Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
RFP Road Maintenance 002/2014 Volume One
Request for Proposal
REF: 002/2014
REQUEST FOR PROPOSAL FOR THE PROVISION OF ROAD MAINTENANCE
SERVICES TO THE
RUAPEHU DISTRICT COUNCIL
VOLUME 1 OF 7 – CONDITIONS OF SUBMITTING
RELEASED: 26 May 2014
Authorised for release as follows:
Name and title Signature
Warren Furner – Manager Land Transport &
Economic Development
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 1
PART A – EOI RESULTS AND INVITATION TO SUBMIT ..........................................................................4
PART A – RFP GUIDELINES, DEFINITIONS AND SUBMISSION CHECKLIST .......................................6
1.0 RFP GUIDELINES .........................................................................................................................6
2.0 DEFINITIONS AND INTERPRETATION .......................................................................................6
3.0 SUBMISSION CHECKLIST ...........................................................................................................7
4.0 PROGRAMME ...............................................................................................................................8
PART B – BACKGROUND, OUTCOMES, CONTRACT PACKAGES AND RELATIONSHIP
MANAGEMENT ......................................................................................................................................... 11
5.0 AIMS AND OBJECTIVES OF REQUEST FOR PROPOSAL (RFP) PROCESS ....................... 11
6.0 BACKGROUND .......................................................................................................................... 11
7.0 PROCUREMENT OUTCOMES.................................................................................................. 12
8.0 CONTRACT PACKAGES ........................................................................................................... 13
9.0 CONTRACTS DELIVERY STRUCTURE AND RELATIONSHIP MANAGEMENT .................... 15
10.0 SUB-CONTRACTORS AND MERCHANTS ............................................................................... 18
11.0 RISK MANAGEMENT ................................................................................................................ 18
12.0 PRICE AND COST MANAGEMENT .......................................................................................... 19
13.0 FORM OF CONTRACT AND LENGTH OF TERM .................................................................... 19
PART C - RFP CONDITIONS FOR SUBMISSION ................................................................................... 21
14.0 VALUE FOR MONEY NETWORK MAINTENANCE .................................................................. 21
15.0 ACKNOWLEDGMENT ............................................................................................................... 21
16.0 COMMUNICATIONS, ADDITIONAL INFORMATION AND CLARIFICATIONS ........................ 21
17.0 FORM OF RFP SUBMISSION ................................................................................................... 22
18.0 SUBMISSION OF RFP SUBMISSIONS ..................................................................................... 23
19.0 EVALUATION PROCESS .......................................................................................................... 23
20.0 EVALUATION METHODS AND ATTRIBUTES .......................................................................... 23
21.0 LATE PROPOSALS POLICY ..................................................................................................... 24
22.0 FREEDOM OF INFORMATION ................................................................................................. 24
23.0 DISCLOSURE OF CERTAIN INFORMATION ........................................................................... 24
24.0 IMPORTANT NOTICES AND BASIS OF PARTICIPATION ...................................................... 25
PART D SCHEDULE 1 - RFP RESPONSE FORMS ........................................................................... 28
PART D SCHEDULE 2 – EVALUATION AND NEGOTIATION PROCESS ........................................ 29
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 2
PART D SCHEDULE 3 – EVALUATION ATTRIBUTES, WEIGHTINGS AND SCORING ................. 31
PART D SCHEDULE 4 – ACKNOWLEDGEMENT FORM .................................................................. 32
PART D SCHEDULE 5 – STATEMENT OF DEPARTURES ............................................................... 33
PART D SCHEDULE 6 – LIST OF SUB-CONTRACTORS ................................................................. 34
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 3
PART A
EXPRESSION OF INTEREST RESULTS AND
INVITATION TO SUBMIT
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 4
PART A – EOI RESULTS AND INVITATION TO SUBMIT
26 May 2014
<<insert name and address details>>
Dear NN
Thank you for your submission to our Road Maintenance contracts Expression of Interest (EOI). We
have been encouraged by both the number and quality of responses received and are pleased to advise
that your submission has been successful as outlined below:
Contract Package Your Score Highest / Lowest score Pass or Fail
Your score is a weighted score for all three attributes (Track Record, Relevant Experience and RDC
alignment) where all attributes were equally weighted at 33.33% and the pass score was set at 75.
We would therefore like to invite you to respond to this Request for Proposal (RFP) for the following
contract packages:
You will note that there is an opportunity in the programme for you to meet with us to discuss any queries
you may have. We encourage you to use this opportunity to help ensure you understand what we are
trying to achieve with our road maintenance contracts.
Thank you in advance for the time and effort you will invest in this process.
Yours sincerely
Warren Furner
Manager Land Transport and Economic Development
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 5
PART B
RFP GUIDELINES, DEFINITIONS, SUBMISSION
CHECKLIST AND PROGRAMME
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 6
PART A – RFP GUIDELINES, DEFINITIONS AND SUBMISSION CHECKLIST
1.0 RFP GUIDELINES
This Request for Proposal (RFP) is being undertaken on the basis set out in Part C of this document.
The document is structured as follows:
Volume Contents
One This volume outlines the background, purpose and intent of this RFP. It also
specifies the basis of the RFP what is required for a complying submission
Two It is Council’s intent to negotiate contracts based on NZS3910:2003. This volume
outlines special conditions or terms that Participants should consider
Three This volume outlines Council’s general conditions for the contracts focusing on
requirements over and above technical service delivery such as reporting,
meetings, plans and compliance requirements. Participants preparing responses
to a contract of this type for the first time should carefully review the requirements
in this volume to understand the time and resources needed to meet all of
Council’s requirements
Four Volume four is the draft Basis of Payment to be finalised in detailed negotiations
with preferred Participants. It also includes definitions for items such as direct
and indirect overheads.
