Infrastructure Committee Notice of Meeting A meeting of the Infrastructure Committee will be held in the Council Chamber, Forum North, Whangarei on: Thursday 9 February 2017 10.30am Committee Councillor G M Martin (Chairperson) Her Worship the Mayor Sheryl Mai Cr Stu Bell Cr Crichton Christie Cr Vince Cocurullo Cr Tricia Cutforth Cr Shelley Deeming Cr Sue Glen Cr Jayne Golightly Cr Phil Halse Cr Cherry Hermon Cr Greg Innes Cr Sharon Morgan Cr Anna Murphy Infrastructure Committee – Terms of Reference Membership Chairperson: Councillor Greg Martin Members: Her Worship the Mayor Sheryl Mai Councillors Stu Bell, Crichton Christie, Vince Cocurullo, Tricia Cutforth, Shelley Deeming, Sue Glen, Jayne Golightly, Phil Halse, Cherry Hermon, Greg Innes, Sharon Morgan, Anna Murphy Meetings: Monthly Quorum: 7 Purpose To oversee the management of council’s infrastructural assets, utility services and public facilities. Key responsibilities include: • Services including the provision and maintenance of: - Infrastructure projects and support - Infrastructure project co ordination - Transportation - Waste and Drainage - Water - Parks and Reserves. • Shared Services – investigate opportunities for Shared Services for recommendation to council. Delegations (i) All powers necessary to perform the committee’s responsibilities, including, but not limited to: (a) the approval of expenditure of less than $10 million plus GST. (b) approval of a submission to an external body. (c) establishment of working parties or steering groups. (d) power to establish subcommittees and to delegate their powers to that subcommittee. (e) the power to adopt the Special Consultative Procedure provided for in Section 83 to 88 of the LGA in respect of matters under its jurisdiction (this allows for setting of fees and bylaw making processes up to but not including adoption). (f) the power to delegate any of its powers to any joint committee established for any relevant purpose under clause 32, Schedule 7 of the Local Government Act 2002 INDEX Item No Page No 1. Election of Deputy Chairperson................................................................................ 1 2. Operational Update Report ...................................................................................... 5 3. Contracts Approved Under Delegated Authority ......................................................18 4. Temporary Road Closure – 2017 International Rally of Whangarei .........................37 PUBLIC EXCLUDED 1. Page No Airport ...................................................................................................................... 1 Local Government Act 2002 Amendment Act 2012 – Decision Making Full consideration has been given to the provisions of the Local Government Act 2002 Amendment Act 2012 in relation to decision making and in particular the current and future needs of communities for good quality local infrastructure, local public services and performance of regulatory functions in a way that is most cost effective for households and businesses. Consideration has also been given to social, economic and cultural interests and the need to maintain and enhance the quality of the environment in taking a sustainable development approach. Recommendations contained in this agenda may not be the final decisions. Please refer to the minutes for resolutions. 1 1. Election of Deputy Chairperson – Infrastructure Committee Reporting officer: Date of meeting: 1 C Brindle (Senior Meeting Coordinator) 9 February 2017 Purpose To explain the process for the Committee to elect a Deputy Chairperson. 2 Recommendation/s Voting system That the committee proceeds to elect a Deputy Chairperson using either: (a) Voting system A (election by the majority of members) Or Voting system B (election by the greatest number of votes). b) agrees that in the event of a tie the candidate to be elected shall be resolved by lot as described in section 3.3 of the report. Election result That Councillor is elected Deputy Chairperson of the Infrastructure Committee. 3 Background At the Council meeting on 15 December 2016 when the committee structure and membership for the 2016 – 2019 triennium was determined, it was stated that each Committee at its first meeting, would be required to elect a deputy chairperson. The Committee must adopt a voting system for the election of the deputy chair. The Committee is required to select a voting system even if it is likely that only one candidate will be nominated for the role. Infrastructure Committee 9 February 2017 2 The Local Government Act 2002 outlines two voting system options: a) Election by the majority of members present and voting (System A), or b) Election by receiving a greater number of votes than any other candidate (System B). 3.1 Characteristics of election by majority (voting system A) • There is a first round of voting for all candidates. • If no candidate is elected in that round there is a second round of voting from which the candidate with the fewest votes in the first round is excluded. • If no candidate is successful in the second round there is a third, and so on. Each time the candidate with the fewest votes in the previous round is excluded. • If, in any round two or more candidates tie for the lowest number of votes, the person excluded from the next round is resolved by lot. 3.2 Characteristics of election by greatest number of votes (voting system B) • A person is elected if they receive more votes than any other candidate. • There is only one round of voting. • If two or more candidates tie for the most votes, the tie is resolved by lot. 3.3 Determining by ‘lot’ where there is a tie Both voting systems require a resolution by ‘lot’ if two candidates receive an equal number of votes. The most common procedure is for the names of the candidates with the same number of votes to be placed in a container and the name of the person drawn out by an independent person is deemed the winner. 3.4 Election of deputy chair – practical application The Committee must first determine by resolution, which system of voting it will use, System A or System B. Nominations for the position of Deputy Chairperson are called for. If there is only one candidate the Committee may resolve that person be elected. If there is more than one candidate the Committee must then put the matter to a vote according to the system it has adopted. The Committee members are then asked to vote on each candidate. Infrastructure Committee 9 February 2017 3 4 Significance and engagement The decisions or matters of this Agenda are considered procedural and do not trigger the significance criteria outlined in Council’s Significance and Engagement Policy, and the public will be informed via agenda publication on council’s website. 5 Attachment Cl. 25 Schedule 7, LGA 2002 - Voting system for chairs, deputy mayors and committee chairs Infrastructure Committee 9 February 2017 4 ATTACHMENT 1 5 2 Operations Report Reporting officer: Simon Weston (Group Manager Infrastructure and Services) Date of meeting: 09 February 2017 1 Purpose To provide a brief overview of work occurring in the current financial year across services that the Infrastructure Committee is responsible for. 2 Recommendation That the Infrastructure Committee: a) 3 Notes the Infrastructure operations report. Background In December 2016 Council adopted committee terms of reference for the 2016-2019 triennium, with the purpose of the Infrastructure Committee being to ‘oversee the management of Council’s infrastructural assets, utility services and public facilities’. The Local Government elections in late 2016 and consequent re-establishment of a committee structure has meant that we have not been reporting to Councillors as often as normal. This report provides the opportunity to update Councillors on recent developments and brief new Councillors about current activity. This report provides the Committee with a brief summary of the operational highlights from these services for the first half of the current financial year, along with key activities planned for the remainder of the year. 4 Significance and engagement The decisions or matters of this report do not trigger the significance criteria outlined in Council’s Significance and Engagement Policy, and the public will be informed via report publication. 5 Attachments Infrastructure Operations Report Infrastructure Committee 09 February 2017 6 ATTACHMENT 1 Operational Report – Infrastructure Infrastructure Projects Whau Valley Water Treatment Plant The new Whau Valley Water Treatment Plant is being managed by the Infrastructure Projects and Support team, and is currently their largest project. The concept design is underway and further pilot trials are planned to start in February 2017. Once the water treatment process has been selected, the preliminary design will be prepared and developed into detailed design. We have already obtained resource consents for the new Whau Valley Water Treatment Plant without any appeals. Carpark to Park Carpark to Park involves turning the area bounded by Dent Street and Riverside Drive into a destination park. Initial scoping works on the project started at the beginning of the financial year and the concept design is currently being developed into a preliminary design. H&H Slipway The H&H Slipway project will create a new pocket park at the old H&H site on Port Road (opposite the Warehouse). The park will connect to the Hatea Loop next to the Kotuitui Whitinga foot bridge. The existing building was demolished late last year and construction of the park is planned to commence early 2017. 