agenda of technical services committee meeting - 7 october ... · minutes of the technical services...

31
CITY OF ARMADALE AGENDA OF THE TECHNICAL SERVICES COMMITTEE TO BE HELD IN THE COMMITTEE ROOM, ADMINISTRATION CENTRE, 7 ORCHARD AVENUE, ARMADALE ON MONDAY, 7 OCTOBER 2019 AT 5.30PM. A meal will be served at 6:15 p.m. PRESENT: APOLOGIES: OBSERVERS: IN ATTENDANCE: PUBLIC: “For details of Councillor Membership on this Committee, please refer to the City’s website www.armadale.wa.gov.au/your council/councillors.”

Upload: others

Post on 27-Oct-2019

1 views

Category:

Documents


0 download

TRANSCRIPT

CITY OF ARMADALE

AGENDA

OF THE TECHNICAL SERVICES COMMITTEE TO BE HELD IN THE

COMMITTEE ROOM, ADMINISTRATION CENTRE, 7 ORCHARD AVENUE,

ARMADALE ON MONDAY, 7 OCTOBER 2019 AT 5.30PM.

A meal will be served at 6:15 p.m.

PRESENT:

APOLOGIES:

OBSERVERS:

IN ATTENDANCE:

PUBLIC:

“For details of Councillor Membership on this Committee, please refer to the City’s website

– www.armadale.wa.gov.au/your council/councillors.”

TECHNICAL SERVICES 2 7 OCTOBER 2019

COMMITTEE

DISCLAIMER

The Disclaimer for protecting Councillors and staff from liability of information and advice

given at Committee meetings to be read.

DECLARATION OF MEMBERS’ INTERESTS

QUESTION TIME

Public Question Time is allocated for the asking of and responding to questions raised by members of the public. Minimum time to be provided – 15 minutes (unless not required).

Policy and Management Practice EM 6 – Public Question Time has been adopted by Council

to ensure the orderly conduct of Public Question time and a copy of this procedure can be

found at http://www.armadale.wa.gov.au/PolicyManual.

It is also available in the public gallery.

The public’s cooperation in this regard will be appreciated.

DEPUTATION

CONFIRMATION OF MINUTES

RECOMMEND

Minutes of the Technical Services Committee Meeting held on 2 September 2019 be

confirmed.

ITEMS REFERRED FROM INFORMATION BULLETIN

If any of the items from the Information Bulletin require clarification or a report for a decision of

Council, this item to be raised for discussion at this juncture.

CONTENTS

TECHNICAL SERVICES COMMITTEE

7 OCTOBER 2019

1. TENDERS

1.1 TENDER 12/19 - DESIGN AND CONSTRUCTION OF CROSS PARK CRICKET

PAVILION ........................................................................................................................................4

1.2 TENDER 16/19 - DESIGN AND CONSTRUCTION OF NOVELLI PAVILION ........................ 10

1.3 TENDER 17/19 - MINOR BUILDING MAINTENANCE SERVICES ........................................ 16

2. MISCELLANEOUS

2.1 CONFERENCE ATTENDANCE - 2019 ENVIRONMENT INSTITUTE OF

AUSTRALIA AND NEW ZEALAND (EIANZ) CONFERENCE ................................................ 22

2.2 ABSENCE OF EXECUTIVE DIRECTOR TECHNICAL SERVICES -

APPOINTMENT OF ACTING EXECUTIVE DIRECTOR TECHNICAL SERVICES ............... 26

3. COUNCILLORS’ ITEMS

NIL ............................................................................................................................................................ 28

4. EXECUTIVE DIRECTOR TECHNICAL SERVICES REPORT

NIL. ........................................................................................................................................................... 28

SUMMARY OF ATTACHMENTS .................................................................................................................. 29

TECHNICAL SERVICES 4 7 OCTOBER 2019

COMMITTEE - Tenders

1.1 - TENDER 12/19 - DESIGN AND CONSTRUCTION OF CROSS PARK CRICKET

PAVILION

WARD

: HILLS In Brief:

Tender 12/19 was recently advertised for

Design and Construction of Cross Park

Cricket Pavilion.

Seven (7) tenders were received by the

specified closing time and evaluated

against compliance and qualitative

criteria.

This report recommends that Council

accept the tender from Alita Enterprises

Pty Ltd.

FILE No.

:

DATE

: 11 October 2017

REF

: AB

RESPONSIBLE

MANAGER

Executive Director

Technical Services

Tabled Items

Nil.

Decision Type

☐ Legislative The decision relates to general local government legislative

functions such as adopting/changing local laws, town planning

schemes, rates exemptions, City policies and delegations etc.

☒ Executive The decision relates to the direction setting and oversight role of

Council.

☐ Quasi-judicial The decision directly affects a person’s rights or interests and

requires Councillors at the time of making the decision to adhere to

the principles of natural justice.

Officer Interest Declaration

Nil.