Five This volume contains the detailed pricing schedules for each work package
Six This volume contains technical specifications
Seven This volume contains appendices
2.0 DEFINITIONS AND INTERPRETATION
Term Definition or Interpretation
“Closing Date”
means 12 noon on 20 June 2014
“Evaluation Attributes” means the attributes identified by Ruapehu District Council and
described in Volume 1 Part C Clause 20 and Volume 1 Part D
Schedule 3
“Evaluation Period” means the period commencing 23 June 2014 and ending 4 July 2014
“Evaluation Process” means the evaluation process described in Volume 1 Part D
Schedule 2
“Evaluation Team” means the team appointed by Ruapehu District Council to evaluate
the RFP Submissions in accordance with the Evaluation Process
described in Volume 1 Part D Schedule 2
“Negotiation Period” Means the period commencing 7 July 2014 and ending 18 July 2014
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 7
Term Definition or Interpretation
“NTP” Means Notice to Participants. Any queries received from Participants
will be answered through a sequentially numbered NTP that will be
sent to all Participants
“Participant” means a person, organisation or organisations (where it is a joint
proposal) lodging an RFP Submission to this RFP
“RFP Submission” means a document lodged by a Participant in response or purporting
to be in response to this RFP, including any clarifications
“RFP Submission
Requirements”
means these RFP Submission requirements, comprised in Part B of
this RFP
“RFP” means this Request for Proposal
“Services” means the maintenance services to be provided, as described in
Volumes 3,5 and 6 of this RFP
3.0 SUBMISSION CHECKLIST
Participants may find the follow check list useful when assembling their final version of the submission for
the Tenders Box.
Envelope Contents
Outer envelope Outer envelope containing all of the Participants submission material.
The outer envelope should also include a covering letter confirming which
contract packages you are submitting for and if your submission is contingent
on winning a particular mix of contract packages. Do not mention any values
or price based contingencies.
Outer envelope to be marked with the Participants name, contact and phone
number and addressed to:
Roading Contracts RFP 002/2014
Tenders Box
Ruapehu District Council
59-63 Huia Street
Taumarunui 3920
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 8
Envelope Contents
Inner Envelope – One
Non Price Attributes
Participant’s non price submission marked:
Participants Name
Envelope One – Non Price Submission
Contract Packages (list names of contracts submitted for)
Original plus five copies of completed Participant Response forms (emailed on
receipt of acknowledgment form – schedule 4 of this volume) including signed
and completed Statement of Departures. The original copy should also be
signed by the Participant’s authorised signatory.
Important note: forms are to be completed for each contract package. Each
contract will be evaluated separately so it is important for Participants to
complete the required forms in full for each contract package.
Please also use binding (such as spiral bind) that allow evaluators to have
proposals open and lying flat.
Inner Envelope – Two
Price
Original plus one copy of the Participant’s pricing submission printed on one
side (single – sided) of A3 paper and a USB stick containing an electronic copy
of the submission (.pdf of written material and .xlsx of pricing spreadsheets)
marked:
Participants Name
Envelope Two - Price Submission
Contract Packages (list names of contracts submitted for)
If you have submitted for multiple packages you may include a covering note
that specifies if your submission is contingent on winning a specified mix of
contracts or minimum value of work and what that value is in terms of $ per
annum.
The original should be signed by the Participant’s authorised signatory.
Participants may include a printed copy of any explanatory notes on A4
4.0 PROGRAMME
Week Commencing Activity
26 May 2014 RFP Released
Queens Birthday 2 June 2014 Acknowledgment form to be returned 5 June
9 June 2014 Participant clarification meetings and NTP
Period ends 13 June
16 June 2014 RFP Closes 20 June
23 June 2014 RFP Evaluation Commences
30 June 2014 Participant presentations (if any)
7 July 2014 Negotiation Period Commences
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 9
Week Commencing Activity
14 July 2014 Negotiations Complete 18 July
21 July 2014 Supplier Recommendation Report
28 July 2014 Council Approval
4 August 2014 Contracts Signed
11 August 2014 Mobilisation Commences
1 October 2014 Contract(s) Commence – 8 weeks
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 10
PART B
BACKGROUND, OUTCOMES
CONTRACT PACKAGES AND RELATIONSHIP
MANAGEMENT
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 11
PART B – BACKGROUND, OUTCOMES, CONTRACT PACKAGES AND RELATIONSHIP
MANAGEMENT
5.0 AIMS AND OBJECTIVES OF REQUEST FOR PROPOSAL (RFP) PROCESS
5.1 The aim of Ruapehu District Council in this process is to source and select a value based mix of
suppliers to deliver best for network infrastructure maintenance services for up to eight years from
October 2014. Council also seeks to achieve the following from this process:
5.1.1 To understand the relative value of a small number of larger suppliers versus a larger number
of smaller niche suppliers to deliver road network maintenance services and the associated
relative value or cost of bundling or unbundling services
5.1.2 To award and implement contracts with common relationship, cost and performance
management frameworks
5.1.3 To secure a proven cost and price management regime that sustainably manages risk,
delivers cost certainty and promotes proactive management of productivity and cost inflation
5.1.4 To recalibrate and align budgets to costs to support the 2015 Long Term Plan (LTP)
5.2 The Request for Proposal process is being undertaken on the basis set out in Volume 1 Part C of
this document.
6.0 BACKGROUND
6.1 Ruapehu District Council’s (Council) road maintenance contracts expire on 30 June 2014 at the
end of a one year extension to the original five year agreement. There is a NZTA approved
provision to extend the contracts for an additional twelve month period however Council wish to
undertake a procurement process for new contracts in 2014. To allow time for the procurement
process current contracts have been extended to 30 September 2014.