7 Pohe Island Development The development of Pohe Island is a key project, with funding spread over a number of years. A concept/landscape design for the development of paths, cycle ways and carparks was completed before Christmas and the team are currently working through matters required to progress to detailed design. Works are planned to commence in May 2017. Otaika Sports Park Another key project spread over multiple years is the development of the Otaika Sports Park in order to meet future sports field requirements. Consultation with hapu was undertaken during the latter part of 2016, resulting in full hapu support for the proposal. For the remainder of this financial year works planned include the installation of fencing, a new watermain and initial earthworks. Kensington Cricket Pavilion The Kensington Cricket Pavilion has received major repairs. Works included replacement of weatherboard, replacement of the roof over the annex, new windows, replacement of decking/stairs and a new coat of paint. The majority of the works are now completed. Pontoon Repair and Replacement Major works to two pontoons are also on the programme. At Stuart Rd works were undertaken in the first half of the financial year, with the pontoon reopening before Christmas. The pontoon on the Waipu River has also been identified for replacement and construction is planned to be completed in May. 8 Erosion Mitigation Other key Park’s projects involve mitigating the effects of costal erosion, notably at Ngunguru (where design is underway for staged replacement of the existing seawall structure) and Matapouri Bay (where procurement of professional services for maintenance of sand replenishment will commence in February). Infrastructure Planning Shared paths and cycleways and earthworks associated with Otaika Sportsfield upgrades and Kamo shared path (both of which required NRC consent). Other key initiatives included managing/negotiating processes for the classification and use of Council land – notably for the Rauiri local purpose (wetland/drainage) reserve. The team is also busy providing input to subdivision proposals in order to facilitate outcomes that meet the needs of developers, Council and the community. Over the next half of the financial year we will be heavily involved in both the review of the Environmental Engineering Standards and Policy and Monitoring’s rolling review of the District Plan. Asset Data The Asset Data team continue to work alongside business owners from Parks, Water and Waste and Drainage to ensure that asset data meets both asset management and financial accounting needs. Over the latter half of the last financial year, and the beginning of this year, the focus was on setting up systems and processes to support the business in actively managing the information they require to close projects within the work in progress account (WIP) and have them capitalised from Hansen Clearing. This resulted in the first ever ‘zero balance’ of Hansen Clearing at the start of this financial year (by comparison, at the start of 2015/16 there was a $17.2m balance). Another key work-stream is the three yearly revaluation of Parks, Waste and Drainage and Water assets. This process involves review and valuation of over 165,000 asset lines so that they can be attributed a new value as at 30 June 2017. 9 Transport Mill/Nixon Stage two of the Mill/Nixon upgrade was substantially completed, and fully open for the public, by the 20 January this year following a temporary shutdown of works over the Christmas holiday period. This marks the end of a three year, $10m, project which included the upgrade of the Mill Rd and Kamo Rd intersections and the four laning of Nixon St. Works completed after Christmas consisted mainly of the hotmixing for the final pavement surface. This was completed as night works over the week leading up to 20 January 2017 in order to minimise the impact on traffic flows. Kamo Road The programme of upgrade works completed on Kamo Rd over the last couple of years including the 1.2 Km of hotmixing was completed through the Kamo Village in November. A further 700m between Kensington Ave and Manse St was completed in December. The final 500m section of this route to be reconditioned is from Grey St to Manse St. This will be completed this year meaning the Bank St/Kamo Rd route will have been totally reconditioned over the last couple of years, from the Grand Hotel to Kamo village, improving both the efficiency and appearance of this major arterial through the City. 10 Pavement Rehabilitation Other major Capital works in progress across the District include pavement rehabilitations on Abbey Caves and Apotu Rds, Kokopu and Pipiwai Rds, and on Tutukaka Block Rd (which also includes the repair of some significant slip sites from last year’s flood damage works). Bridge Repair Tenders for bridge repair works are currently being called for at Cherry Rd, Knight Rd, Doctors Hill Rd, Thompson Rd and Old Tokatoka Rd. Sixteen bridge piles were replaced on the Whananaki footbridge during December, prior to the Christmas holiday period. A further 30 piles are due to be replaced over the next couple of months. This will be an ongoing programme of works on this bridge as existing piles come to the end of their useful lives. Kamo Cycle Way Tenders for the construction of stage one of the Kamo Cycleway are currently being called for and will close on the 17 February. This stage covers the construction of the proposed new shared path cycleway from Rust Ave to Cross St, and includes the upgrading of road crossings and crossings of the railway line. The route of the shared path follows the railway line, mostly on railway land. Significant negotiations have been undertaken with New Zealand Rail over the last 12 months to gain permission and agree safety standards and construction requirements. Stage two of the Kamo project, which runs from Cross St to Kensington Ave, will be put out to tender later in the year. Reseal Programme The main focus of the maintenance activities in the first half of this financial year has been on completing pre-reseal repairs for the reseal programme. This covers pavement, drainage and concrete works mainly in the City area. 80% of the 115Km annual reseal programme has been completed so far this year. The remainder of the reseal works are programmed over the next month or so. 11 Waste and Drainage Waipu Upgrade Last year saw the completion of a major pipe upgrade in Waipu, along with improvements to cater for a growing population and replace aging pipes. New Generator A generator was also installed to convert methane gas, generated from the sewage treatment process, into electricity. This work, which was subsidised by the Energy Efficiency and Conservation Authority, should save Council over $60,000 per year in electricity charges. Coming Up Upcoming projects include the construction of the last major works to manage sewage overflows, a 600 m3 tank and treatment system in Tarewa Park. Design was completed in the first half of this financial year and tenders closed on 28 January 2017. Work is planned to commence in March and will take approximately six months. Also in the ‘pipeline’ are new pipes and pump stations in Hikurangi. These will replace the existing 60-year-old pipes and in doing so will reduce the amount of stormwater getting into the sewer network. We will also retender the wastewater services contract at the end the year. This is a major contract for Council. 12 Stormwater Over the past few months contractors have put cameras through pipelines and measuring pipe condition to more accurately assess when they need to be replaced. We have also been looking at stormwater requirements in Morningside, an area of town with very little formal stormwater network. This work will help to provide Council with potential projects for consideration through the 2018-28 Long Term Plan process. Waste Management Strategy The team have been working on the waste management strategy, a major piece of work that will set the direction for how we collect and dispose of rubbish and manage recycling for the next decade. This work has included Council workshops in order to gain a broad understanding of the issues and options in preparation for public consultation. Pohe Island Gas Management Another area of work has involved looking at the gas being generated by the Old Pohe Island landfill to ensure that future uses are compatible with the site. No physical works are planned to manage the gas, as its generation is slow and diffused, however management plans will minimise any risk. Hikurangi Flood Scheme Council has been working alongside Ngai Kaitiaki o Wai Maori, Fonterra and the Department of Conservation to improve the environment in flood management areas. In the first half of this financial year new wetlands were built, streams fenced off and eel gates put in the pump stations to improve fish passage. Over the remainder of the year work will continue to maintain the operation of the flood scheme. Council will also continue working with the farmer liaison group, and key stakeholders, to identify future plans to be considered through the 2018-28 Long Term Plan process. 