Strategic Implications

2.2 Attractive and Functional Public Places

2.2.1 Deliver attractive and functional streetscapes, open spaces, City buildings

and facilities

TECHNICAL SERVICES 5 7 OCTOBER 2019

COMMITTEE - Tenders

Legislative Implications

Assessment of legislation indicates the following apply:

Section 3.57 Local Government Act 1995 – Tenders for providing goods or services

Division 2 Local Government (Functions and General) Regulations 1996 – Tenders for

providing goods or services

Council Policy/Local Law Implications

Assessment of Policy/Local Law indicates that the following is applicable:

Council Policy ADM 19 – Procurement of Goods and Services

Budget/Financial Implications

The proposed expenditure can be accommodated in the City’s 2019/20 Budget and Long

Term Financial Plan estimates.

Consultation

Inter Directorate.

BACKGROUND

Tender 12/19 for Design and Construction of Cross Park Cricket Pavilion was advertised in

the 20 July 2019 edition of the West Australian newspaper, the City’s website and in a notice

which was displayed on the Administration Centre, Armadale and Kelmscott Libraries’

public notice boards.

The City requires a suitably qualified, resourced and experienced contractor to design and

build the Cross Park Cricket Pavilion, as per the design brief and specification.

DETAILS OF PROPOSAL

Council approval is sought to award the tender for Design and Construction of the Cross Park

Cricket Pavilion for a period of 12 months commencing 15 October 2019.

TECHNICAL SERVICES 6 7 OCTOBER 2019

COMMITTEE - Tenders

COMMENT

Analysis

The advertising period closed at 2.00pm on 20 August 2019.

Tenders were received from:

Tenderer’s Name

1. Alita Enterprises Pty Ltd (Alita Enterprises)

2. McCorkell Constructions (WA) Pty Ltd (McCorkell Constructions)

3. Devlyn Australia Pty Ltd

4. Byte Construct Pty Ltd (Byte Construct)

5. Geared Construction Pty Ltd (Geared Construction)

6. LKS Constructions (WA) Pty Ltd

7. Bistel Constructions Pty Ltd (Bistel Constructions)

All tenders were assessed against compliance criteria and were found to be conforming.

No tenders were received after the close of deadline.

An evaluation process was undertaken having specific regard to the following Qualitative

Criteria:

Relevant Experience (30% weighting)

This criterion required tenderers to provide details of previous similar projects, including

details of:

Contract requirements including each service requirement

Outcomes for each service area

Any issues that arose and how they were managed

How works scheduling was achieved

Final contract value

Contact details of referees for each example.

All tenderers provided evidence of similar projects. The submissions from Alita Enterprises,

Byte Construct and Bistel Constructions provided a more comprehensive response to each of

the criteria. The submission from Alita Enterprises demonstrated substantial experience, not

only with similar projects but also outlined their specific experience with design and

construction contracts as well as guaranteed maximum price contracts.

TECHNICAL SERVICES 7 7 OCTOBER 2019

COMMITTEE - Tenders

Key Personnel Skills and Experience (25% weighting)

This criterion required tenderers to provide information on the resources to be allocated to the

project, including:

Details of designated plant, equipment and materials

Qualifications and curriculum vitae for each of the nominated key personnel

Allocated percentage of time for key personnel allocated to the project

Commitment schedule demonstrating the tenderer’s availability to undertake the

project.

All tenderers fielded strong teams in both design and construction. In particular, the

submissions from Alita Enterprises and Bistel Constructions presented key personnel with

specific experience directly relevant to the project (managing design and construction

projects, sporting facilities, etc.).

Methodology (25% weighting)

This criterion required tenderers to provide the following:

Statement of design methodology

Statement of construction methodology, including site and traffic management,

sequencing, commissioning and defect rectification

Detailed project program

Risk, OHS and environmental considerations.

The submissions from Alita Enterprises, McCorkell Constructions and Bistel Constructions

provided extremely detailed statements of methodology for both design and construction, as

well as addressing site management and safety. The submission from Alita Enterprises

clearly demonstrated how they manage the entire design and construction process, as well as

detailed environmental management throughout the project.

Sustainable Impacts (20% weighting)

This criterion required tenderers to provide:

Environmental impacts (reduction in waste, pollutants, etc.)

Social impacts (local business support, working conditions, governance)

Economic impacts (efficiencies and operating costs, innovation, etc).

Most of the submissions adequately addressed this criterion. Geared Construction provided

excellent environmental credentials, followed closely by Alita Enterprises and

McCorkell Constructions. Most tenderers strive to utilise local subcontractors and locally

sourced materials, however Alita Enterprises (as a locally based organisation) were able to

best demonstrate this element of the criterion.

TECHNICAL SERVICES 8 7 OCTOBER 2019

COMMITTEE - Tenders

Pricing (non-weighting)

This criterion required tenderers to submit prices for works as outlined in the tender

specification and drawings. The tendered prices were structured as a Lump Sum guaranteed

maximum price. The non-weighted cost method was used in the evaluation of the tender. The

tenders were ranked according to the qualitative criteria and then the evaluation panel

assessed the price component to determine the tender that is most advantageous to the City.