The current contracts in scope are:
Contract Number Scope Est. Annual Value Commencement
1254 Vegetation and Pest Control $35,800 Jul-05
1355 Road Maintenance $5,004,000 Aug-08
1249 Ruapehu District Reseals $943,000 Dec-05
1355 Road Maintenance Sep
Portion B: Pavement
Rehabilitation
$796,000 Aug-08
1593 Oio Rd Pavement
Rehabilitation
$650,000 Oct-12
Various Structural Component $460,000 Feb-14
Road Marking has been excluded from the scope of the new contracts and Streetlighting (1389)
has been extended to June 2015 to allow an opportunity for a regional shared approach for these
services.
For guidance – the contracts that are not in scope are Professional Services for Land Transport
(1407) and Ohakune Mountain Rd Traffic Management (1414) as those contracts do not expire
until June 2015.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 12
Following a review of the current contracts performance and outcomes the Council transport
team have determined there will be greater value for Council in restructuring the scope of the
contracts to better reflect the regional capability and capacity of the supply market for both niche
and general services.
To identify and procure best value for money suppliers to deliver these services Council is
undertaking a two stage procurement:
Stage One – the completed Expression of Interest (EOI) process to shortlist suitably qualified
suppliers for each contract
Stage Two – a competitive Request for Proposal or Direct Appointment process to select the
best supplier for each contract (the Direct Appointment process will be used if only one supplier
has qualified for a contract)
The Stage One EOI process has been completed and Council’s EOI evaluation team were
encouraged by both the number and quality of responses for each of the contract packages.
Council is now undertaking Stage Two- a competitive RFP for the contract packages.
7.0 PROCUREMENT OUTCOMES
7.1 This procurement represents a significant portion of Council’s operating and capital expenditure
in an area that affects all the District’s residents and ratepayers. Accordingly Council has a
number of outcomes that successful roading contractors will impact and it is important that
Participants recognise and respond to the responsibility it may share with Council if successful.
The key outcomes for road maintenance contracts are in two parts as follows:
7.1.1 Community Outcomes
The Outcomes are the community’s aspirations for the District’s future and influence Council
activities and were rewritten during the development of the 2012-22 LTP.
These outcomes form part of evaluating Participant alignment to Council
That the impact of waste on our environment is minimised.
That leadership is trusted, transparent, accountable and visionary, and takes an active
approach to finding solutions.
Core infrastructure, water, wastewater, waste management and minimisation, power and
roading keeps pace with growth demand.
Excellent standards of safety and welfare are promoted and respected.
That our economy prospers.
That our community provides effective role models, good parenting, career and life skills
guidance for youth.
That employment opportunities for school leavers are encouraged and supported.
Our transportation and communication is reliable and meets the needs of users.
That alternative means of energy generation are promoted and available.
That there is a wide range of employment opportunities to encourage growth and provide
career progression.
That economic diversity and core economic strengths are encouraged.
That people work towards common goals and issues, and speak positively about our
community.
That the community works together to ensure that our environment is accessible, clean and
safe, and that our water, soil and air meets acceptable, affordable standards.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 13
7.1.2 Contract Relationship Outcomes
To achieve the above in a roading network affected by changes to funding, levels of service,
environment and demand Council wants to build long term relationships with supply partners who
will:
Share our passion for improving our communities;
Work collaboratively with us and our other suppliers to do the right thing right;
Challenge inefficiencies and dated practices and priorities;
Build confidence and trust in each other – do what we say we will do, no surprises; and
Treat each other with respect and acknowledge we all have our strengths and weaknesses.
8.0 CONTRACT PACKAGES
8.1 Council is undertaking this RFP to determine the best value options to deliver the following
separable portions. The portions are the same as described in the EOI with the exception that
aggregate supply has been removed from this process and is being managed as a separate
procurement. Details of the services for each portion can be found in Volume 5 but the following
provides a broad description for each of them:
i. General Maintenance
The purpose of this contract is to emulate the old roadman concept. It’s about lightweight
“flying gangs” that might entail one or two people in utes or light trucks, possibly with trailers
and who attend to the day to day relatively minor but important aspects of road network
maintenance. This contract should not require heavy machinery such as diggers. The works
will cover the entire network, both sealed and unsealed. This contractor will be required to
respond to Help Desk requests and proactively manage drainage and signage maintenance.
While a large percentage of the day to day work will be programmed, there will be many
instances where reactive maintenance is prioritised to meet the demands of the network.
This contractor will be the most obvious on the network and as such must present to the public
the ideal model of a smart, efficient contractor.
ii. Sealed Pavement Maintenance
This contract will attend to sealed pavement faults only. It is envisaged that the contractor will
produce a monthly programme from the data provided by the Principals Inspector and travel to
the site to undertake repairs as a single site visit. The works included are;
Repair of pavement defects
Pre-reseal repairs (to be completed by end of December)
Repair of edgebreaks
Maintenance of sealed carparks, facility roads and agreement roads
Maintenance and renewals of footpaths and kerb and channels
Adjustment of surface covers
iii. Unsealed Pavement Maintenance and Renewals
This contract will attend to the maintenance of unsealed pavements including the application of
maintenance aggregates. This contract will require the contractor to programme his own
grading cycles together with the application of maintenance aggregates. It is acknowledged
that the grader operators are generally in the best position to determine where aggregate
should be placed and it is envisaged that the aggregate replacement programme will therefore
be contractor initiated with a large degree of the grader operators’ input. The works included
are;
Repair of unsealed road potholes
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 14
Unsealed road surface and shape maintenance
Transportation and placing maintenance aggregate
Maintenance of unsealed carparks, facility roads and agreement roads
Attending to roadside drainage including the maintenance of cutouts but not culverts.
