8.7 DRAINAGE MAINTENANCE SERVICES CONTRACT AMENITY JAMES LENIHAN, DRAINAGE MAINTENANCE ENGINEER



Similar documents
Procurement of Goods, Services and Works Policy

TENDER EVALUATION REPORT: MAINTENANCE OF ELECTRONIC SECURITY EQUIPMENT

Summary: Introduction

WATE R O&M S E RV I CE S An asset management perspective

EXAMPLE NAME OF PROCUREMENT CONTRACT NUMBER

Asset and Development Coordinator

TENDER EVALUATION REPORT: WESTERN REGIONAL WASTE MANAGEMENT GROUP INTEGRATED WASTE MANAGEMENT SERVICE CONTRACT

Mitchell Shire Council

Integrated Local Flood Management and Drainage Strategy OVERVIEW

Stormwater harvesting

4 Adoption of Asset Management Policy and Strategy

Tender for. Provision of Risk Management Services for the Eyre Peninsula Local Government Association and Member Associations

Subordinate Local Law No (Operation of Temporary Entertainment Events) 2015

Melbourne Water Flood Risk Assessment: How flood impacts are assessed in the Port Phillip and Westernport region

Page 1 of 24. To present the Asset Management Policy 2014 for Council adoption.

Doing business with local government

APPLICATION PACKAGE FOR LISTING AS A WATER AND/OR WASTEWATER INFRASTRUCTURE PROVIDER FOR DESIGNERS, CONSTRUCTORS

REQUEST FOR EXPRESSIONS OF INTEREST

Infrastructure Asset Management Strategy

3.2 TENDER FOR MAINTENANCE OF HEATING VENTILATION AIRCONDITIONING (HVAC) EQUIPMENT AND ASSOCIATED WORKS (CF :RR)

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Regional Council of Goyder

Frequently asked questions July 2014

Environmental Guidelines for Preparation of an Environmental Management Plan

REQUEST FOR PROPOSAL. for CONSTRUCTION MANAGEMENT SERVICES. for the ENCINA WASTEWATER AUTHORITY FY 2015 MAJOR PLANT REHABILITATION PROJECT

Melbourne Water s Submission. Draft Victorian Floodplain Management Strategy

Memorandum of Understanding between the NSW Ministry of Health and Sydney Water Corporation

A NEW METHOD FOR DEVELOPING THE MOST COST- EFFECTIVE REHABILITATION PROGRAMS FOR OUR AGEING SEWER NETWORKS

Environmental Management Plan

CLEAN GREEN & SUSTAINABLE NS

TENDER EVALUATION REPORT: ANIMAL MANAGEMENT SERVICES

Procedure. Work Health and Safety Contractor Management. Document number: PRO Rev no. Description Process Owner Approved for issue

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

Procedure: OHS CONTRACTOR MANAGEMENT

Alphington sewer replacement

Climate Change and Infrastructure Planning Ahead

APPENDIX 1 Floodplain Management Strategies & Guidelines

Ministry Of Health Registration of Interest

Activity Summary: Flood Protection and Control Works

Smarter Resources Smarter Business Recycling

Thames Water key Messages for London Borough of Ealing 25 th October 2005

Managing stormwater flooding risks in Melbourne

City of Bakersfield Public Works Department Sewer System Management Plan December 2014

COASTAL APPLICATION FOR A MAJOR SITING PERMIT

APPLICATION KIT AND GUIDELINES FOR ORGANISATIONS SEEKING TO UNDERTAKE WORKS WITHIN ROAD RESERVE LOW COMPLEXITY WORKS.

TfNSW Standard Requirements TSR T Technical Management

LGRF. Procurement Probity Plan. July 2012

SECTION 6: RFQ Process, Terms and Conditions

GLAMORGAN SPRING BAY COUNCIL. Asset Management Strategy

CGAM022.1/12/10. Asset Management Improvement Strategy 2010

Environmental Operational Reporting and Offset Management Standard

Drinking Water Quality Management Plan Review and Audit Guideline

SafetyMAP Initial Level User Guide

Property Leasing Officer. Corporate Services. Darren Gillies

WHS-02 Safety Management System Procedure

POSITION DESCRIPTION. Organisation profile. Our vision. Our values. Position title Procurement Specialist Job band G

Health and safety in construction procurement

Environmental guidelines for preparation of an Environment Management Plan

A guide to appointing an architect

Client information note Assessment process Management systems service outline

Statement of Procurement Conduct

Impartiality must be maintained in selecting suppliers to fulfil Council s requirements.