Ranking of the compliant applicants as determined by the evaluation panel:

Tenderer R

elev

an

t

Ex

per

ien

ce

Key

Per

son

nel

Sk

ills

an

d

Res

ou

rces

Met

ho

do

logy

Su

stain

ab

le

Imp

act

s

To

tal

Ra

nk

ing

30% 25% 25% 20%

Alita Enterprises Pty Ltd (Alita

Enterprises) 23.00 17.50 19.17 14.67 74.34 1

McCorkell Constructions (WA) Pty Ltd

(McCorkell Constructions) 19.50 16.67 17.92 14.00 68.09 3

Devlyn Australia Pty Ltd 18.00 14.17 15.83 12.67 60.67 6

Byte Construct Pty Ltd (Byte Construct) 21.50 15.00 17.08 12.33 65.91 4

Geared Construction Pty Ltd (Geared

Construction) 19.50 13.75 16.67 15.33 65.25 5

LKS Constructions (WA) Pty Ltd 17.50 16.25 15.42 10.00 59.17 7

Bistel Constructions Pty Ltd (Bistel

Constructions) 21.50 16.25 17.92 13.67 69.34 2

Based on the panel’s evaluation, using a combination of the above qualitative criteria and

price, the tender from Alita Enterprises Pty Ltd represents the most advantageous tender.

CONCLUSION

Tenders for Design and Construction of Cross Park Cricket Pavilion were recently invited

with seven (7) tenders received and assessed by an evaluation panel against compliance and

qualitative criteria.

The result was that the tender received from Alita Enterprises Pty Ltd represented the most

advantageous tender to the City.

The evaluation panel therefore recommends that the contract be awarded to Alita Enterprises

Pty Ltd.

TECHNICAL SERVICES 9 7 OCTOBER 2019

COMMITTEE - Tenders

NB: The Confidential Attachment to this report detailing the recommended tenderer’s

price/consideration will be made public when Council has accepted the successful

tender.

RECOMMEND

That Council, in regard to Tender 12/19 for Design and Construction of Cross Park

Cricket Pavilion:

Accept the tender from Alita Enterprises Pty Ltd commencing 15 October 2019 in

accordance with:

The tenderer’s submitted Lump Sum consideration as presented in Confidential

Attachment 1.1.1

Council’s contract documentation, Budget and Long Term Financial Plan

estimates.

ATTACHMENTS 1.1.1. Confidential Attachment - TEN12/19- Design and Construction of Cross Park Cricket

Pavilion - Price Consideration - This matter is considered to be confidential under Section

5.23(2) (c) of the Local Government Act, as it deals with the matter relates to a contract

entered into or which may be entered into by the City of Armadale

TECHNICAL SERVICES 10 7 OCTOBER 2019

COMMITTEE - Tenders

1.2 - TENDER 16/19 - DESIGN AND CONSTRUCTION OF NOVELLI PAVILION

WARD

: LAKE In Brief:

Tender 16/19 was recently advertised for

Design and Construction of Novelli

Pavilion.

Ten (10) tenders were received by the

specified closing time and evaluated

against compliance and qualitative

criteria.

This report recommends that Council

accept the tender from Alita Enterprises

Pty Ltd.

FILE No.

:

DATE

: 11 October 2017

REF

: AB

RESPONSIBLE

MANAGER

Executive Director

Technical Services

Tabled Items

Nil.

Decision Type

☐ Legislative The decision relates to general local government legislative

functions such as adopting/changing local laws, town planning

schemes, rates exemptions, City policies and delegations etc.

☒ Executive The decision relates to the direction setting and oversight role of

Council.

☐ Quasi-judicial The decision directly affects a person’s rights or interests and

requires Councillors at the time of making the decision to adhere to

the principles of natural justice.

Officer Interest Declaration

Nil.

Strategic Implications

2.2 Attractive and Functional Public Places

2.2.1 Deliver attractive and functional streetscapes, open spaces, City buildings

and facilities

TECHNICAL SERVICES 11 7 OCTOBER 2019

COMMITTEE - Tenders

Legislative Implications

Assessment of legislation indicates the following apply:

Section 3.57 Local Government Act 1995 – Tenders for providing goods or services

Division 2 Local Government (Functions and General) Regulations 1996 – Tenders for

providing goods or services

Council Policy/Local Law Implications

Assessment of Policy/Local Law indicates that the following is applicable:

Council Policy ADM 19 – Procurement of Goods and Services

Budget/Financial Implications

The proposed expenditure can be accommodated in the City’s 2019/20 Budget and Long

Term Financial Plan estimates.

Consultation

Inter Directorate.

BACKGROUND

Tender 16/19 for Design and Construction of Novelli Pavilion was advertised in the

20 July 2019 edition of the West Australian newspaper, the City’s website and in a notice

which was displayed on the Administration Centre, Armadale and Kelmscott Libraries’

public notice boards.

The City requires a suitably qualified, resourced and experienced contractor to design and

build the Novelli Pavilion, as per the design brief and specification.

DETAILS OF PROPOSAL

Council approval is sought to award the tender for Design and Construction of the Novelli

Pavilion commencing 15 October 2019.

TECHNICAL SERVICES 12 7 OCTOBER 2019

COMMITTEE - Tenders

COMMENT

Analysis

The advertising period closed at 2.00pm on 20 August 2019.