Transportation and placement of the maintenance aggregate will be on a m3/km basis. The
contractor will be required to demonstrate a reliable and accurate way of measuring this for
payment purposes. The aggregate cost will be paid directly by the Principal.
iv. Vegetation Control
This contract will attend to all of the rural vegetation control. It is expected that the contractor
will be able to initiate their own programme to ensure the berms and side vegetation remains
within the required specification. The works included are;
Berm mowing
High lift mowing
Spraying of waterchannels, culvert inlets and outlets, around bridges, marker pegs and
signs.
The option of undertaking the Plant Pest contract in conjunction with this one is logical and
should be considered.
v. Heavy Maintenance and Improvements
This contract will deliver those activities that require significant earthworks. It is envisaged that
the successful bidder will have a range of machinery to cover all works and range up to a 30
tonne excavator. The works will cover Council’s minor improvement programme which is
predominantly widening of unsealed roads and the major works associated with emergency
work repairs. There is a range of skilled sub-contractors who currently work on the network and
Council encourages Lead Contractors to use these sub-contractors as extensively as possible.
The works included are;
Maintenance of unsealed shoulders on sealed roads. Mostly related to removal of high
shoulders and/or the application of metal to low shoulders.
Machine cleaning of water channels
Replacement of road culverts
Removal of minor slips and detritus from catch pits and alongside rural roads
Council’s minor improvement programme
Emergency work remedies requiring major work such as slips, underslips, rock walls
Participants will be required to demonstrate in their Methodologies the processes they will put
in place to ensure their efficiency and productivity is maintained throughout the contract term.
The contractor will also be required to maintain a close working relationship with the general
maintenance contractor in particular but also generally with all other contractors
vi. Capital Pavement Rehabilitation programme
This contract will deliver the annual pavement rehabilitation programme. The Pavement
Rehabilitation contractor will be required to deliver the full range of operations required of this
contract without any involvement with other running contracts. Aggregate supply (at the quarry
gate) costs will be paid directly by the Principal.
vii. Capital reseals programme
This contract will deliver the annual resealing programme. The resealing contractor will be
required to deliver the full range of operations required of this contract without any involvement
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 15
with other running contracts other than coordinating pre-reseal repairs. Sealing chip supply (at
the quarry gate) costs will be paid directly by the Principal.
viii. Major Bridge Repairs
This contract will deliver the full range of structural bridge repairs. Due to the nature of the
work involved which largely entails one-off structural solutions, the scheduling of such work is
nearly impossible. Participants should propose how they can deliver services in an effective
and efficient manner and how productivity can be assured. Bridges are often on no exit roads
and land owner access needs to be considered while work is carried out.
ix. Roadside Plant Pest Control
This contract is the smallest of the packages but requires a high technical knowledge of
roadside plant pests in the Ruapehu, especially Tutsan, and how these should be managed.
This contractor will largely programme their own work in liaison with the Engineer’s
Representative and the Regional Council representatives. The option of undertaking the
vegetation control contract in conjunction with this one is logical and should be considered.
Participants should propose how they can deliver services to match the budget in an effective
and efficient manner and how productivity can be assured.
8.2 Each Participant has been invited to submit its offering for one or more of the above portions.
Council has no predetermined view on its preferred number of contractors but will make a value
for money decision based on:
Participant’s offering and relative cost and quality for single or multiple portions;
Cost of contract management including reporting and claims management;
Risk allocation and management; and
Sustainable relationships.
9.0 CONTRACTS DELIVERY STRUCTURE AND RELATIONSHIP MANAGEMENT
9.1 Council Land Transport Organisation Structure
Following the EOI process we have updated the following management structure diagram to better
reflect Council’s intention to collaborate at all levels – connecting the right people to manage the
right thing at the right time:
9.2 Relationship Management
Council wishes to implement a contract management and relationship model that is:
Contractors Network
Manager
Council
Land
Transport
Team
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 16
Inclusive – contractors, council and the network manager will work together as one team;
Collaborative and efficient – one team working smart to solve problems and realise
opportunities; and
Performance based – one team focussed on delivering positive outcomes at an affordable cost.
The contract governance structure will be adjusted to suit the scale and complexity of each contract
and will be based on the following model:
9.2.1 Collaborative Working Framework
Strategic (Leadership) Tactical (Management) Operational (Operations)
Outcomes To be agreed by all Contractors, Council and Network Manager
Drivers Leadership Effectiveness Efficiency
Focus
Charter
Behaviours and values
Clarity of responsibilities
Capability and capacity
Sustainability
Stakeholder management and communications
Predictable outcomes
Network optimisation
Predictable service delivery
Lowest delivery cost
Accountability
Maintaining capability and capacity
Programme budgets
Programme prioritisation
Delivering the programme
Network LOS
Asset condition
Budgets
Deliver tasks and services to time, budget and quality (IFOTIS)
Horizon 3 year rolling programme Annual plan Planned work schedules
and response work
Financial
Programme budget envelope – CAPEX and OPEX
Re-prioritising budget
Service budgets and claims (NZTA)
Activity budget phasing – prioritising
Cost of services
(Labour, plant, materials)
Key inputs
Asset management plans
Strategic plans
Long Term Plan
Council business plans
Programme
AMP / Activity Plans
Emergency response plans
Specifications
Customer requests
Response needs
Performance
Relationships
Cost effective service delivery
Sustainability
Customer feedback
Asset LOS/condition data
Delivering to budget
Lifecycle cost
“Dig once” – cross service collaboration
Benchmarking (industry best practice)
Activity and service KPIs (including activity audit / QA)
Cost of service – actual against budget and trends
People Developing leaders
Recognition
Developing customer focus
Sense of achievement
Technical development
Valuing contributions
Culture and behaviours
Leadership – best for network, best for community
Innovation
One team
Solution focus
Innovation
Reliability – do what we say we’ll do
Innovation
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 17
Strategic (Leadership) Tactical (Management) Operational (Operations)
Risk and opportunities
Prioritising - strategic
Resourcing risk mitigation and business improvement initiatives
Prioritising – tactical (asset and community)
Resource bid for improvement projects
Early warning
Prioritising – operational improvement initiatives
Compliance (including health, safety and the environment -
HS&E)
‘Principal’ ‘Monitor’ ‘Best practice’
9.2.2 Relationship Governance
Governance will be discussed with the successful Participants to agree what people should be involved at
each of the three levels mentioned above, how often they will meet and whether the structure also
provides logical support for issues escalation and resolution prior to formal contractual tools being
employed.