13 Public Toilets Over the remainder of this year the team will build on toilets already installed at the loop walkway, Tikipunga Park and at Mangakahia sports fields with new facilities for Ruakaka Skate Park and the Parihaka lookout. Maunu Cemetery toilets will also be upgraded. Laboratory In addition to our regular WDC work, the laboratory is currently doing bathing water testing for NRC, which has followed on from dairy farm effluent testing. The flexible staffing system of the laboratory allows peaks and troughs in workloads to be managed while still providing reliable services to its core customers. Water Services Water Main Replacements One of the highlights from first six months of the financial year was the Hunt Street watermain replacement. This was completed successfully resulting in increased fire flows and positive feedback from customers regarding the contractor’s performance. The existing watermain along Rathbone Street burst again this year prompting a decision to replace it without delay. The replacement was scheduled to align to Roading’s resurfacing work along the same section of road. Works have started on site and are expected to be completed by the end of January. New Water Meters The contract for the replacement of approximately 1,000 old water meters was awarded and started in September 2016. The meters requiring replacement are all over 20 years old and are spread throughout the District. Completion is expected towards the end of March 2017. 14 Rainfall and Water Sources In spite of lower than average rainfall since March 2016 dam levels remain healthy. Normally by November we would be supplementing Whau Valley Dam water with water from the Hatea River. However, that was not necessary this year as both Whau Valley and Wilsons dams are only now beginning to drop. If rainfall remains low they are expected to continue to drop at around 10% per month until the winter rains arrive. At the start of January Whau Valley was 83% full and Wilsons was at 89% which is not a bad result for this time of year. Our neighbouring Districts aren’t as fortunate however and we are assisting them where we can. Parks Several Sense of Place programmes are in place with projects being delivered this year and beyond. The Hatea Loop and river walkways are extremely popular and there is a programme, which has been informed by user feedback, to further develop and enhance the Loop. Other key sense of place projects include; extension of the shared path network along the Waiarohia stream, development of the former H&H Slipway and the Carpark to Park project. Public art is also being installed to add interest to visited locations. Community engagement continues with Policy and Monitoring undertaking ‘Themed Communities’ work in Otangarei, Kamo and Hikurangi. This is resulting in various community supported/driven projects to enhance ‘pride of place’ in these areas. It is also strengthening the relationships between Council and those communities. Playgrounds and Skateparks Council has 35 playgrounds throughout the District, these provide excellent development and socialisation opportunities for the very young through to teenagers. 15 This year playgrounds in Raumanga, Kamo and Morningside are being replaced. The way we do this is a little different, involving input and engagement from local schools. In addition, new skateparks and parks are being installed by non-council groups who are keen to fundraise for their areas. Laurie Hall park continues to build on the success of the War Memorial, with the park’s gardens, paths and lights all being renewed. The end result will be a central city park that feels safer and is an inner city visitor destination. As well as this work the Botanica and the Fernery facilities continue to run monthly displays with visitor numbers increasing year on year. 16 Tracks and Sports Parks For keen hikers and runners our natural area tracks network is undergoing a thorough renewal. A recent highlight is the newly completed Quarry Arts to Quarry Gardens walk, an old track which has been given a new lease of life to enhance connections between these facilities. Further tracks in the Coronation Reserve are due for renewal in the next few years along with those in Parihaka and AH Reed. Pohe Island is planned to be the city’s premier large open space under the William Fraser Memorial Park on Pohe Island Management Plan and development of infrastructure to support the site is ongoing. Carparks, access points, connected shared path networks, toilets, mobile vendor sites, water access jetties and learn to ride facilities are all planned for the next few years. There are also a number of exciting sportsfield projects underway. At Otaika, new sportsfields are being commissioned to replace existing fields and at HoraHora two fields have been renewed. When combined with the sand fields at Pohe Island and Springs Flat, good progress is being made in building sportsfield capacity. 17 Coastal Structures The coastal structures which Council maintains are inspected under a regular programme and renewed according to their condition. In the last year several new walls have been completed (notably at Whangarei Heads and Whananaki) and further staged renewals are underway at Matapouri and Ngunguru. The erosion situation at Sandy Bay also has a solution being worked through the consenting processes. Cemetery and Crematorium Significant progress has been made at the cemetery this year with the carpark project doubling the number of crematorium carparks. In addition, the new Family Burials Area will provide for those families wanting to purchase large blocks of sites and erect larger memorials for their families. Partnerships Parks are highly dependent upon strong partnerships with, and linkages to, the community. Sport Northland continues to support the provision of the Swimming Pools and Kensington Stadium, as well as helping plan for the major facilities required over the long term. Our conservation partners at FOMLI, Pukenui Trust, Quarry Gardens and all the small land care groups continue to achieve remarkable results. Future Planning A key strategic piece of work is the review of Open Space in support of the Open Space Plan Change. Amongst other things this work considers the type of land we hold, whether we have enough and future requirements. As a result, it will provide a valuable platform for both future planning and decisions around land acquisition, disposal and investment. 18 3. Contracts Approved Under Delegated Authority Reporting officer: Simon Weston (Group Manager Infrastructure and Services) Date of meeting: 9 February 2017 1 Purpose For the Infrastructure Committee to note Infrastructure and Services contracts awarded under Chief Executive and Group Manager delegated authority. 2 Recommendation That the Infrastructure Committee note the contracts awarded under Chief Executive and Group Manager delegated authority. 3 Background Table 1 (below) records Infrastructure and Services contracts awarded under Chief Executive and Group Manager delegated authority. Attachment 1 provides a summary of the award process for each contract and a brief description of the works being undertaken. Table 1: Infrastructure and Services Contracts Awarded Under Delegated Authority 2.0 Waste CON12038 Variation: Waste Minimisation Education 2.0 Waste CON15086 Variation: Marsden City Manhole Replacement - 2016 2.0 Waste CON16057 Supply of UV Disinfection Equipment for Tarewa Storage Tank 2.0 Waste CON16061 Whangarei WWTP Septage Bay and Driveway Extension 3.0 Water CON16048 Meter Replacements 2016/2017 3.0 Water CON16077 Rathbone Street Watermain Replacement 3.0 Water CON16082 Supply of Chemicals for Water Treatment 4.0 Roading CON14059 Variation: Otaika Road to Forum North Cycle Way 4.0 Roading CON15084 Variation: General Bridge Repairs 2015/2016 4.0 Roading CON16002 Kamo Road (Village) Pavement Rehabilitation 4.0 Roading CON16023 Abbey Caves Road and Apotu Road Pavement Rehabilitations 4.0 Roading CON16024 Pipiwai Road and Kokopu Road Pavement Rehabilitations 4.0 Roading CON16026 Tutukaka Block Road Pavement Rehabilitation and Slip Repairs 4.0 Roading CON16028 Scour Protection Works – 2016/17 4.0 Roading CON16031 Cherry Road Bridge No. 271 Deck Replacement – 2016/17 Infrastructure Committee 9 February 2017 19 4 4.0 Roading CON16063 Minor Road Safety Works Construction – 2016/17 – Traffic Calming 5.0 Parks CON15032 Variation: William Fraser Parks Sports Field Lighting – Separable Portion 2 Hatea Loop Lighting Pohe Island 5.0 Parks CON15051 Kensington Park Cricket Pavilion WOF – Variation One 5.0 Parks CON15051 Kensington Park Cricket Pavilion WOF – Variation Two 5.0 Parks CON16022 Variation: H&H Building Demolition 5.0 Parks CON16037 Stuart Road Pontoon Renewal – McLeods Bay 5.0 Parks CON16051 Pohe Island Road Termination 5.0 Parks CON15061 Hatea Loop Jetty Refurbishment 6.0 Major Projects CON15028 Variation: Professional Services Airport Location Options Study Significance and engagement The decisions or matters of this Agenda do not trigger the significance criteria outlined in Council’s Significance and Engagement Policy, and the public will be informed via Agenda publication on the website. 