Tenders were received from:

Tenderer’s Name

1. Alita Enterprises Pty Ltd (Alita Enterprises)

2. LKS Constructions (WA) Pty Ltd

3. McCorkell Constructions (WA) Pty Ltd (McCorkell Constructions)

4. Geared Construction Pty Ltd (Geared Construction)

5. AE Hoskins Building Services

6. Pindan Projects WA Pty Ltd

7. Devlyn Australia Pty Ltd (Devlyn Australia)

8. Byte Construct Pty Ltd (Byte Construct)

9. Shelford Constructions Pty Ltd (Shelford Constructions)

10. Bistel Constructions Pty Ltd (Bistel Constructions)

All tenders were assessed against compliance criteria and were found to be conforming.

No tenders were received after the close of deadline.

An evaluation process was undertaken having specific regard to the following Qualitative

Criteria:

Relevant Experience (30% weighting)

This criterion required tenderers to provide details of previous similar projects, including

details of:

Contract requirements, including each service requirement

Outcomes for each service area

Any issues that arose and how they were managed

How works scheduling was achieved

Final contract value

Contact details of referees for each example.

The submissions from Alita Enterprises, McCorkell Constructions and Byte Construct all

provided evidence of similar size and value projects. The submission from Alita Enterprises

provided evidence of a strong ‘solutions based’ approach to both design and construction,

playing a proactive role in the complete process. Alita Enterprises also provided more details

regarding their experience with both design and construction as well as guaranteed maximum

price contracts than the other submissions.

TECHNICAL SERVICES 13 7 OCTOBER 2019

COMMITTEE - Tenders

Key Personnel Skills and Experience (25% weighting)

This criterion required tenderers to provide information on the resources to be allocated to the

project, including:

Details of designated plant, equipment and materials

Qualifications and curriculum vitae for each of the nominated key personnel

Allocated percentage of time for key personnel allocated to the project

Commitment schedule demonstrating the tenderer’s availability to undertake the

project.

Submissions varied significantly in the level of information provided in response to this

criterion. Shelford Constructions, AE Hoskins Building Services and Alita Enterprises

provided detailed information across each of the key components of this criterion.

Alita Enterprises also provided a detailed breakdown of their commitment schedule and

allocation of key personnel.

Methodology (25% weighting)

This criterion required tenderers to provide the following:

Statement of design methodology

Statement of construction methodology, including site and traffic management,

sequencing, commissioning and defect rectification

Detailed project program

Risk, OHS and environmental considerations.

The submissions from Geared Construction, Devlyn Australia and Shelford Constructions all

provided well structured methodologies. As well as providing comprehensive methodologies

for both design and construction, Alita Enterprises also provided a very detailed project plan

and description of their processes from inception through to defect rectification.

Sustainable Impacts (20% weighting)

This criterion required tenderers to provide:

Environmental impacts (reduction in waste, pollutants, etc.)

Social impacts (local business support, working conditions, governance)

Economic impacts (efficiencies and operating costs, innovation, etc).

Alita Enterprises, Bistel Constructions and Geared Construction all provided strong responses

to this criterion. Geared Construction provided significant evidence of their environmental

credentials. Bistel Constructions provided detailed evidence across all three categories.

Alita Enterprises, whilst providing detailed evidence addressing this criterion, also provided

additional evidence to support their use of local subcontractors and locally sourced materials.

TECHNICAL SERVICES 14 7 OCTOBER 2019

COMMITTEE - Tenders

Pricing (non-weighting)

This criterion required tenderers to submit prices for the works as outlined in the tender

specification and drawings. The tendered prices were structured as a Lump Sum guaranteed

maximum price. The non-weighted cost method was used in the evaluation of the tender. The

tenders were ranked according to the qualitative criteria and then the evaluation panel

assessed the price component to determine the tender that is most advantageous to the City.

Ranking of the compliant applicants as determined by the evaluation panel:

Tenderer

Rel

eva

nt

Ex

per

ien

ce

Key

Per

son

nel

Sk

ills

an

d

Res

ou

rces

Met

ho

do

logy

Su

stain

ab

le

Imp

act

s

To

tal

Ra

nk

ing

30% 25% 25% 20%

Alita Enterprises Pty Ltd (Alita

Enterprises) 25.00 19.17 20.83 16.00 81.00 1

LKS Constructions (WA) Pty Ltd 19.00 15.83 16.67 10.00 61.50 8

McCorkell Constructions WA Pty Ltd

(McCorkell Constructions) 21.00 15.00 18.33 14.67 69.00 4

Geared Construction Pty Ltd (Geared

Construction) 18.50 10.83 19.17 15.00 63.50 7

AE Hoskins Building Services 19.50 19.58 18.33 14.33 71.74 3

Pindan Projects WA Pty Ltd 16.50 14.58 13.33 12.67 57.08 10

Devlyn Australia Pty Ltd (Devlyn

Australia) 20.00 14.58 19.17 14.67 68.42 5

Byte Construct Pty Ltd (Byte Construct) 21.00 9.17 17.92 12.67 60.76 9

Shelford Constructions Pty Ltd (Shelford

Construction) 20.50 20.00 19.17 12.67 72.34 2

Bistel Constructions Pty Ltd (Bistel

Constructions) 20.50 12.92 18.83 15.67 67.92 6

Based on the panel’s evaluation, using a combination of the above qualitative criteria and

price, the tender from Alita Enterprises Pty Ltd represents the most advantageous tender.