Melbourne Water. Principles for Provision of Waterway and Drainage Services for Urban Growth

Core Infrastructure Risk Management Plan

Contractor Performance Report Scoring Guide

13 ENVIRONMENTAL AND SOCIAL MANAGEMENT SYSTEM

Objective 4: Enhanced community education, flood awareness and preparedness

Management of Contractors and Suppliers Procedure

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

How to do Business with the London. Borough of Sutton

Contract Management Coordinator - Major Operations Treated Water Manager Operational & Contractual Performance

The Town of Lakeshore Basement Flooding Information to Residents

REPORT TITLE: TERM OF COUNCIL PRIORITY NO. 6 - ENHANCE INTEGRITY OF WASTEWATER COLLECTION SYSTEM INCLUDING FLOOD REMEDIATION PROGRAM

Engineering Policy 146. Severe Weather Management Plans

SEBENICO ATSI COMPANY OVERVIEW

Prequalification of Roading Contractors

COMPLIANT CONTRACTOR GUIDELINES

THE ELECTRICAL CONTRACTOR SAFETY PROGRAM GUIDE

CHAPTER 24: ENVIRONMENTAL MANAGEMENT

Page 97. Executive Head of Asset Planning, Management and Capital Delivery

Submission to the Australian Government Attorney-General s Department, the Honourable Robert McClelland MP

KAWERAU DISTRICT COUNCIL BUSINESS DISASTER RECOVERY PLAN 2011

Infrastructure Engineer. City Services. Engineering Services. Irena Bilic

3. QUALITY ASSURANCE REQUIREMENTS

Standards, quality processes and accountability

Revision: 5. Category: Contract Management CONTENTS

Floodplain Development Land Use Review

Transcription:

8.7 DRAINAGE MAINTENANCE SERVICES CONTRACT LOCATION/ADDRESS: GENERAL MANAGER: PREPARED BY: TRIM FILE NO: 14/06/1912 ATTACHMENTS: WHOLE OF MUNICIPALITY FIONA BLAIR, INFRASTRUCTURE & AMENITY JAMES LENIHAN, DRAINAGE MAINTENANCE ENGINEER Nil PURPOSE To seek Council s approval to award the Drainage Maintenance Services contract for a three year period from 01 July 2015 to 30 June 2018 (with an option for a further term of two years) to Veolia Water Network Services. 1. RECOMMENDATION That Council: 1.1 Notes that following a competitive tender process, Veolia Water Network Services has provided the best value tender submission for the Drainage Maintenance Services contract 1.2 Awards Veolia Water Network Services the Drainage Maintenance Services contract No 1912 to provide services to Council for a three year period commencing on 1 July 2015 and concluding on 30 June 2018, with an option to extend for a further term of two years subject to the agreement of both parties. 1.3 Notes the contract sum is approximately $877,750 per year exclusive of GST for the three year period together with the option to extend for a further two years ( total contract value approximately $4,615,000 excluding GST). 1.4 Affixes the Common Seal of the Port Phillip City Council to Contract No. 1912 between Council and Veolia Water Network Services. 2. BACKGROUND 2.1 The tender for drainage maintenance services was advertised in The Age on 21 February 2015. Tender documents were available to download from the Tenderlink site and responses had to be submitted by Friday 13 March 2015 at 12:00pm. 115

2.2 The City of Port Phillip has many unique drainage challenges. These include: End of catchment Melbourne Water drains which hold water almost all of the time and are often not readily available for effective storm water drainage. Council drains which discharge to Port Philip Bay and the Elwood Canal and are subject to inundation from catchments outside the municipality, storm surges, high tides and blockages from gross pollutants and sand. Council drains which discharge to the Yarra River outside of our jurisdiction. Streets which are difficult to access for drainage maintenance due to parked vehicles. Large areas of topography which are very close to sea-level so that drains are highly susceptible to tidal inundation and drainage is less than recommend grades. Climate change which predicts our existing outlets will become submerged and storm events will become more common. 2.3 Drainage contract services are currently provided by Eldarin, Reservoir Maintenance Contractors (RMC), Veolia and Bell Environmental. Drainage maintenance was previously provided as part of the Streets Ahead contract. 2.4 As part of the development of the tender specifications a review of drainage cleaning and maintenance requirements was undertaken to ensure that the city s drainage assets are maintained to an acceptable standard. 2.5 The new service specifications focus on: Side Entry Pit (SEP) and Grated Pit (GP) inspection and cleaning Increased maintenance in known flooding areas Gross Pollutant Trap (GPT) inspection and cleaning Litter basket inspection and cleaning Junction pit, pipe and culvert cleaning CCTV inspections Depot wash bay & Transfer Station sump pit cleaning Reporting, inspections and asset management Standardised asset grading according to the industry standard Water Services Association of Australia (WSAA) 05 Conduit Inspection Reporting Code of Australia. 2.6 The new contract will also support improved data collection and reporting. will: Ensure we report on asset condition to industry standards Allow recording of servicing details in the asset management database Improve access to information to ensure that drains which require more frequent maintenance are appropriate scheduled. Update spatial data in our Geographic Information System (GIS) 116