9.2.3 Relationship Management
The table below describes the contract management structure and approach currently being considered
and is subject to input from Contractors during the negotiation and mobilisation periods.
Relationship attribute Consideration
Relationship description All term maintenance relationships will be collaborative
Working together Subject to package and programme complexity there will be:
Weekly / Fortnightly Operations meetings
Monthly Budget and performance reviews
Six Monthly Strategic reviews
Cross contract collaboration Suppliers will be expected to work together to optimise work programmes and actively seek pragmatic options for combined service delivery (e.g. traffic management)
Contract and relationship
management structure
Council will finalise this with each supplier in detailed negotiations to meet principles of early warning, resolving problems at the lowest possible level and alignment to formal contract escalation protocols
Pricing and cost management Pricing will be transparent in terms of cost and direct/indirect overheads.
Larger suppliers will be expected to take risk on productivity and procurement and Council will take some risk on variables such as cartage costs
Communication and stakeholder
management
Customer Service Requests and complaints will be managed as per scheduled specifications
Performance management and
quality assurance
Suppliers will be managed to balanced scorecard appropriate to contact size and complexity.
Larger contacts will include ‘high’ performance targets married to incentives to secure term extensions
Risk, opportunity and value
management
Contracts will include a ‘Contract Register’ as a core document managing early warning and mitigation – each will be appropriate for contract scale and complexity
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 18
Relationship attribute Consideration
Reporting and information
management
As prescribed in specifications schedule and based around a monthly report
Escalation and problem solving Structured and formal records supporting identification and resolution of risks and issues at lowest practical level
9.2.4 Relationship charter and contract development plan
The mobilisation period will include workshops with the successful contractor(s) to align relationship,
contractor and Council outcomes and produce a charter. The charter will form the basis of regular
relationship health checks that in turn inform the performance scorecard.
Following the mobilisation period, the charter will also underpin a contract improvement plan which will
identify initiatives that will add value to Council and Contractors. This may include simple initiatives such
as improved claims forms through to more aspirational activities such as shared cadet programmes.
9.2.5 Relationship Management Manual
All of the agreed relationship management tools, processes and procedures will be captured and
maintained in a single Relationship Management Manual that will effectively become the induction
manual for new staff for all levels from all organisations – the guide to ‘how we do things around here’.
10.0 SUB-CONTRACTORS AND MERCHANTS
10.1 To be successful in the Ruapehu District road network contractors will need to build strong
relationships with local and regional sub-contractors and merchants. Volume 1 Part D Schedule
6 includes a list of companies who have indicated a desire to sub-contract. Council encourages
Participants to contact these firms and establish how they might be able to assist with niche or
seasonal resourcing.
11.0 RISK MANAGEMENT
11.1 The Ruapehu District Council roading network presents many challenges not often seen in a
single district. Contractors and Council need to work very closely together to manage the risks
associated with these challenges whether derived from seasonal demands, climatic and
geological conditions or insufficient funding.
Council wants to develop a risk management environment guided by the principle that risk is
allocated to those best able to manage it. To support this principle Council wants an environment
where pricing and management practices recognise the following:
11.1.1 Council accepts reasonable risks associated with the geography of the network e.g. accepting
a per km rate for materials cartage or site establishment;
11.1.2 Contractors accept and manage risks associated with work productivity and plant and
materials procurement;
11.1.3 Council and contractors work together to find efficiencies to mitigate the effect of inflation;
11.1.4 Council and contractors maintain a Contract Risk Register supported by a ‘no-surprises’
culture and reporting practices; and
11.1.5 Risk allocation and management is regularly reviewed to ensure it is meeting the changing
needs and demands of the network e.g. the impact of harvesting a forest block next to a low
volume unsealed road.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 19
12.0 PRICE AND COST MANAGEMENT
12.1 Council is proposing a significantly different approach to previous contracts in that there is a
fundamental change in focus on contract pricing to better allocate risk and to encourage a culture
and behaviours that will contribute to good contract outcomes.
12.2 Council is open to Participants suggestions for the best value approach to pricing. The pricing
schedules in Volume 5 provide for Participants to select either lump sum, periodic or measure
and value prices for most activities.
12.3 Council wants to ensure that pricing will be flexible over the longer term to reflect changes in
demand and risk profiles and therefore the mix of activities required. To help achieve this direct
and indirect overheads and profit margin will be separate items in the pricing schedule.
12.4 If Participants propose a pricing methodology that could transfer the risk of contractor inefficiency
back to the Principal then they will need to demonstrate in their Methodologies the Quality
Assurance processes they will instigate to ensure their service delivery is efficient and
productivity is maintained throughout the contract term.
12.5 For clarity, Aggregate (maintenance, M4, sealing chip) will be purchased directly from the
quarries by the Principle so that contractors should not consider aggregate price variations and
any associated impact on cashflow.