5 Attachments 1. Summary of Contracts Approved Under Delegated Authority Infrastructure Committee 9 February 2017 20 ATTACHMENT 1 1.0 Summary of Contracts Approved Under Delegated Authority This attachment provides a brief summary of the award process and works being undertaken for Infrastructure and Services contracts awarded under Chief Executive and Group Manager delegated authority. 2.0 Waste CON12038 Extension – Waste Minimisation Education Background Community Business and Environment Centre (CBEC) EcoSolutions provides a broad range of environmental initiatives in the areas of waste, water and energy. CBEC EcoSolutions has professionally delivered waste minimisation and environmental education contracts for Council on time and to budget over the last nine years. In June, an extension to Contract CON12038 was granted while a new Waste Minimisation Education Programme was developed. While there have been some delays in developing this programme the information is now available for incorporating into tender documents. An extension to CON12038, for a further four months, is requested until the programme can be tendered and let. The contract amount is for $152,641.63 and has a remaining balance of $3,004.54. Based on the annual costs for 2015/2016 of $43,945.61, an additional $11,700 will be sufficient to cover costs up until 1 February 2017 by which time the tender process will have been completed. The programme is funded through existing budgets. Chief Executive Approval That CON12038 be extended by $11,700. This increases the contract value to $164,341.63 (one hundred and sixty four thousand, three hundred and forty one dollars and sixty three cents) excluding GST. CON15086 Summary Variation – Marsden City Manhole Replacement - 2016 The original value of this Contract was $860,706.94 which included a Contingency Sum of $50,000. On the 25th of August 2016 a variation was granted to increase the contract value to $960,706.94. However, this variation has been insufficient to deal with the extent of the issues which have developed as the Contract has progressed and a further increase to the value of this Contract is sought. Discussion The major issues which have contributed to the overspend are: Issues with the installation of the PE manholes. Damage discovered during manhole exposure. Formation of concrete collars around all PE/concrete connections to ensure that the connection point was robust and sealed. This also required additional pumping of ground water. Discovery of Tomos (voids) requiring additional excavation, backfilling and sealing. Installation of stub flanges in the weirs of the PE manholes to allow the stormwater system to be emptied for future inspections. Installation of grates under manhole lids for health & safety reasons. February 2017 1 21 The forecast final contract sum is $1,002,049.05 which is a further increase of $41,342.11. This funding has been carried over from the Stormwater Projects line in the LTP for 2014/15. Chief Executive Approval That the original contract sum of $960,706.94 be further increased by $41,342.11 to $1,002,049.05 (one million, two thousand and forty nine dollars and five cents) excluding GST. CON16057 Introduction Supply of UV Disinfection Equipment for Tarewa Park Storage Tank Contract 16057 is for the procurement of UV disinfection equipment, which will be free issued to the contractor for Tarewa Park Storage Tank physical works. The storage tank is one of the last major projects for the Whangarei City Waste Water Service Level Improvements works. Tenders Received The contract was for purchase of proprietary specialist equipment. Tenders were sought on a performance basis and evaluated using a technical specialist who undertook a cost/benefit options assessment. An engineer’s estimate is not practical in this case and price tension is provided by getting competing tenders. Tenders were invited from selected suppliers of UV disinfection equipment in New Zealand and received through Tenderlink. Tender prices were as follows: Tenders Filtration Technology Ltd (Trojan UV) Xylem Water Solutions New Zealand Ltd (Wedeco UV) Tender Price $399,758.93 $389,068.00 Adjusted Tender Price* $395,251.80 $390,568.00 Evaluation Adjusted Price** $395,251.80 $420,568.00 * Adjusted tender price taking into account priced exclusions/tags. ** Tender evaluation adjustment for whole life and capital cost of equipment and exclusions/tags. Evaluation Method Tenders have been evaluated in accordance with Council’s Tender and Purchasing Policy and the following Conditions of Tendering: Whole of life and capital cost of equipment. Cost of associated civil, mechanical and electrical work outside the scope of supply. Track record of the supplier’s quality of service, including follow-up service. Each tender was prepared as a contract for the Supply of Equipment without Installation, in accordance with the provisions of AS/NZS4911:2003. Tender Evaluation Summary While the adjusted tender for $390,568, received from Xylem Water Solutions New Zealand Ltd, was the lower tender price it represents a higher estimated cost after adjustment for whole life and capital cost of equipment and exclusions/tags ($25,316 higher). However, based on the technical evaluation the tender from Xylem represents a lower risk related to UV dose delivery and achieving the required disinfection. It was considered that this benefit outweighs the additional cost of $25,316 compared with Filtration Technology’s offer. February 2017 2 22 Financial The UV equipment will be purchased under LTP indicator 00074 - Wastewater City Service Level Improvements, Project Number PJ00136 (Tarewa Park Storage Tank). The 2016/17 budget allocation for the four Tarewa wastewater upgrade related projects is as follows: PJ00136 - Tarewa Park Storage Tank (including UV equipment) - $2.485 million. PJ00256 - Tarewa Park Trunk Sewer Stage 1 (complete) - $100,000. PJ00257 - Tarewa Park Trunk Sewer Upgrade Stage 2 (SH1 crossing) - $250,000. PJ00249 -Tarewa Road - Jubilee Park Sewer diversion - $200,000. Chief Executive Approval That CON16057 be awarded to Xylem Water Solutions New Zealand Ltd for the adjusted tender sum of $390,568 (three hundred and ninety thousand, five hundred and sixty eight dollars) excluding GST. CON16061 Introduction Whangarei WWTP Septage Bay and Driveway Extension This principle purpose of this project is to provide a safer and easier access to the WWTP Septage bay and a safe, maintenance free turn around area for septage trucks and trailers. Evaluation Method Tenders have been evaluated in accordance with the Conditions of Tendering stated in the tender documents. The tender evaluation method is “Physical Works - Lowest Price Conforming”, in general accordance with Whangarei District Council’s Procurement Policy and Procedures. Three contractors submitted tenders: Tenders Amount Barfoote Construction Broad Spectrum $200,000.00 $208,243.44 Steve Bowling Contractors $210,319.70 Engineers Estimate $218,790.00 Tenderers non price attributes were evaluated to ensure that the information provided conformed with the RFT. Financial The Whangarei WWTP Septage Bay & Driveway Extension is funded from Treatment Plant Upgrades – with a budget of $606,000 (15/25 LTP). There are sufficient funds within this budget to undertake CON16061. Infrastructure and Services Group Manager Approval That CON16061 be awarded to Barfoote Construction for the tendered sum of $200,000 (two hundred thousand dollars) excluding GST. February 2017 3 23 3.0 Water Background CON16048 Meter Replacements 2016/2017 CON16048 forms part of the programmed renewals of customer water meters in the water distribution system. This contract is for the replacement of one thousand smaller diameter (12mm 20mm) water meters that are beyond their useful life expectancy. In addition, new non-testable dual check valves will be installed directly after the replacement meter, on the consumers’ side. Contract Tender The contract was publically advertised and closed on 18 August 2016. Three tenders were received: Tenders Amount The Watertight Company Downer New Zealand DataCol Engineers Estimate $313,107.00 $349,804.71 Non-conforming tender: no Form of Tender or price submitted The tender evaluation method was lowest price conforming. $ 359,484.70 The Watertight Company have an existing relationship with Council as a licensed water supply contractor who have successfully undertaken a past water meter replacement (CON12045). In addition, The Watertight Company are currently replacing the water main on Hunt Street (CON16006). The Watertight Company’s tender was the lowest price. The engineer’s estimate was based on tendered rates from previous contracts of a similar nature. Financial The budget for water meter renewals for this financial year is $359,000. The Watertight Company’s tender was the lowest price. The engineer’s estimate was based on tendered rates from previous contracts of a similar nature Chief Executive Approval That CON16048 be awarded to