CONCLUSION

Tenders for Design and Construction of Novelli Pavilion were recently invited with ten (10)

tenders received and assessed by an evaluation panel against compliance and qualitative

criteria.

The result was that the tender received from Alita Enterprises Pty Ltd represented the most

advantageous tender to the City.

The evaluation panel therefore recommends that the contract be awarded to Alita Enterprises

Pty Ltd.

TECHNICAL SERVICES 15 7 OCTOBER 2019

COMMITTEE - Tenders

NB: The Confidential Attachment to this report detailing the recommended tenderer’s

price/consideration will be made public when Council has accepted the successful

tender.

RECOMMEND

That Council, in regard to Tender 16/19 for Design and Construction of Novelli

Pavilion:

Accept the tender from Alita Enterprises Pty Ltd commencing 15 October 2019 in

accordance with:

The tenderer’s submitted Lump Sum consideration as presented in Confidential

Attachment 1.2.1

Council’s contract documentation, Budget and Long Term Financial Plan

estimates.

ATTACHMENTS 1.2.1. Confidential Attachment TEN16/19 - Design and Construction of Novelli Pavillion - Price

Consideration - This matter is considered to be confidential under Section 5.23(2) (c) of the

Local Government Act, as it deals with the matter relates to a contract entered into or

which may be entered into by the City of Armadale

TECHNICAL SERVICES 16 7 OCTOBER 2019

COMMITTEE - Tenders

1.3 - TENDER 17/19 - MINOR BUILDING MAINTENANCE SERVICES

WARD

: ALL In Brief:

Tender 17/19 was recently advertised for

Minor Building Maintenance Services.

Seven (7) tenders were received by the

specified closing time and evaluated

against compliance and qualitative

criteria.

This report recommends that Council

accept the tender from Enviro

Infrastructure Pty Ltd.

FILE No.

:

DATE

: 11 October 2017

REF

: AS

RESPONSIBLE

MANAGER

Executive Director

Technical Services

Tabled Items

Nil.

Decision Type

☐ Legislative The decision relates to general local government legislative

functions such as adopting/changing local laws, town planning

schemes, rates exemptions, City policies and delegations etc.

☒ Executive The decision relates to the direction setting and oversight role of

Council.

☐ Quasi-judicial The decision directly affects a person’s rights or interests and

requires Councillors at the time of making the decision to adhere to

the principles of natural justice.

Officer Interest Declaration

Nil.

Strategic Implications

2.3 Well Managed Infrastructure

2.3.1 Apply best practice design and construction methodologies for the provision

of infrastructure

TECHNICAL SERVICES 17 7 OCTOBER 2019

COMMITTEE - Tenders

Legislative Implications

Assessment of legislation indicates that the following apply:

Section 3.57 Local Government Act 1995 – Tenders for providing goods or services

Division 2 Local Government (Functions and General) Regulations 1996 – Tenders for

providing goods or services

Council Policy/Local Law Implications

Assessment of Policy/Local Law indicates that the following is applicable:

Council Policy ADM 19 – Procurement of Goods and Services

Budget/Financial Implications

The proposed expenditure can be accommodated in the 2019/20 Budget and Long Term

Financial Plan estimates.

Consultation

Inter Directorate.

BACKGROUND

Tender 17/19 for Minor Building Maintenance Services was advertised in the 6 July 2019

edition of the West Australian newspaper, on the City’s website and in a notice which was

displayed on the Administration Centre, Armadale and Kelmscott Libraries’ public notice

boards.

The City requires a suitably qualified contractor to provide minor building maintenance

services. The works shall be limited to maintenance and minor works not exceeding $50,000

such as carpentry/joinery, building maintenance, structural works and roofing repairs. No

electrical, plumbing or air conditioning/HVAC services will be undertaken as part of this

contract.

TECHNICAL SERVICES 18 7 OCTOBER 2019

COMMITTEE - Tenders

DETAILS OF PROPOSAL

Council approval is sought to award the tender for Minor Building Maintenance Services

commencing on 15 October 2019 for a period of three (3) years. Subject to the satisfactory

performance of the contract, the contract may be extended for a further two (2) periods of

twelve (12) months.

COMMENT

Analysis

The advertising period closed at 2pm on Tuesday 23 July 2019.

Tenders were received from:

Tenderer’s Name

1. Quantum Building Services Pty Ltd

2. Woodcourt Pty Ltd (Woodcourt Contructions)

3. JDS Building & Maintenance Services Pty Ltd

4. Enviro Infrastructure Pty Ltd

5. Devco Holdings Pty Ltd ATF Devereux Family Trust T/A Devco

Builders (Devco Builders)

6. Access Without Barriers Pty Ltd T/A AWB Co (Access Without

Barriers Co)

7. Marawar Pty Ltd T/A Marawar (Marawar)

All tenders were assessed against compliance criteria and were found to be conforming.