13.0 FORM OF CONTRACT AND LENGTH OF TERM
13.1 This RFP is being let on the basis that any contracts awarded will be under the terms and
conditions specified in NZS3910:2003. Details will be concluded during negotiations and an
outline of special conditions is attached under Volume 2.
13.2 Council is seeking approval from NZ Transport Agency (NZTA) to issue contracts with a
maximum term of eight years. The length of term agreed in detailed negotiations with preferred
Participants will reflect the value for money benefit Council will receive.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 20
PART C
RFP CONDITIONS FOR SUBMISSION
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 21
PART C - RFP CONDITIONS FOR SUBMISSION
14.0 VALUE FOR MONEY NETWORK MAINTENANCE
14.1 The aim of Ruapehu District Council in this process is to source and select a value based mix of
suppliers to deliver best for network infrastructure maintenance services requirements for up to
eight years from October 2014.
15.0 ACKNOWLEDGMENT
15.1 The Participant is required to acknowledge receipt of this RFP and to agree to the basis upon
which the RFP process is being undertaken by completing the acknowledgment form attached as
Volume 1 Part D Schedule 4 to this RFP and returning it to the address set out on the form by
5.00pm on 5 June 2014. The Participant shall advise on the acknowledgment form the name and
address of the person(s) authorised to communicate with Ruapehu District Council on behalf of
the Participant in relation to this RFP. The Participant acknowledges that Ruapehu District
Council shall not be obliged to deal with any person(s) other than the person(s) so authorised.
15.2 PARTICIPANT TO INFORM ITSELF FULLY
15.2.1 Every RFP Submission must be made on the basis that the Participant acknowledges that:
a) this RFP does not, and does not purport to, contain all the information that
Participants may need in making decisions about or relating to its RFP
Submission;
b) Ruapehu District Council is not responsible for any costs or expenses incurred by
the Participant or any other person in responding to or taking any other action in
relation to this RFP.
15.3 The information provided in this RFP and the requirements and obligations detailed in the
Services are based on assumptions made by Ruapehu District Council about future maintenance
services requirements, which may or may not prove correct in practice. Future maintenance
services requirements may vary significantly from current and historical requirements. The
Participant must make, and base, any RFP Submission entirely on its own independent
assessment of future maintenance services requirements.
15.4 Any information whatsoever provided by Ruapehu District Council to Participants has been
provided to assist Participants in preparing this RFP Submission, and Ruapehu District Council
does not represent or warrant the completeness or accuracy of such information.
16.0 COMMUNICATIONS, ADDITIONAL INFORMATION AND CLARIFICATIONS
16.1 All communications as to this RFP, or requests for clarifications or further information should be
directed to the RFP Administrator who is Ruapehu District Council’s authorised representative.
His contact details are as follows:
Cook Te Wano
Contracts Officer
Ruapehu District Council
Phone (07) 895 8188 Fax (07) 895 3256
Email: [email protected] (Insert ‘Road Maintenance RFP 002/2014’ in Subject Line)
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 22
16.2 Requests for clarification or additional information or for interviews with Ruapehu District Council
Officers must be made in writing and submitted to the RFP Administrator.
16.3 No other Ruapehu District Council employee, contractor or Ruapehu District Council elected
representative may be contacted concerning any aspect of this RFP process without the prior
express written permission of the RFP Administrator.
16.4 Unless expressly advised otherwise, no person other than the RFP Administrator has any
authority to provide information to Participants or answer questions in relation to the RFP
process.
16.5 Any instruction or information resulting from enquiries by the Participants may, at Ruapehu
District Council’s absolute discretion, be issued in writing to all Participants in the form of an
explanatory notice which will then become part of the RFP documents.
16.6 During the Evaluation Period, Ruapehu District Council may request meetings with Participants to
clarify any point of their RFP Submission or require further information.
16.6.1 Whether any such meeting is called is at the sole discretion of Ruapehu District Council.
16.6.2 Notes of any such meeting shall be taken and any points raised on the interpretation of the
RFP documents shall be included. The notes of any such meeting may, at Ruapehu District
Council’s absolute discretion, be issued in writing to all Participants in the form of an
explanatory notice.
16.7 Participants agree not to raise any claims or allegations against Ruapehu District Council that
they have been disadvantaged by any lack of information provided to them, or any ambiguities in
information provided to them as part of this RFP process.
16.8 The information furnished in the RFP Submission and during any interviews (if any) will be used
in assessing the Participant’s suitability to participate in any subsequent market process (if any is
undertaken following the RFP process).
16.9 Notwithstanding any other requirements of this RFP, Ruapehu District Council may require the
Participant to submit additional information to allow further clarification of the Participants RFP
Submission.
16.10 Should the Participant fail to submit any of the information so required by the date and time
stipulated by Ruapehu District Council, the RFP Submission may be rejected, without
consideration or considered and rejected due to lateness.
17.0 FORM OF RFP SUBMISSION
17.1 Participants should submit their RFP Submission as follows:
General
Participants should use the forms provided and attached under Volume 1 Part D and
Volume 5 – schedules. An electronic copy of the forms will be provided on receipt of the
acknowledgment form (see Volume 1 Part E).
Participants are required to submit their proposals in two envelopes. Please refer to
Volume 1 Part A for details.
Each envelope should then be submitted within a third envelope. Please see Volume 1
Part A for details.
Envelope one – Participants submissions on skills (team) and methodology.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 23
Envelope two - The Price, Fee and schedule of rates as specified in Volume 4 and Volume 5 of
this RFP
17.2 Participants must address the Evaluation Attributes described in Volume 1Part C, clause 19 of
this RFP.