The Watertight Company Limited for the tendered sum of $313,107 (three hundred and thirteen thousand, one hundred and seven dollars) excluding GST. CON16077 Background Rathbone Street Watermain Replacement The existing Rathbone Street AC watermain is old and has had numerous breaks. The replacement of this main is necessary to avoid ongoing supply interruptions and costly mains repair work. A road re-surfacing project is programmed for late summer 2017. Water Services see this as an opportunity to replace the main prior to the re-surfacing work in order to minimise disruption to local businesses. Contract Tender The contract was publically advertised and closed on 9 December 2016. One tender was received as follows: February 2017 4 24 Tender Amount Downer New Zealand Limited Engineers Estimate $168,446.17 $210,356.38 The tender evaluation method was lowest price conforming. The Downer New Zealand tender was found to be conforming. Downer are Council’s water maintenance contractor and have previously successfully completed numerous Watermain replacements for Council. Financial The lowest tender is 20% lower than the Engineers estimate. Within this year’s budget there is $250,000 left in PJ 00115 CX Reticulation Renewals which will cover the cost of this work. The work will start and finish in January 2017. Infrastructure and Services Group Manager Approval That CON16077 be awarded to Downer New Zealand Limited for the tendered sum of $168,446.17 (one hundred and sixty eight thousand, four hundred and forty six dollars and seventeen cents) excluding GST. CON16082 Purpose Supply of Chemicals for Water Treatment To award a contract for the supply of water treatment plant chemicals to Ixom Ltd for a period of three years. Background Since the merger of Fernz Chemicals with ICI, and the formation of Orica Chemicals, there has been limited number of suppliers of water treatment chemicals in New Zealand and Orica have been supplying Council. Orica have recently sold the chemical supply branch of the business and Ixom Ltd was created. Ixom Ltd retained many of Orica’s staff and resources. Discussion Ixom were the only supplier to respond to the Expressions of Interest for water supply chemicals which was publically advertised earlier in the year. Ixom Ltd provide chemicals to the majority of water suppliers around the country including Watercare in Auckland and all councils in Northland. Since the closure of the expressions of interest Water Services have been negotiating a new chemical supply contract with Ixom Ltd. The estimated cost of the chemicals covered in this contract is $600,000 per year. The budget for chemicals for this year is $700,000 although this also includes the cost of Miex resin and salt for the Ruakaka water treatment plant. Actual chemical usage is dependent on demand which in turn is heavily influenced by weather patterns. No other chemical supply companies responded to the expressions of interest request and staff are not aware of any other significant suppliers in this market. Chief Executive Approval That CON16082 be awarded to Ixom Ltd for the value of $1,800,000 (one million and eight hundred thousand dollars) excluding GST. February 2017 5 25 4.0 Roading CON14059 Variation – Otaika Road to Forum North Cycle Way Purpose Approval is sought to increase the original contract price to $293,800.79. Discussion This contract is for the Otaika Road (SH1) to Forum North cycleway, which is a significant length of the nearly complete Raumanga Shared Path route. It was awarded to North Harbour Paving Ltd. The original contract amount was $267,762.20. In August 2015 an increase in contract value to $290,000 was approved. This was to cover increased costs associated with changing the footpath width from 2.5m to 3.0m. At the time Liquidated Damages of $12,500 were applied due to late completion of works by Contractor. The total value of works completed was $297,800.79, with the Liquidated Damages reducing the effective contract value down to $285,300.79. Through recent negotiations with the Contractor Roading have agreed to reduce the Liquidated Damages amount to $3,800.79, which has increased the effective contract value up to $293,800.79. A breakdown of the additional costs is provided in the following table: Item 1. 2. Variation Approved variation (August 2015) Reduction in Liquidated Damages Chief Executive Approval Amount $22,237.80 $3,800.79 That the total amount of CON14059 be increased by $3,800.79 from $290,000 to $293,800.79 (two hundred ninety three thousand eight hundred dollars and seventy nine cents) excluding GST. CON15084 Introduction Variation - General Bridge Repairs 2015/16 Contract 15084 is for general bridge maintenance works on over 70 bridges in the network, as well as major bridge repairs on a number of bridges in the network. Contract Tender This contract was approved for award by the Chief Executive to Steve Bowling Contracting Ltd on 21 January 2016 for $409,855.70. All works were completed by 30 June 2016. Following recent annual bridge inspections, two bridges have been identified as requiring immediate repairs, Whananaki footbridge and the Lower Tarewa bridge. Opus have identified that 16 piles should be replaced on the Whananaki footbridge before the holiday period. The Lower Tarewa bridge had one of its concrete parapet walls damaged following a crash and again these repair works are recommended to be completed as soon as possible. Increased Contract Value The following prices were received from Steve Bowling Contracting Ltd as a variation to contract 15084: 1. 2. $33,353 to replace 16 timber piles along the Whananaki footbridge. $8,375 to replace the parapet wall at the Lower Tarewa bridge. February 2017 6 26 For works at Whananaki Opus (the Engineers) compared the price against previous rates for piling as well as applicable rates within CON15084. It was determined that their price was in keeping these rates. At Tarewa the works were compared with an order of costs provided by the insurers of the driver and it is intended to recover the expenditure. Both prices were deemed as appropriate and the increased contract value can be budgeted from the 2016/17 minor improvements works category. Chief Executive Approval That CON15084 be increased by $41,728 to $451,583.70 (four hundred and fifty one thousand, five hundred and eighty three dollars and seventy cents) excluding GST. CON16002 Kamo Road (Village) Pavement Rehabilitation Supplier Selection Method A price was requested from Opus International Consultants on 5 February 2016 to undertake the stage 1 professional services for the Kamo Road (village) pavement rehabilitation. Stage 1 professional services are for the investigation, survey and preliminary design of a 1.2km urban rehab through Kamo village. Direct appointment was used as a supplier selection method due to the requirement of local specialised skills for this urban rehab, as well as the current market workloads of other potential consultants (on NZTA major projects). This is in accordance with the NZTA Roading Procurement Strategy. Tenders Amount Opus International Consultants $52,967.36 Engineers Estimate $53,000.00 The price submitted by Opus International Consultants is within 1% of the Engineer’s estimate and is in keeping with tendered rates for investigation and survey for urban rehabilitations. Chief Executive Approval That the tender for professional services for the Kamo Road (village) pavement rehabilitation be awarded to Opus International Consultants for the sum of $52,967.36 (fifty two thousand, nine hundred and sixty seven dollars and thirty six cents) excluding GST. CON16023 Background Abbey Caves Road and Apotu Road Pavement Rehabilitations CON16023 is for the pavement rehabilitations of 0.9km of Abbey Caves Road and 1.4km of Apotu Road. The scope includes renewal of the drainage facilities, pavement and surfacing. Contract Tender The contract was publically advertised tenderlink and closed on 23 September 2016. Three tenders were received as follows: Tenders Amount Downer New Zealand Ltd $1,349,739.23 United Civil Construction Ltd $1,794,128.26 February 2017 7 27 Northland Transport Ltd Price not opened (attributes failed) Engineers Estimate $1,308,936.90 The tender evaluation method was Price Quality Method and in accordance with the New Zealand Transport Agency Procurement Manual. The tender price from Northland Transport Ltd was not opened, as their attributes failed on relevant experience and skills. All remaining tender clarifications were answered to the satisfaction of the tender evaluation team. An arithmetic check was carried out on the Downer NZ price. No errors were found in the Tenderers’ Schedule of Prices or Form of Tenders. The budget for Abbey Caves Road and Apotu Road Pavement Rehabilitation for this financial year is $1,350,000. The Downer New Zealand Ltd tender price is 3% more than the engineers estimate and is considered competitive and appropriate. Chief Executive Approval That CON16023 be awarded to Downer New Zealand Ltd for the tendered sum of $1,349,739.23 (one million, three hundred and forty nine thousand, seven hundred and thirty nine dollars and twenty three cents) excluding GST. CON16024 Background Pipiwai Road and Kokopu Road Pavement