No tenders were received after the close of deadline.

An evaluation process was undertaken having specific regard to the following Qualitative

Criteria:

Relevant Experience (20% weighting)

This criterion required tenderers to describe their experiences in completing/supplying similar

requirements, particularly for local governments. As a minimum, tenderers were required to

complete a contract brief for at least three examples of similar contracts, including the

following details:

Contract requirements

Examples of customer service and how communication was maintained

Issues that arose during the contract and how these were managed

How safety was maintained

Provision of contact details of two referees for each contract.

TECHNICAL SERVICES 19 7 OCTOBER 2019

COMMITTEE - Tenders

Enviro Infrastructure Pty Ltd, Devco Builders and Access Without Barriers Co scored highest

in this criterion. These companies provided numerous examples of similar previous contracts

in local government and private enterprise demonstrating their relevant experience. These

tenderers also demonstrated good safety management procedures as well as management of

site challenges and issues.

Key Personnel Skills and Experience (30% weighting)

This criterion required tenderers to provide information of personnel and resources to be

allocated to this project, such as:

Designated plant, equipment and materials

Personnel resource levels including trades persons

Qualifications and curriculum vitae of key operational personnel noting experience and

role in similar contracts

Provision of licenses, trade certificates and qualifications, including mandatory

building registration.

Access Without Barriers Co scored highest in this criterion, demonstrating they have well

qualified, experienced staff and adequate resources. They also provided detailed information

regarding allocation of specific personnel to the contract, including their role in the

performance of the contract. Enviro Infrastructure Pty Ltd also demonstrated they have

qualified staff and adequate resources as well as specifying allocated personnel.

Availability and Response Timeframes (20% weighting)

This criterion required tenderers to provide information regarding their availability and

response timeframes such as:

Response timeframes to scheduled work and emergency or urgent callouts

Contract and project commitment schedule demonstrating resource and personnel

availability.

Enviro Infrastructure Pty Ltd and Access Without Barriers Co best addressed this criterion,

demonstrating a good understanding of the requirements, as well as highlighting good out of

hours response times. JDS Building & Maintenance Services Pty Ltd scored poorly on this

criterion as there are concerns that although the processes surrounding their availability and

response timeframes are good, personnel constraints would prevent this from being effective.

TECHNICAL SERVICES 20 7 OCTOBER 2019

COMMITTEE - Tenders

Sustainable Impacts (10% weighting)

This criterion required tenderers to demonstrate their sustainable practices, including details

such as:

Environmental impacts (reduction in waste, pollutants)

Social impacts (local business support, working conditions, governance)

Details of economic impacts (efficiencies and operating costs, innovation)

Marawar scored highest in this criterion as they give back to the community through tree

planting, training of Aboriginal Australians and sponsorship of various foundations.

Enviro Infrastructure Pty Ltd provided a comprehensive response, detailing their ISO

certification. Quantum Building Services Pty Ltd provided good examples of the measures

taken to demonstrate how they are environmentally and socially responsible by reskilling,

donations to charities and assisting the public.

Tendered Price (20% weighting)

This criterion required tenderers to submit prices for services outlined in the tender

specification. The prices were structured as a Schedule of Rates table. The evaluation panel

assessed the total approximate annual cost for each tender. The weighted cost method was

used in the evaluation of the tenders. The tenders were ranked according to the qualitative

criteria and then the evaluation panel assessed the price component to determine the tender

that is most advantageous to the City.

Ranking of the compliant applicants as determined by the evaluation panel:

Tenderer

Rel

evan

t

Exp

erie

nce

Key

Per

son

nel

an

d R

esou

rces

Avail

ab

ilit

y a

nd

Res

pon

se

Tim

efra

mes

Su

stain

ab

le

Imp

act

s

Pri

ce

Tota

l

Ran

kin

g

20% 30% 20% 10% 20%

Quantam Building Services 10.67 15.00 12.00 6.33 10.15 54.15 6

Woodcourt Pty Ltd 10.33 14.00 8.00 6.00 8.96 47.29 7

JDS Building & Maintenance

Services Pty Ltd 10.00 15.50 6.67 4.67 19.14 55.98 5

Enviro Infrastructure Pty Ltd 14.00 20.50 13.67 6.67 12.35 67.19 1

Devco Builders 14.00 20.00 12.67 6.00 13.41 66.08 2

Access Without Barriers Pty

Ltd T/A AWB Co (Access

Without Barriers Co)

14.33 21.00 15.33 5.67 8.47 64.80 3

Marawar Pty Ltd 12.00 18.50 12.00 7.00 9.41 58.91 4

Based on the panel’s evaluation, using a combination of the above qualitative criteria and

price, the tender from Enviro Infrastructure Pty Ltd represents the most advantageous tender.

TECHNICAL SERVICES 21 7 OCTOBER 2019

COMMITTEE - Tenders

CONCLUSION

Tenders for Minor Building Maintenance Services were recently invited with seven (7)

tenders received and assessed by an evaluation panel against compliance and qualitative

criteria.