17.3 Participants must complete and return the following:
17.3.1 Acknowledgement.
17.3.2 Statement of departures
17.4 RFP Submissions may be submitted jointly by two or more organisations. Ruapehu District
Council would prefer that one member of any consortia be nominated as the lead provider.
17.5 The RFP Submission must be signed by an authorised signatory or signatories, where there is
more than one participant, of the Participant.
17.6 The RFP Submission must be signed by an authorised signatory of the Participant.
18.0 SUBMISSION OF RFP SUBMISSIONS
18.1 RFP Submissions will be accepted up until the Closing Date. RFP Submissions must be
submitted by delivery to Ruapehu District Council.
The address for delivery is:
Tender Box
Ruapehu District Council
59-63 Huia Street
Taumarunui 3920
There will not be a public opening of RFP Submissions.
18.2 All RFP Submissions received by Ruapehu District Council, including any subsequent
clarification, will be retained (and may be subsequently destroyed) by Ruapehu District Council.
18.3 Participants must submit an original and five identical bound copies of any RFP Submission in
hard copy (paper) format. Participants must also submit a PDF electronic version on a USB stick.
18.4 RFP Submissions must be enclosed in a sealed envelope endorsed with the following:
PROVISION OF ROAD MAINTENANCE SERVICES TO THE RUAPEHU DISTRICT
COUNCIL
RFP reference 002/2014
Closing Date: NOON 20 June2014
Participant’s name, contact person details and address for communications.
18.5 RFP Submissions sent by e-mail or facsimile will not be accepted.
19.0 EVALUATION PROCESS
19.1 The proposed Evaluation Process is described in Volume 1 Part D Schedule 2.
20.0 EVALUATION METHODS AND ATTRIBUTES
20.1 Evaluation methods:
Submissions will be evaluated using the Price Quality method
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 24
Council will use the guidelines given in the NZTA Procurement Manual to guide the evaluation
processes.
20.2 Evaluation criteria
Ruapehu District Council’s nominated Evaluation Team will examine each RFP Submission in
accordance with (but not limited to) the following attributes:
Attribute Attribute Description Weighting (%)
Price Priced Schedule(s) 40%
Relevant skills The competence of the team that the supplier is proposing in
areas relevant to the outputs being procured
20%
Methodology The procedures and approach that the supplier proposes to
deliver the specified outcome or outputs
20%
RDC alignment The supplier’s alignment to RDC culture, values, outcomes
and fit with the team
20%
20.3 Participants must ensure that all information that they wish to have considered is included in their
RFP Submission.
21.0 LATE PROPOSALS POLICY
21.1 Ruapehu District Council reserves the right to consider late RFP Submissions.
21.2 Any RFP Submission lodged after the Closing Date will be taken to be late.
21.3 If an RFP Submission is taken to be late, Ruapehu District Council may, in its absolute discretion,
invite the Participant to provide it with explanatory evidence as to the reasons for the delay.
21.4 The decision to consider a late RFP Submission or exclude it from consideration will generally be
based on the circumstances surrounding the submission and the receipt of the late RFP
Submission. An important issue for Ruapehu District Council in this regard will be whether the
Participant is likely to have had an opportunity to obtain some unfair advantage from late
submission.
22.0 FREEDOM OF INFORMATION
22.1 Participants will be aware that the Local Government Official Information and Meetings Act 1987
gives members of the public rights to access official documents of Ruapehu District Council. If a
Participant wishes to withhold any information provided as part of its RFP Submission from the
Public it should clearly identify the areas not to be disclosed and identify the reasons for
withholding this information in terms of the Local Government Official Information and Meetings
Act 1987.
23.0 DISCLOSURE OF CERTAIN INFORMATION
23.1 Notwithstanding the above, the following information will be made publicly available:
a) The names of the Participants;
b) Description of the Services the Participants are proposing to provide;
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 25
c) Details of the RFP process, and any changes to the process.
24.0 IMPORTANT NOTICES AND BASIS OF PARTICIPATION
24.1 This RFP is issued by Ruapehu District Council.
24.2 This RFP is not an offer to enter into a contract.
24.3 The dates given are indicative dates only and it may be necessary to change these from time to
time to ensure a fair and robust process. Ruapehu District Council will endeavour to keep the
Participants advised of any changes as promptly as possible.
24.4 Ruapehu District Council reserves the right to:
24.4.1 Change the RFP process (including proposed evaluation methodology) at any time;
24.4.2 Terminate the RFP process at any time;
24.4.3 Not progress this RFP process through to the negotiation of supplier contracts;
24.4.4 Waive any irregularities or informalities in the RFP process, or in a RFP Submission;
24.4.5 Amend this RFP, or any associated documents;
24.4.6 Accept or reject any RFP Submission including tagged, non-conforming or alternative RFP
Submissions, and select any Participant or other party (whether or not that party was involved
in this RFP process) to proceed to the next phase, at its discretion.
24.5 The Participant expressly agrees that:
24.5.1 It did not use the improper assistance of Ruapehu District Council employees or ex-
employees, or information unlawfully obtained from Ruapehu District Council in compiling its
RFP Submission;
24.5.2 It is responsible for all costs and expenses arising from or related to:
The preparation and lodgement of its RFP Submission;
Any subsequent negotiation; or
Any other action or response in relation to this RFP.