Rehabilitations CON16024 is for the pavement rehabilitations of 0.8km of Pipiwai Road and 1.7km of Kokopu Road. The scope includes renewal of the drainage facilities, pavement and surfacing. Contract Tender The contract was publically advertised on tenderlink and closed on 11 November 2016. Four tenders were received as follows: Tenders Amount Downer New Zealand Ltd $1,209,421.11 Fulton Hogan Ltd $1,336,605.23 United Civil Construction Ltd $1,391,116.05 HEB Construction Ltd $1,546,274.84 Engineers Estimate $1,315,075.00 The tender evaluation method was Price Quality Method and in accordance with the NZTA Procurement Manual. All tender clarifications were answered to the satisfaction of the tender evaluation team. An arithmetic check was carried out on the Downer New Zealand Ltd price. No errors were found in the Tenderers’ Schedule of Prices or Form of Tenders. The budget for Pipiwai Road and Kokopu Road Pavement Rehabilitation for this financial year is $1,300,000. The Engineer’s Estimate was $1,315,075. The Downer New Zealand Ltd tender price at $1,209,421.11 was 92% of the Engineer’s Estimate and is considered competitive and appropriate. February 2017 8 28 Chief Executive Approval That CON16024 be awarded to Downer New Zealand Ltd for the tendered sum of $1,209,421.11 (one million, two hundred and nine thousand, four hundred and twenty one dollars and eleven cents) excluding GST. CON16026 Background Tutukaka Block Road Pavement Rehabilitation and Slip Repairs CON16026 is for the pavement rehabilitation of 2.8km of Tutukaka Block Road and slips repairs along the road. Contract Tender The contract was publically advertised on tenderlink and closed on 30 September 2016. No tenders were received on Tenderlink. A subsequent proposal was received by email on 30 September 2016, from United Civil Construction Ltd. After consultation with the tender evaluation team, and local contractors, it was recommended that approval be sought from Council to allow the United Civil tender to be evaluated as a single tender. In accordance with the NZTA Procurement Manual Approval was provided by Council on 7 October 2016, to allow for evaluation of the United Civil Construction Ltd submission as a sole tender and negotiate directly with that supplier. Tenders Amount United Civil Construction Ltd Engineers Estimate $1,969,940.58 $1,770,625.00 The tender evaluation method was Price Quality Method, in accordance with the NZTA Procurement Manual. Stage 1 of the tender evaluation method involved checking that the non-price attributes were in accordance with the Tender Document. All tender attributes were addressed to the satisfaction of the tender evaluation team. Stage 2 of the tender evaluation involved an arithmetic check on the United Civil pricing schedule. No errors were found in the Tenderer’s Schedule of Prices or Form of Tenders. Negotiation and Value Engineering The tender price submitted by United Civil was 11% higher than the Engineer Estimate. As a result of the price difference, the tender evaluation team engaged in a series of workshops with United Civil to review their pricing and allocation of risk with the overall aim of achieving better value for money without impacting on quality. As a result of these value engineering workshops, United Civil Construction Ltd resubmitted a tender price on 19 October 2016 of $1,831,381.87. The savings in their tender sum has come about by a reduction in their rates for most of the scheduled items, as well as the removal of a number of provisional items which both parties agreed were not required. The revised tender sum of $1,831,381.87 also includes an allowance of 7% for provisional works, subject to Engineers approval. The budget for Tutukaka Block Road Pavement Rehabilitation and Slip Repairs works for the 2016/17 financial year is $2,075,000. The United Civil Construction Ltd revised tender price of $1,831,381.87 is within 3% of the Engineers Estimate and 12% under the budget and is considered competitive and appropriate. February 2017 9 29 Chief Executive Approval That CON16026 be awarded to United Civil Construction Ltd for the tendered sum of $1,831,381.87 (one million, eight hundred and thirty one thousand, three hundred and eighty one dollars and eighty seven cents) excluding GST. CON16028 Evaluation Method Scour Protection Works – 2016/17 Tenders have been evaluated in accordance with the Conditions of Tendering stated in the tender documents. The tender evaluation method is Price Quality Method, in accordance with the NZTA Procurement Manual. Tenders were received from the following Contractors: Name of Tenderer Donovan Enterprises Ltd t/a Hutton and Amount Cameron Contractors $159,957.00 Clements Contractors Ltd $231,280.67 Broadspectrum (NZ) Ltd $258,847.98 Fulton Hogan Ltd $239,881.43 Engineers Estimate $181,490.00 The lowest tender price received from Hutton and Cameron at $159,957 is 89% of the Engineer’s estimate. An arithmetic check was carried out on the lowest price received. No errors were found in the submitted Schedule of Prices. The budget for the Scour Protection Works for 2016/17 is $200,000. Infrastructure and Services Group Manager Approval That CON16028 be awarded to Donovan Enterprises Ltd trading as Hutton and Cameron Contractors for the sum of $159,957 (one hundred fifty-nine thousand, nine hundred and fiftyseven dollars) excluding GST. CON16031 Cherry Road Bridge No. 271 Deck Replacement – 2016/17 Evaluation Method Tenders have been evaluated in accordance with the Conditions of Tendering stated in the tender documents. The tender evaluation method is Price Quality Method, in accordance with the New Zealand Transport Agency Procurement Manual. Tenders closed on 13 December 2016, only one tender was received. Tender Amount Steve Bowling Contracting Ltd Engineers Estimate $135,396.15 $149,525.00 The tender price received from Steve Bowling Contracting Ltd is 91% of the Engineer’s estimate and is deemed appropriate. An arithmetic check was carried out, no errors were found in the submitted Schedule of Prices. The budget for the Cherry Road Bridge No. 271 Deck Upgrade for 2016/17 is $165,000. February 2017 10 30 Infrastructure and Services Group Manager Approval That CON16031 be awarded to Steve Bowling Contracting Ltd for the sum of 135,396.15 (one hundred and thirty-five thousand, three hundred and ninety-six dollars and fifteen cents) excluding GST. CON16063 Minor Road Safety Works Construction – 2016/17 – Traffic Calming Project Description 1. 2. Crawford Crescent – Construction of a mini-roundabout and three speed platforms between Three Mile Bush Road and Iti Street. Waimahanga Road – Construction of four speed platforms. These projects were promoted at the request of the public. Waimahanga Road forms part of the Onerahi Shared Path (Cycleway), installing speed bumps will help to create a shared space environment which is safer and more accessible for vulnerable and active road users. Tender Evaluation The Contract was publicly advertised on tenderlink and closed on the 4 November 2016. Three tenders were received as follows. Tenders Amount Broadspectrum United Civil $60,298.82 $84,661.00 Robinsons Asphalts $132,602.00 Engineers Estimate $77,900.00 The tender evaluation method was “Lowest Price Conforming.” An arithmetic check was carried out on the lowest tender evaluation price received. No errors were found in the Tenderers’ Schedule of Prices or Form of Tender. Infrastructure and Services Group Manager Approval That CON16063 be awarded to Broadspectrum Ltd for the sum of $60,298.82 (sixty thousand, two hundred and ninety eight dollars and eighty two cents) excluding GST. 5.0 Parks CON15032 Variation – William Fraser Parks Sports Field Lighting – Separable Portion 2 Hatea Loop Lighting Pohe Island Purpose Approval is sought to increase the contract amount of CON15032 William Fraser Park Sports Field Lighting – Separable Portion 2 Hatea Loop Lighting Pohe Island by $12,195.25 to $1,413,498.97. Background The original contract for the installation of field lights at the new William Fraser Sports Park was awarded to McKay. The separable portion 2 of CON15032 includes the installation of lights along the Hatea Loop Walkway between Te Matau o Pohe Bridge and Riverside Drive on Pohe Island. The previously approved value of separable portion 2 was $298,958.89. The contract value including separable portion 2 was $1,401,303.72 excluding GST. While a $30,000 contingency sum was allowed for, this was exceeded due to a change in scope as follows. February 2017 11 31 Description Amount V01 - Repair to ducting $7,296.75 V02 - Fibre installation under Hatea River $14,578.50 V04 - Additional grouting $18,920.00 Contingency $30,000.00 V03 - Fibre splicing equipment hire $1,400.00 Subtotal variation $42,195.25 Total variation (Subtotal variation less contingency) $12,195.25 The revised amount of separable portion 2, for the installation of lighting along the Hatea Loop on Pohe Island, is $311,154.14. A breakdown of cost for the whole contract is provided in the following table: Description Amount Total original contract value Variations previously approved $ 1,099,232.14 $302,071.58 Total previous contract value $1,401,303.72 Total revised contract value $1,413,498.97 Total amount of this variation $12,195.25 Chief Executive Approval That the total contract amount of CON15032 be increased by $12,195.25 from $1,401,303.72 to $1,413,498.97 (one million, four hundred and thirteen thousand four hundred and ninety eight dollars and ninety seven cents) excluding GST. CON15051 Purpose Kensington Park Cricket Pavilion WOF – Variation One Approval is sought to increase the original contract price to $166,558.46. Background This contract is for exterior works on the Kensington Park Cricket Pavilion to enable the building to obtain a WOF. It was awarded to ARCO Group. The original contract amount was $141,864.46. This will be exceeded due to the following; 1. 