstand the onslaught of the worst
northerly storm weather would require very costly massive armoured construction.
The very great expense of these works would not be within the ability of the islands own plant
and resources, could not be justified in the context of a seasonal launch landing facility.
Our own limited observations of the Cascade landing however did indicate that some minor
improvements could be achieved at the jetty within the islands resources and at very little cost.
In particular the seabed alongside and seaward of the jetty was strewn with both small and large
boulders. These are not only a hazard to launches when approaching and lying alongside in a
swell from fear of stoving in the launch bottom but with a swell and breaking waves they greatly
increase the turbulence, eddies and cross currents both in the approach and at the jetty. We
strongly recommend that all those boulders that can be reached by grab or sling from the jetty be
removed, those too large to handle being broken by explosive. In addition the larger boulders in
the approach could also be broken by explosive.
Launches alongside are often subjected to considerable surging. Much of this arises from the
swell running up and down the concrete slip at the base of the jetty. We believe that if this slip
which we understood is no longer used were to be removed and replaced by a porous rock
armoured face of stone filling this would help to dissipate the onshore swell decreasing the
turbulence alongside the jetty.
Having cleared the area of boulders immediately adjacent to the jetty it may be found possible to
dig by grab to increase the depth along the length of the jetty. Such deepening would also
help to reduce the swell alongside as waves rounding the end of the jetty would tend to flatten on
running into deeper water.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

26

Ware, R.W. 1982: Findings and Recommendations on potential site for a boat ramp, R.W. Ware,
Honorary Marine Consultant to the Norfolk Island Government
World Logistics Pty Ltd
Cascade Bay
The existing pier facility has withstood many storms and tempests, although the tubular steel
derrick mounted on the pier head suffered damage from the very rough seas which broke over
the jetty during a cyclone in early April, 1982.
A concrete ramp had previously been constructed at the inshore end of the pier on the western
side and has been partly demolished since the consultants last visit in September 1977. The
seabottom in this bay generally shelves at an angle of 10-15 degrees from about the L.W.O.S.T.
Datum point to well above high water mark, comprising basalt boulders of some tones in the sea,
down to fist size well above high water mark.
An underwater inspection was made in 1977 and again in April 1982 during which interval
considerable movement of boulders had occurred on the bottom in the vicinity of the pier. From
about 30 metres off-shore the bottom changes to white sand and the shelving angle lessens
somewhat for about 200 metres offshore (20 metres) which was the limit of our inspection.
There are some sizeable boulders in the near vicinity of the pier which compound the natural
turbulence of wave action against the shoreline. During the recent inspection it was noted that a
swell approaching a height of one metre was breaking against the remains of the old ramp during
high water, thus exacerbating the turbulence already evident along the western face of the pier.
During the unloading of a cargo ship at this time the lighters were subjected to considerable
ranging caused by the very active scend and return wave from the shoreline.
Townsville Port Authority 1991: Re: Norfolk Island, letter sent to Professor D. Foster, 17th July
1991.
This letter provides recommendations in relation to proposed port facilities for Norfolk Island. The
letter notes the potential of a natural armoured rubble breakwater concept, and that only Cascade
and Ball Bay have any real potential for such a concept. Sketches of possible breakwaters at
both locations are provided.
Administration of Norfolk Island 1993: Lighterage Review Discussion Paper.
This report stated that it would be necessary, in light of changing shipping requirements, to
extend Cascade Jetty and to dredge Kingston harbour. The report envisaged the use of barges
and a mobile crane capable of handling 20 foot shipping containers.
Attached to this report is a submission from the Norfolk Island Lighterage Service, which raises
concerns about the structural integrity of the Cascade Jetty. The submission states that a 50ft
(15m) extension to the jetty would allow for longer working times and safer working conditions for
the crew, and less damage to the goods being transported in the lighters.
A report by shipping agent Argosy Norfolk Pty Ltd in 1993 proposed that powered barges be used
to transport shipping containers between ships and the islands jetties. This report also raised the
need for extensive works to repair Cascade Jetty, noting that there are hollow areas under the
existing concrete base. The report also states the need for this jetty to be extended by 15 metres
to accommodate barges and to protect them from the swell, and to accommodate a 50-tonne
crane on the jetty. The jetty would also need to be widened 2 metres to provide sufficient space
to manoeuvre containers, forklifts and trucks.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