Provide information to prioritise locations for civil upgrades or renewal Provide accurate drainage and flooding information. 3. KEY INFORMATION 3.1 The composition of the Tender Evaluation Panel (TEP) is set out in Table 1 below. TABLE 1 COMPOSITION OF TEP Name Title Darren Brownscombe (Manager Maintenance & Renewal) Chairperson Peter Jumeau (Coordinator Infrastructure) Member James Lenihan (Drainage Maintenance Engineer) Member Kate Cornwall (Contracts Advisor) Member All TEP members signed the standard form indicating they had no conflict of interest to declare and that they would keep the tender information confidential. The evaluation criteria and weightings have been designed to ensure best value services are provided by the successful tenderer and are detailed in Table 2 below. TABLE 2 TENDER EVALUATION CRITERIA Criteria Percentage Weighting Price 50 Capacity to meet the requirements of the specification 25 Relevant experience and track record 10 Environmental Management 5 OH & S System 5 Asset Management System & Reporting 5 3.2 Tenders Received and Evaluation Details of the prices received for the first twelve months of the contract are shown in Table 3 below. This period represents fixed costs which will then be subject to annual rise and fall adjustments in accordance with the contract conditions for the remaining contract period. TABLE 3 TENDERS RECEIVED No. Tenderer s Name $ Price (Excluding GST) Cumulative Lump Sum and Day Work Rates for the first twelve months 1. Tenderer A $931,000 2. Tenderer B $1,199,913.64 3. Tenderer C Not supplied 4. Tenderer D $720,030 5. Tenderer E $1,102,100.28 6. Veolia Water Network Services $877,750 117

Tenderer C was a non-conforming tender as an incomplete pricing schedule was provided. Lump sum totals had been omitted from the tenderer response and as such there was insufficient information to evaluate the tender. All other tenders were prepared in conformance with the specifications and contract conditions (apart from minor negotiable changes) and were referred to the TEP for review and evaluation. After a detailed preliminary evaluation of five tenderers the TEP shortlisted three for interviewing. Following the interviews two tenderers were e-mailed questions to further clarify their capacity to meet requirements of the specification and how they would manage asset management system & reporting. After all evaluation was complete the following total weighted scores were determined by the TEP against the evaluation criteria as detailed in Table 4. TABLE 4 WEIGHTED SCORES No. Tenderer s Name Score (Out of 1,000) 1. Tenderer A 750.45 2. Tenderer B 607.53 3. Tenderer C N/A 4. Tenderer D 795.00 5. Tenderer E 702.91 6. Veolia Water Network Services 828.91 The final weighted scores which take into account all of the evaluation criteria have been used to determine the recommended contractor that Council should engage for the delivery of its Drainage Maintenance Services over the next five years. The following factors have been taken into account in scoring the tenderers against the agreed criteria. Price Tenderer D has been assigned the maximum possible score as it has submitted the lowest aggregated priced tender. Tenderers have been assigned a score for price derived from the ratio of lowest bid compared to each tender. Capacity Veolia Water Network Services are an international company who has invested significantly in the local market in order to demonstrate their capability as a leading and innovative organisation. They provide a full suite of services which are not available in other companies. This includes the provision of civil works options for drainage renewal such as their own patented dry suction for excavation of drains when working near critical services. Veolia Water Network Services have an established depot in Dandenong which is already equipped to manage all requirements of the contract including daily maintenance, customer response and asset management and reporting. During the 2011 floods in Queensland and earthquake in Christchurch, New Zealand they demonstrated a capability for rapid redeployment of resources. Relevant Experience Veolia Water Network Services rating is underpinned by the following factors: 118

Demonstrated performance and reliability within the Victorian local government sector. They have current or completed contracts with Moreland City Council, Manningham City Council, Shire of Yarra Ranges, Yarra Valley Water and City West Water. Proven track record in maintenance services to inner city municipalities and water authorities. Specialist expertise in the delivery of complete drainage solutions through to renewal of drainage pipes. Environmental Management and OH&S System Veolia Water Network Services have invested in drain cleaning plant which uses less water with increased efficiency. Their combo trucks have the capability to recycle water which results in further emission reductions and increased efficiency. Veolia Water Network Services have QMS accreditation in all management systems including Environmental Management and OH&S. They promote the active participation of employees through the practice of a Work, Health, Safety, Environment and Quality (WHSEQ) policy. Each month a company wide summary is distributed on near-miss incidents, employee injuries and number of injury free days. Their objectives and targets aligned with the company s global environmental commitments are: zero environmental incidents reporting of 20 near miss / hazards per division per year minimize environmental risks conduct 1 site inspection / audit by management per week establish a culture that rates environmental awareness as worthwhile Asset Management System & Reporting During the interview and in their answers to the follow-up questions Veolia Water Network Services explained how they could meet the City of Port Phillip Business Technology requirements for both download and upload of asset and reporting information in the required formats. They are committed to total asset management and have demonstrated experience in tailoring solutions from large operations like the Western Corridor Recycled Water Scheme in Queensland through to much smaller operations such as a wastewater treatment plant in New Zealand. Veolia Water Network Services use InfoNet TM as a purpose-built underground asset management tool. Subject to client requirements it has the capability for complete paperless work order management from field data collection through to reporting. This system is currently being used in their Yarra Valley Water contract. Some of the key benefits of InfoNet TM : Import asset data from other data management systems, View a geographical representation of the assets on screen, with the network displayed over the top of a detailed local map, 119