The result was that the tender received from Enviro Infrastructure Pty Ltd represented the

most advantageous tender to the City.

The evaluation panel therefore recommends that the contract be awarded to

Enviro Infrastructure Pty Ltd for a period of three (3) years.

NB: The Confidential Attachment to this report detailing the recommended tenderer’s

price/consideration will be made public when Council has accepted the successful

tender.

RECOMMEND

That Council, in regard to Tender 17/19 for Minor Building Maintenance Services:

1. Accept the tender from Enviro Infrastructure Pty Ltd for a period of three (3)

years commencing 15 October 2019 in accordance with:

The tenderer’s submitted Schedule of Rates as presented in Confidential

Attachment 1.3.1

Council’s contract documentation, Budget and Long Term Financial Plan

estimates.

2. Authorise the Chief Executive Officer to extend the contract for two (2) periods of

twelve (12) months subject to satisfactory performance by the contractor and

price adjustments, as specified in the Request for Tender Special Conditions of

Contract Clause 4.1.

ATTACHMENTS 1.3.1. Confidential Attachment - Tender 17/19 - This matter is considered to be confidential

under Section 5.23(2) (c) of the Local Government Act, as it deals with the matter relates to

a contract entered into or which may be entered into by the City of Armadale

TECHNICAL SERVICES 22 7 OCTOBER 2019

COMMITTEE - Miscellaneous

2.1 - CONFERENCE ATTENDANCE - 2019 ENVIRONMENT INSTITUTE OF

AUSTRALIA AND NEW ZEALAND (EIANZ) CONFERENCE

WARD

: ALL In Brief:

The 2019 Environment Institute of

Australia and New Zealand (EIANZ)

Annual Conference is to be held

on 4-5 November 2019 in Adelaide,

South Australia.

This report calls for nominations for

Councillors’ attendance at the

conference.

FILE No.

: M/437/19

DATE

: 27 June 2019

REF

: NB/DH

RESPONSIBLE

MANAGER

: Executive Director

Technical Services

Tabled Items

Nil.

Decision Type

☐ Legislative The decision relates to general local government legislative

functions such as adopting/changing local laws, town planning

schemes, rates exemptions, City policies and delegations etc.

☒ Executive The decision relates to the direction setting and oversight role of

Council.

☐ Quasi-judicial The decision directly affects a person’s rights or interests and

requires Councillors at the time of making the decision to adhere to

the principles of natural justice.

Officer Interest Declaration

Nil.

TECHNICAL SERVICES 23 7 OCTOBER 2019

COMMITTEE - Miscellaneous

Strategic Implications

4.1 Visionary Civic leadership and sound governance

4.1.3 Support the role of the elected body

4.1.3.2 Deliver to Councillors appropriate training and development

opportunities

4.1.3.3 Advocate and support Councillor engagement in outside bodies

and events to maintain awareness and enhance the City's

knowledge base

Legislative Implications

General assessment of relevant legislation (e.g. Local Government Act) has not revealed any

restrictions.

Council Policy/Local Law Implications

Assessment of Policy/Local Law indicates that the following is applicable:

Council Policy ADM3 – Conferences, Seminars and Training

Budget/Financial Implications

Allowances for Councillor and officer attendance at conferences have been made within the

2019/20 budget.

Consultation

Inter Directorate.

BACKGROUND

The 2019 Environment Institute of Australia and New Zealand (EIANZ) Annual Conference

is to be held at the Adelaide Convention Centre 4-5 November 2019.

There are several noteworthy events taking place before, during and after the conference

itself. Field trips will be held on Wednesday 6 November. The gala dinner and awards night

will be held on Monday 4 November in the State Library of South Australia.

The EIANZ annual conference is the institute’s signature event each year, inspiring

practitioners and providing exceptional professional development and networking

opportunities to EIANZ members and colleagues. This year the theme is Resilience and

Innovation.

TECHNICAL SERVICES 24 7 OCTOBER 2019

COMMITTEE - Miscellaneous

DETAILS OF PROPOSAL

The 2019 EIANZ Annual Conference program includes inspiring speakers from diverse

backgrounds in business, advocacy, indigenous knowledge, communications, science,

environmental law and planning.

Speakers include:

Dr Helen Murphy, CSIRO

The Honourable David Speirs MP

Anton Andreachhio, Convergen

ChlÖe Swarbrick MP, Green Party of Aotearoa New Zealand

Prof. Andy Koronios, University of South Australia

Sandy Verschoor, Lord Mayor of Adelaide

The conference provides an opportunity to interact with leaders in the field, attend valuable

educational sessions and gain specific environmental industry knowledge. Councillors should

note the attendance of officers as delegates to the 2019 Environment Institute of Australia and

New Zealand (EIANZ) Annual Conference.

COMMENT

The conference covers a wide range of topics relevant to the activities and functions

performed by the City and Councillors will benefit from thought provoking workshops and a

speed plenary session; which are true to the conference topic of Resilience and Innovation.