27

Bremner, W., Perkins, N., Lopez, N. & PPK Consultants Pty Ltd 1993: Report on a preliminary
investigation for the provision of harbour facilities for Norfolk Island: Annex A, Engineering
Analysis
This report examines the suitability of sites around Norfolk Island for a harbour, including the
quarry at Cascade to be developed into a harbour and a breakwater extending 300 metres out to
sea. The report is of limited use for this proposal, although a depth profile at Cascade is
potentially useful, showing that the sea floor slopes gently down away from the coast, and is only
10 metres deep at a distance of 300 metres from shore. The profile suggests that the depth is
only 3 metres or so at 100 metres out.
Glencross-Grant, R. 1994 Report on Proposed Protection Works for Cascade Pier Norfolk Island,
for Executive Member for Commerce & the Environment Mr Ric Robinson, Government of Norfolk
Island
This report was prepared to investigate and report on proposed pier protection works at Cascade.
The author carried out an inspection in March 1994, which found that:
There is evidence that quite a number of the slabs are drummy, that during relatively high seas
water flows under the pier from one side to the other through undermined areas (pipes) and that
water does come up through joints and openings in existing slabs in the movement area,
therefore it would appear that many of the slabs are not fully supported on the underside.
The area is inundated with saltwater/spray from time to time a very aggressive environment.
There is strong visual evidence that existing concrete at the pier is being attacked by saltwater
and breaking down over time.
The whole pier area is generally a heavily trafficked area in terms of both loads and traffic
movement, with short, sharp turning manoeuvres, scuffing of turning wheels (particularly with
bogie-drive trucks) because of the relatively confined area.
Some of these problems were addressed in the previously referenced report (i.e. commissioned
by the Chief Administrative Officer (11 March 1994) investigating, reporting on and
recommending remedial works at the pier) in the following manner:
1. The design of the replacement slabs endeavoured to make each slab self-supporting by
incorporating a perimeter edge ground-beam under the north and south edges of the
slabs. This will also act as a cut-off wall to minimise the amount of undermining that can
occur. As well, synthetic water-stops were specified between slabs to prevent water from
entering the sub-base through joint cracks in the concrete.
2. A saltwater-resistant cement was specified to resist any further saltwater attack of any
new works undertaken. This cement is Type 2 made in accordance with ASTM 150
(American Standard of Testing Materials). It is readily available from the normal New
Zealand supplier, through the local hardware outlet. It is specifically manufactured to
meet adverse marine environments in the Pacific area (for American and French
territories). As well, it was specified that the cement content be increased from that used
for normal concrete works on the island. This will provide a denser mix, less likely to be
penetrated by salt. As further precaution, it was specified that the concrete cover to the
reinforcement steel be increased to reduce the chance of the steel corroding.
3. The higher cement content as mentioned in (1) above and a lower water-cement ratio will
increase the compressive strength of the finished concrete (hopefully in range 35-40 MPa)
which will then be sufficiently strong to resist the surface deterioration that is occurring
with vehicle movements and cracking induced by larger axle loads.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

28

The intention of the proposed rock work is to basically protect the immediate pier area from heavy
seas by dissipating the wave energy so that the pier and surrounds do not take the full impact of
the waves. It is recommended that the rocks be of minimum 3 and up to 10 tonne mass
approximately. Rocks of this size should remain quite stable, even in heavy seas. I am of the
opinion that such works will certainly not have any deleterious or damaging effects and can only
but offer greater protection to the pier. I fully support the proposed works being undertaken.
Glencross-Grant, R. 1997: Condition Report No.1 on Cascade Pier Norfolk Island, for
Administration of Norfolk Island.
This report was commissioned to report on the progressive condition of Cascade Pier. The
author inspected the pier in April 1997 and found that there did not appear to have been any
remedial works done since the inspection of March 1994.
During the inspection in April last it was noted that the concrete deck area exhibited major
cracking. This was also evident in March 1994, although there does not appear to be significant
variation between both inspections. During the last inspection it was noted that the large crack
on the eastern side of the pier deck appears to be the full depth of the deck. This was evidenced
by the fact that water was not retained in this crack as it was in other adjacent cracks. The
existence of a pipe or hollow chamber beneath the deck (and possibly full width of the pier) was
mentioned in the March 1994 report. The larger drained crack possibly opens into this hollow
area beneath the deck. Inspection on a high tide should see water surging up through this crack,
if this is the case.
It was understood at the time (i.e. March 1994) that the Executive Member was considering
providing additional rock riprap protection to the pier and concrete hardstand area from heavy
breaking seas. Not only would the rock riprap act as a dissipater of wave energy and ferocity, but
would also assist in reducing the piping effect created beneath the pier and hardstand area with
breaking water presently undermining the whole area. If the undermining effect can be
eliminated, there is greater chance that the concrete hardstand area will survive longer. Whilst
the undermining continues, there is greater opportunity for the concrete to continue to deteriorate.
Otherwise, the writer did not note any significant deterioration over the inspection undertaken for
Mr. Robinson in March 1994.
As a consequence of this most recent inspection, it is recommended that:
1. The pier continue to be regularly inspected, monitored and reported upon (a twelve
monthly cycle would appear appropriate at this stage), unless there is otherwise obvious
deterioration, in which case expert opinion should be sought immediately;
2. The Administration provide funds as soon as practicable to enable protection works to be
undertaken as recommended in report to Mr. Robinson in March 1994;
3. The Administration provides funds on an annual on-going basis to facilitate regular
improvement works at the Pier. Such works to include concrete repairs, rock protection,
etc.
Shreeji Consultant Pty Ltd, 2001: Norfolk Island Cascade Pier Structural Inspection Report
A rock outcrop at Cascade has been used as a landing place for boats in the past. The pier is
formed by capping the rock fill between the mainland and the rock outcrop with in-situ concrete.
The present pier has been modified several times by way of enlarging it and topping up with new
slabs. A crane is installed at the end of the pier.
Water was gushing under the pier towards the landward side on waves breaking on to the side of
the pier at low tide. Water used to gush under the pier slab and blow through the holes in the
slab. The constant pounding of waves on to the pier had washed out fill under the slab and the