2. 3. Upon inspection of the second storey roof, it was determined to be in poor condition. By adding the reroofing to this Contract Council will not have to pay additional setup and scaffolding costs which would be required if the roofing was undertaken in a few years’ time, when the remaining life runs out, and all leaks will be stopped. The internal guttering on the roof was found to be the cause of one of the leaks into the walls, resulting in rot in the timber framing. Rather than altering the roof and guttering to create external guttering, it was determined that best value for money would be obtained by replacing the roof and guttering like for like (as in 1 above) and installing a second rain head and down pipe so that the guttering could drain from both sides. After removing aspects of the deck and stairs, as per the Contract, it was found that the lower deck on the south western entrance contained more rot than was apparent during February 2017 12 32 initial inspections. The Contract required the replacement of some of the decking, however it is now deemed necessary to replace nearly all the decking. While a 10% contingency sum of $11,996.77 was allowed, and has not been used yet, it was deemed prudent to retain this value for further minor variations and increases in quantities as the works had only recently begun. Financial A breakdown of the additional costs is provided in the following table: Item 1. 2. 3. Variation Replace roof and guttering on second story sections Install extra rain-head and downpipe off internal roof gutter Replace lower deck on south western entrance Total A breakdown of cost for the whole contract is provided in the following table: Description Total original contract value Amount $21,194.00 $1,000.00 $2,500.00 $24,694.00 Amount $141,864.46 Total amount of variations $24,694.00 Total revised contract value Infrastructure and Services Group Manager Approval $166,558.46 That CON15051 be increased from $141,864.46 to $166,558.46 (one hundred and sixty six thousand, five hundred and fifty eight dollars forty six cents) excluding GST. CON15051 Purpose Kensington Park Cricket Pavilion WOF – Variation Two Approval is sought to increase the original contract price to $216,149.54. Background This contract is for exterior works on the Kensington Park Cricket Pavilion to enable the building to obtain a WOF. It was awarded to ARCO Group. The original contract amount was $141,864.46. This has previously been increased to $166,558.46 in order to cover works outlined under Variation One (above). This figure will be exceeded due to changes in the scope of the work as more water damage than anticipated was found during the course of the works and additional replacements and alterations were made. As the project is now entering practical completion there will be no further variations. Financial A breakdown of the additional costs is provided in the following table: Item 878-03 Variation To replace the lower deck on the western side of the building as per Richardson & Stevens design and discussions onsite. To replace the rotten timber framing and weatherboards on the supporting wall as required. February 2017 Amount $17,319.63 13 33 878-04 To paint the two sloping parts of the roof to iron sand. To replace the rotten weatherboards as required on the exterior. This includes additional soakers, corner boxes, scribers, replacing weatherboards for installation of windows. This is over and above what was included in the contract 878-06 Replacing additional rotten timber framing in the exterior walls as we removed the weatherboards. This is over and above what was included in the contract. 878-07 To replace the rotten timber in the roof framing on the upper level when the roofing was being replaced 878-08 To re-pitch the lower single level of roof as required. Originally excluded from contract as not deemed possible based on assumed existing conditions. 878-09 To replace rotten soffit including hardiflex triangle gables as required before painting. 878-10 To install finishing trims around the windows on the interior and patch the jib-board as required. 878-11 Contingency Contingency included in original amount TOTAL Recommendation $1,320.00 $18,946.5 $8,600.33 $5,942.70 $3,199.45 $2,027.26 $4,231.98 -$11.996.77 $49,591.08 That CON15051 be increased by $49,591.08 from $166,558.46 to $216,149.54 (two hundred and sixteen thousand, one hundred and forty nine dollars and fifty four cents) excluding GST. CON16022 Background Variation - H&H Building Demolition This contract is for the demolition of the H&H Building located at 109 Port Road. The demolition is the first stage of creating a new pocket park on the site that will connect to the Hatea Loop Walkway. It was awarded to Barfoote Construction. The original contract amount was $60,065. While a contingency sum of $13,465 was allowed, this was exceeded due to a change in scope as follows: 1. 2. 3. 4. Removal of extra concrete around the slipway Removal of more of the building base Removal of the cinder-block firewall Removal of additional broken asbestos cladding found under timber walkway District Living Group Manager Approval It is recommended that CON16022 be increased by $4,704 from $60,065 to $64,769 (sixty four thousand, seven hundred and sixty nine dollars) excluding GST. CON16037 Introduction Stuart Road Pontoon Renewal – McLeods Bay The Stuart Road pontoon is a floating jetty situated at the southernmost point of McLeods Bay. The pontoon has become damaged through use and long term exposure to heavy weather. February 2017 14 34 Background Council requested that OPUS consultants undertake inspections of the pontoon and design a renewal scheme. OPUS were also engaged to liaise with specialist marine piling contractors to establish the most suitable renewal scheme, and identify which contractors would be available to undertake the works required, and get pricing for the works. During the period of design investigations further damage occurred to the pontoon and urgent renewal was required. During their discussions with piling contractors OPUS found that only one contractor could undertake the works before Christmas 2016. As a result, Opus began direct negotiation with Bellingham Marine. Council took over the negotiations, discussing various options for renewing the pontoon. Tenders Received Direct negotiation concluded with Bellingham Marine confirmed to undertake the renewal works in early December 2016, for a Lump Sum price of $162,462.36. While the offer was $33,962.36 above the engineer’s estimate a price comparison was undertaken and the quote was considered reasonably priced. Chief Executive Approval That the construction for the renewal of the Stuart Road pontoon be awarded to Bellingham Marine based on their works proposal for the quoted sum of $162,462.36 (one hundred and sixty two thousand dollars and thirty six cents) excluding GST. CON16051 Background Pohe Island Road Termination CON16051 is for the restriction of vehicle access to part of Pohe Island Road. Proposed work includes construction of a turning (cul-de-sac) head over the existing road formation, construction of an adjacent car parking area, and construction of gates and bollards to restrict vehicle access. The works will provide sufficient area for vehicles to turn around prior to the road restriction, and will provide additional parking facilities for the public when utilising the nearby facilities. Quotes Received Two quotes were received: Quote Amount Robinson Asphalts 1992 limited Clements Contracting Ltd $ 54,840.50 $ 73,292.15 Engineer’s Estimate $ 60,164.50 Quotes were evaluated as Lowest Price Conforming. Arithmetic and extension checks were carried out on the lowest proposed price which was confirmed to contain no errors. Infrastructure and Services Group Manager Approval That CON16051 be awarded to Robinson Asphalts 1992 Limited for the quoted sum of $54,840.50 (fifty four thousand, eight hundred and forty dollars and fifty cents) excluding GST. February 2017 15 35 CON15061 Hatea Loop Jetty Refurbishment Introduction The Hatea Loop Jetty is located directly off the section of the Hatea Loop that runs parallel to Port Road. The Jetty was purchased by Council with the intent of undertaking the repairs needed to allow it to be used by the public as an additional feature of the Hatea Loop walkway. Opus International Consultants were engaged to assess the jetty structure and determine the alterations that were required. Background The works were originally tendered in March using an Open Tender process, however no