Manage and maintain network asset data over a long time period, Share network asset data with other users with audit trails and security mechanisms designed with the asset management task, Generate up to date reports of the network asset status. Reports can be produced as soon as field data has been collected. Financial Evaluation A standard financial evaluation (VEDA Report) was prepared by Council s Financial Compliance Accountant which highlighted there are no adverse events recorded. They noted the capacity of the recommended tenderer to provide the service in accordance with Council s requirements. Reference Checks Referee checks were completed with all references recommending Veolia Water Network Services for the provision of Drainage Maintenance Services. 120

FURTHER SUPPORTING INFORMATION 4. 5. 6. 7. ALIGNMENT TO COUNCIL PLAN AND COUNCIL POLICY 4.1 The drainage maintenance service supports and enables Council to deliver the following strategies in the Council Plan 29013-17: 4.1.1 Ensure our city is a welcoming and safe place for all people 2.1 4.1.2 Improve and manage local amenity and assets for now and the future 4.3. 4.2 Drainage maintenance has a significant impact on the community. It is in the public interest for us to maintain our drainage in a way that is aesthetically pleasing as well as resolving nuisance flooding that impact on community amenity. CONSULTATION AND STAKEHOLDERS 5.1 The specification for the drainage tender was submitted for peer review by staff in Infrastructure Maintenance, Asset Management and Sustainability. 5.2 In the preparation for the commencement of the contract staff have been consulted in Asset Management and Business Technology. This has included confirming the formats required for asset download, reporting upload and providing map files from our GIS. LEGAL AND RISK IMPLICATIONS 6.1 An effective drainage maintenance service is required to enable Council to meet its statutory obligations. Veolia Water Network Services is well resourced with experienced personnel and this will ensure that Council avoids risk leading to financial loss or a situation resulting in a negative impact on Council s reputation. 6.2 Veolia Water Network Services are certified to AS/NZS ISO 4801:2001 OH&S Management Systems. They have provided Safe Work Method Statements (SWMS) for drain cleaning and CCTV surveying. 6.3 Veolia Water Network Services complies with the insurance requirements having $5,000,000 Professional Indemnity and $20,000,000 Public & Products Liability. SUSTAINABILITY Triple Bottom Line 7.1 ENVIRONMENTAL IMPLICATIONS 7.1.1 Veolia Water Network Services are certified to AS/NZS ISO 4001:2004 for Environmental Management Systems. 7.1.2 Drain cleaning can be a water intensive process. Veolia Water Network Services have invested in plant resources which reduce emissions, water use and, in some cases, can recycle water on the job. 7.1.3 Veolia Water Network Services are a global environmental services company. In 2010 a report was published highlighting how Veolia are now positioned as making a business out of improving the environment rather than being an environment related business. They have developed a Water Impact Index to promote the idea of measuring water sustainability, and repackaged their wastewater technologies as wastewater refineries to promote the idea of 121

wastewater as a resource In Victoria Veolia have commissioned an organic green waste facility through a 15 year agreement with the Metropolitan Waste Management Group. 7.2 SOCIAL & CULTURAL IMPLICATIONS 7.2.1 Not applicable. 7.3 ECONOMIC IMPLICATIONS 7.3.1 There will be no negative economic implications in the conduct of this contract. 7.3.2 Economic improvements will be the reduction of flooding frequency or severity which impact the use of roads or access to businesses. 7.4 FINANCIAL IMPLICATIONS 7.4.1 The project cost of this tender falls within the current budget. 8. 9. IMPLEMENTATION STRATEGY 8.1 TIMELINE 8.1.1 Contract documents will be executed in June and the contract will commence on 01 July 2015. 8.1.2 A transition plan is in place to implement the new contract. 8.2 COMMUNICATION 8.2.1 Contract documentation shall be prepared and forwarded to the contractor for execution. 8.2.2 The Contracts and Procurement unit shall notify all unsuccessful tenderers. The Contract Manager shall invite all unsuccessful tenderers for a debrief. OFFICER DIRECT OR INDIRECT INTEREST 9.1 No officers involved in the preparation of this report have any direct or indirect interest in the matter. 122