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

29

water flow could be seen on the other side of the pier. The undermined slab is to be filled in and
fully supported. This can be achieved by forming a cut off wall using concrete or sand bags at
the side of the pier and filling in the void with concrete. Concrete with rock plumbs is filled in from
the openings formed in the slab from the top of the slab. Air release holes to be drilled in the slab
to allow air to escape.
Reynolds, J. 2010: Cascade Pier Upgrade, 1 March 2010
Cascade Pier has been well overdue for repairs and maintenance and this work has been bought
forward with the anticipated arrival of cruise ships to the island. To allow passengers to safely
disembark from the cruise ship tenders, a pontoon needs to be put in place and this attaches to
the end of Cascade Pier via a stainless steel abutment beam.
For the instalment of the stainless steel abutment beam maintenance on Cascade Pier had to be
carried out. This beam is now on island and will be attached to the pier over the next ten days.
However, before the beam could be attached there were a number of issues regarding the top
layer of concrete on Cascade Pier. This layer of concrete was badly deteriorated and needed to
be replaced for the safety of cruise ship passengers, Lighterage operations and the general
public.
Upon removal of the top slab of concrete it was found this slab to be only a decorative layer
which was not keyed into the lower layer of Cascade Pier and it was also very thin in places
(80mm) and had no reinforcing mesh within the concrete. Once this layer was removed work
was carried out to ascertain the stability of the lower level of Cascade Pier and it was with much
relief that it was found to be very sturdy.
Initially 6 metres of the top slab from the front of the pier was to be replaced, however during this
time work had to be cancelled for a number of days due to high seas. On our return to the work
site it was discovered that the high seas had caused deterioration of more of the old concrete
making it necessary to carry out further repairs to encompass this area as well. It was then
decided to replace the top slab to approximately 18 metres from the front of the pier.
The repair works commenced on 3 February 2010 and progress has been excellent with 18
metres of the top slab of concrete now replaced. This slab has been keyed into the lower level of
Cascade Pier and has two double layers of mesh within the slab as specified by the design
engineer. As stated previously it is hoped to have the abutment beam in place within the next ten
days and a number of trial runs of the pontoon carried out before the first cruise ship arrives on
26 March 2010.
Costs to date for work carried out on the pier have been approximately $59,000 with much of the
major works now completed. Wherever possible Works Depot staff have been used, however
due to the scope of works and the short time frame available, contractors have also been utilized.
Many thanks go out to all the workers involved in carrying out this upgrade of Cascade Pier and
the extra hours and the effort these workers have gone to is greatly appreciated.

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

30

Figure A1.1: Cascade Jetty slab works, February 2010

Figure A1.2: Cascade Jetty slab works, February 2010

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

31

Figure A1.3: Cascade Jetty during a storm

Figure A1.4: Cascade Jetty during a storm

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

32

Appendix 2: Concept plans for jetty extension

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

33

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

34

Administration of Norfolk Island: Tender 01/13 Design for strengthening and extension to Cascade Jetty

35

You might also like