tenders were received. Opus International Consultants subsequently contacted companies who they believed were capable of undertaking the work and determined that the lack of tenders was due to the fact that no barges large enough to undertake the works were available. Tender A suitable contractor was subsequently identified and to determine a price, and ensure the work was achievable within Council’s required budget and timeframe, a variation for direct negotiation with GHK piling was approved. Following negotiation, the quote received from GHK was $157,169. The Engineers Estimate for the tender was $171,252. The rates provided are considered reasonable and can be covered from the existing 2016/17 Coastal Structures Renewal budget. Infrastructure and Services Group Manager Approval That the contract CON15061 be awarded to GHK Piling Ltd for the tendered sum of $157,169 (one hundred and fifty seven thousand, one hundred and sixty nine dollars) excluding GST. 6.0 Major Projects Introduction CON15028 Variation – Professional Services Airport Location Options Study In 2015 Council entered into a $260,300 professional services contract for Stage 2 of the Airport Locations Options Study. This report is to seek approval for a variation to the contract sum. A full update on progress to date, and works going forward, will be provided to Infrastructure under separate (confidential) cover. Method of Engagement Following completion of the Stage 1 discussions were undertaken with Beca Ltd to negotiate a methodology and fee proposal for these Stage 2 professional services. Negotiations resulted in the award of CON15028 which had a contract value of $260,300. Financial To September 2016 Beca had brought to charge $244,208 of the originally budgeted $260,330. It is estimated that the total cost of the Stage 2 work to be undertaken by Beca as part of this contract will be $380,000. This would require an increase in the contract amount of approximately $120,000. The project additional costs are made up of: Extended contract period from original 14 months to expected 26 months. Additional advisory group meetings. Long list expanded to 28 sites. Additional effort to respond to peer review process including rerun of site evaluation process. February 2017 16 36 Expanded role of the economic evaluation. Provision of more detailed construction estimates and associated requirement for improved contour information. Funding has been allocated in the 2015/25 Long Term Plan to the value of $2.5 million with $510,000 in the 2015/16 financial year and $671,000 (including carryforward from 2015/16) in the 2016/17 year. Chief Executive Approval That CON15028 be increased from $260,300 to $380,000.00 (three hundred and eighty thousand dollars) excluding GST. February 2017 17 37 4 Temporary Road Closure - 2017 International Rally of Whangarei Reporting officer: Jenny Calder, Community Events Coordinator Date of meeting: 9 February 2017 1 Purpose Rally New Zealand request temporary road closures in order to hold the 2017 International Rally of Whangarei. 2 Recommendation/s 1. That the report ‘Temporary Road Closures – 2017 International Rally of Whangarei’ be accepted. 2. That pursuant to the Transport (Vehicular Traffic Road Closure) Regulations 1965, the following roads be closed to ordinary traffic to allow for the 2017 International Rally of Whangarei event: Wednesday 26 April 2017 TESTING Hosking Road, from Paparoa Oakleigh Road to Walker Road Period of Closure: 08:00am – 5:00pm Friday 28 April 2017 CEREMONIAL START Dave Culham Drive, from Port Road to Riverside Drive Period of Closure: 3:00pm – 10:00pm Saturday 29 April 2017 SS 3 & 7: RIPONUI Otaikarangi Road from Swamp Road to Riponui Road Riponui Road from Otaikarangi Road to Crows Nest Road Crows Nest Road from Riponui Road to Paiaka Road Paiaka Road to the District Boundary Infrastructure Committee 9 February 2016 38 Period of Closure: 6:00am – 10:00am 11:45am – 3:45pm SS 6 & 10: HELENA Webb Road from the end of the tarmac (Helena Bay) to Kaiikanui Road Kaiikanui Road from Webb Road to Pigs Head Road Pigs Head Road for Kaiikanui Road for approximately 500 metres Period of Closure: 9:30 – 1:30pm 3:30pm – 7:00pm Sunday 30 April 2017 SS 11 & 14: WAIPU CAVES Waipu Caves Road from Shoemaker Road to Mangapai Caves Road Mangapai Caves Road from Waipu Caves Road to Graham Road Graham Road from Mangapai Caves Road to Ruarangi Road Ruarangi Road from Graham Road to Mangapai Road Period of Closure: 6:30am – 3:15pm SS 12 & 15: WAIOTIRA Waikiekie North Road from Paparoa Road to Walker Road Walker Road from Waikiekie Road to Hosking Road Hosking Road from Walker Road to Neville Road Neville Road from Hosking Road to Taipuna Road Taipuna Road from Neville Road to Hartnell Road Hartnell Road from Taipuna Road to Ararua Road Ararua Road to Waiotira Period of Closure: 7:15am – 3:30pm SS 13 & 16: TANGIHUA Bint Road from Porter Road to Tangihua Road Tangihua Road from Bint Road to Codlin Road Codlin Road from Tangihua Road to Otuhi Road Otuhi Road from Codlin Road to Weke Road Period of Closure: 8:00am – 4:00pm 3. That the side roads off the roads to be closed also be temporarily closed for a distance of up to 100metres from the intersection for safety purposes. 4. That the Chair of the Infrastructure Committee and the Infrastructure Services Group Manager be delegated to consider objections and cancel or amend any or all of the temporary road closures if applicable. Infrastructure Committee 9 February 2016 39 3 Background The 2017 International Rally of Whangarei will be held 28 – 30 April 2017. The Whangarei and Northland districts offer some of the best roads in the world for the sport as well as providing spectacular scenery that enhances the international media experience and promotion of Northland. 2017 is the eleventh consecutive year the district has hosted this event, which has been awarded FIA-Asia Pacific Rally Championship (APRC) status as well as being a round of the New Zealand Rally Championship (NZRC). 4 Discussion Rally New Zealand are experienced in running events to an international standard and have established a good working relationship with the Whangarei District Council. Rally New Zealand work closely with a number of local clubs and group, providing opportunities for these groups to fundraise throughout the event. To ensure local residents are aware of the event and subsequent temporary road closures, Rally New Zealand representatives contact all residents and occupiers of land and residential properties within the closure areas. Safety is paramount when running rally events, with traffic management plans aligning with a comprehensive safety plan. The safety plan is developed in accordance with the appropriate sections of the International Sporting Code and the FIA Regional Rally Sporting Regulation. Comprehensive public liability insurance is held under a Motorsport New Zealand permit as per standard operating procedures fir such an event. 5 Significance and engagement The decisions or matters of this report do not trigger the significance criteria outlined in Council’s Significance and Engagement Policy, and the public will be informed via publication on the website, Council News, Facebook and radio media. 6 Attachments International Rally of Whangarei – Application for temporary road closures Infrastructure Committee 9 February 2016 40 ATTACHMENT 1 41 42 43 44 45 46 47 48 49 50 51 52 53 54 RESOLUTION TO EXCLUDE THE PUBLIC Move/Second That the public be excluded from the following parts of proceedings of this meeting. The general subject of each matter to be considered while the public is excluded, the reason for passing this resolution in relation to each matter, and the specific grounds under Section 48(1) of the Local Government Official Information and Meetings Act 1987 for the passing of this resolution are as follows: General subject of each matter to be considered Reason for passing this resolution in relation to each matter Ground(s) under Section 48(1) for passing this resolution C.1 Good reason to withhold information exists under Section 7 Local Government Official Information and Meetings Act 1987 Section 48(1)(a) Airport This resolution is made in reliance on Section 48(1)(a) of the Local Government Official Information and Meetings Act 1987 and the particular interest or interests protected by Section 6 or Section 7 of that Act which would be prejudiced by the holding of the whole or the relevant part of the proceedings of the meeting in public, are as follows: Item Grounds Section C.1 To enable the Council to carry on without prejudice or disadvantage negotiations Section 7(2)(i) Resolution to allow members of the public to remain If the council/committee wishes members of the public to remain during discussion of confidential items the following additional recommendation will need to be passed: Move/Second “That be permitted to remain at this meeting, after the public has been excluded, because of his/her/their knowledge of Item . This knowledge, which will be of assistance in relation to the matter to be discussed, is relevant to that matter because . Note: Every resolution to exclude the public shall be put at a time when the meeting is open to the public.
© Copyright 2026 Paperzz