Topics to be covered during the conference include:

Advancing Knowledge Integrated Assessment

Strategic Planning and IA Industry Cases Strategic Environment Assessment

Succession Planning Environment Awareness and Management

Energy and Renewables – Innovatively Building Resilience

Communities and Cities – Regulatory

The conference delivers content that is particularly relevant to the work program of the City’s

Environmental Services Department. For example, there are presentation streams on Energy

and Renewables, Strategic Environmental Assessment and Environmental Awareness and

Management. Information obtained will be used in the planning assessment process, the

City’s program of works and carbon mitigation projects.

The attached program (Attachment 2.1.1) provides further detail regarding the conference

topics.

The cost for attendance over the two day conference, including air fares and accommodation

is approximately $2,500 per person.

TECHNICAL SERVICES 25 7 OCTOBER 2019

COMMITTEE - Miscellaneous

Councillors should note Policy and Management Practice ADM 3 - Conferences, Seminars

and Training, item 2 (d) of the Management Practice states that:

“Where a member of Council at the date of the conference, seminar or training course has an

electoral term of less than six (6) months to complete, such member shall be ineligible to

attend unless such is specifically authorised by Council.”

CONCLUSION

The EIANZ conference is held annually and the 2019 program offers topics that are relevant

to the City, now and into the future.

The conference brings together leading professionals from across Australia and the world to

share best practice, innovation and discuss trends within the environment industry. This

annual event offers two full days of learning, networking and skill building.

Attendance at the conference is considered beneficial and a Councillor delegate is sought.

RECOMMEND

That Council:

Nominate Councillor ………....…… as a delegate to the

2019 Environment Institute of Australia and New Zealand (EIANZ) Annual

Conference to be held on 4-5 November 2019 in Adelaide, South Australia.

Or should no nomination be received, then the recommendation is as follows:

Make no nomination for Councillor attendance at the

2019 Environment Institute of Australia and New Zealand (EIANZ) Annual

Conference.

ATTACHMENTS

2.1.1.⇩ EIANZ - Annual Conference Program Guide 2019

TECHNICAL SERVICES 1 7 OCTOBER 2019 COMMITTEE - Miscellaneous 2.2 - ABSENCE OF EXECUTIVE DIRECTOR TECHNICAL SERVICES - APPOINTMENT OF ACTING EXECUTIVE DIRECTOR TECHNICAL SERVICES WARD

: ALL In Brief: Advise the proposed absence of the

Executive Director Technical Services for the period 22 November 2019 to 13 December 2019 inclusive.

This report recommends that Council

note the absence of the Executive Director Technical Services and appoint the Executive Manager Technical Services as the Acting Executive Director during the period of leave.

FILE No.

: M/655/19

DATE

: 26 September 2019

REF

: AO

RESPONSIBLE MANAGER

: Executive Director Technical Services

Tabled Items Nil. Decision Type ☐ Legislative The decision relates to adopting/changing local laws, town planning

schemes, and City policies. ☒ Executive The decision relates to the direction setting and oversight role of

Council. ☐ Quasi-judicial The decision directly affects a person’s rights or interests and

requires Councillors at the time of making the decision to adhere to the principles of natural justice.

Officer Interest Declaration Nil. Strategic Implications Nil. Legislative Implications General assessment of relevant legislation (eg Local Government Act) has not revealed any restrictions.

TECHNICAL SERVICES 2 7 OCTOBER 2019 COMMITTEE - Miscellaneous Council Policy/Local Law Implications Assessment of Policies/Local Laws indicates that the following is applicable. ADM12 – Acting ‘Senior’ Positions Budget/Financial Implications The higher duties payment associated with this matter can be accommodated within the 2019/20 Budget. Consultation Chief Executive Officer. DETAILS OF PROPOSAL In accordance with current practice, Council is required to note leave taken by the Executive Director and appoint the Executive Manager Technical Services, Mr Theo Naudé as Acting Executive Director Technical Services for the period of leave. RECOMMEND That Council pursuant to Management Practice ADM12 and on the recommendation of the Chief Executive Officer, appoint the Executive Manager Technical Services, Mr Theo Naudé as Acting Executive Director Technical Services for the period 22 November 2019 to 13 December 2019. ATTACHMENTS There are no attachments for this report.

TECHNICAL SERVICES 28 7 OCTOBER 2019

COMMITTEE

COUNCILLORS’ ITEMS

Nil.

EXECUTIVE DIRECTOR TECHNICAL SERVICES REPORT

Nil.

MEETING DECLARED CLOSED AT ___________

TECHNICAL SERVICES 29 7 OCTOBER 2019

COMMITTEE

TECHNICAL SERVICES COMMITTEE

SUMMARY OF ATTACHMENTS 7 OCTOBER 2019

ATT

NO. SUBJECT PAGE

2.1 CONFERENCE ATTENDANCE - 2019 ENVIRONMENT INSTITUTE OF AUSTRALIA

AND NEW ZEALAND (EIANZ) CONFERENCE

2.1.1 EIANZ - Annual Conference Program Guide 2019 30

Technical Services 30 ATTACHMENT 2.1.1 COMMITTEE - 7 October 2019

Technical Services 31 ATTACHMENT 2.1.1 COMMITTEE - 7 October 2019