24.5.3 It is responsible for all costs and expenses incurred by the Participant (or any other person
acting in connection with the proposal of the Participant) in relation to the RFP process and
that it assumes the risk that Ruapehu District Council may at any time exercise any or all of
the rights and discretions reserved to Ruapehu District Council in this RFP;
24.5.4 No legal or other obligations shall arise between the Participant and Ruapehu District Council
in relation to the conduct or outcome of the RFP process. It shall not have any rights against
Ruapehu District Council of any nature whatsoever arising from the RFP process and that
accordingly, it shall not make any claim of any nature against Ruapehu District Council,
including but not limited to seeking to recover from Ruapehu District Council (or any other
person associated with Ruapehu District Council) any costs incurred in the RFP process or in
respect of any lost expectation of profits;
24.5.5 That following the RFP process Ruapehu District Council may:
a) enter into negotiations with a preferred Participant; or
b) conclude this RFP process without negotiating or awarding all or any contracts.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 26
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 27
PART D
SCHEDULES
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 28
PART D SCHEDULE 1 - RFP Response Forms
Participants are required to submit their responses on the forms provided. An electronic version of the
forms will be provided on receipt of the acknowledgment form (Volume 1 Part D Schedule 4 attached).
Please note:
Participants must complete a separate set of forms for each of the contracts packages they are
submitting for. If information is the same for different contract packages then Participants may
simply ‘cut and paste’ duplicate information from one set to the next;
The executive summary form is a ‘free form’ template where Participants may highlight important
aspects of their proposal(s)
Notes to completing the forms:
Each page of each form should have the Participants name and Contract Package name inserted
into the header
Participants should not alter font or font size
Participants may add tabs or other markers that will help evaluators find information in their
printed copies of the submissions
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 29
PART D SCHEDULE 2 – Evaluation and Negotiation process
Evaluation Team
Name Role
Tim Munro (Infracure) Evaluation Team Facilitator (non-scoring)
Warren Furner (RDC) Land Transport Manager - evaluator
Roger Coles (GHD) NZTA qualified evaluator
Stephen Fletcher (GHD) Evaluator
Andrea Nicol (RDC) Evaluator
Evaluation
The evaluation team will review the non price submissions (Envelope 1) and make an initial desk top
evaluation. The evaluation team will meet and agree initial scores and if necessary a majority vote will be
used to agree those scores. Any non – qualifying suppliers will be eliminated and advised.
Qualifying suppliers will then be interviewed and a final score agreed. Participants should note that
Council may invite other stakeholders to the interview as observers.
During this period independent staff or advisors will review the contents of all of the priced submissions
(Envelope 2) and resolve any anomalies with suppliers to give confidence that a like for like comparison
can be made.
Following non price evaluation suppliers will be given a supplier quality premium (SQP) based on their
non price score and calculated using the engineers estimate. This step may require an assessment of
the internal costs Council will incur or save in managing the contracts that may be added to or deducted
from the SQP as appropriate.
The price submissions (Envelope 2) will then be reviewed and adjusted for the SQP as appropriate.
Council will also calculate and consider the cost and benefit of managing the highest scoring contract
packages and whether any bundling should be considered.
The evaluation team will then review the overall result and determine if there are any further
considerations in terms of mix of services and contracts that will yield better value for Council and why –
including a final assessment of the cost of managing the preferred mix of contracts.
The Evaluation team will finalise the list of preferred suppliers to be invited to the detailed negotiation
stage.
Participants please note: the final evaluation may result in the highest scoring submission for a
single service being rejected in favour of an overall bundle of services that offers better value in
terms of Total Cost of Ownership – or vice versa.
This will conclude the evaluation period and the negotiation period will commence.
Negotiation
Preferred suppliers identified in the evaluation process may be invited to participate in a detailed
negotiation.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 30
The purpose of the negotiation is to agree the following for the contract package or bundle of packages
being considered:
Details of methodology and contract team;
Details of price and price methodology; and
Contract terms and conditions. This will include a legal review as appropriate.
Following a successful negotiation preferred suppliers will then be recommended to Council to be
awarded a contract for services. If the negotiation is unsuccessful then Council will consider its options
which include (but are not limited to):
Conclude this RFP process without negotiating or awarding any contracts; or
Entering into negotiations with the next highest scoring Participant(s).
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 31
PART D SCHEDULE 3 – Evaluation attributes, weightings and scoring
Attribute Attribute Description Weighting (%)
Price Priced Schedule(s) 40%
Relevant skills The competence of the team that the supplier is proposing in
areas relevant to the outputs being procured
20%
Methodology The procedures and approach that the supplier proposes to
deliver the specified outcome or outputs
20%
RDC alignment The supplier’s alignment to RDC culture, values, outcomes
and fit with the team
20%
Scoring methodology
Score Description
90,95 or 100 Demonstrates exceptional compliance or ability to convey exceptional provision (or
added value) of the requirement
75,80 or 85 Requirements are fully covered in all material aspects
60,65 or 70 Requirements are adequately covered
50 or 55 Adequate with some deficiencies (or risks) that are not likely to have any adverse
effect
40 or 45 Barely adequate (with significant risks)and would need considerable improvement in
this attribute if selected
35 or less Total non-compliance or inability (or unresolvable risks) to convey provision of the
requirement
Note: for clarity, Participants are advised that a score of 35 or less in any attribute will result in that
submission being rejected and evaluation discontinued.
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 32
PART D SCHEDULE 4 – Acknowledgement Form
RUAPEHU DISTRICT COUNCIL
REQUEST FOR PROPOSAL FOR THE PROVISION OF
ROAD MAINTENANCE SERVICES
Request for Proposal ACKNOWLEDGEMENT FORM
We acknowledge receipt of your RFP dated 26 May 2014
We acknowledge and agree to conform with the RFP process and accept the basis upon which
Ruapehu District Council is undertaking the RFP process as set out in the RFP.
We will / will not attend a Participants interview during the week ending 13 June 2014. There will
be …….(insert number) attendees from our organisation.
We nominate the following person(s) to communicate with Ruapehu District Council on our behalf
in relation to the RFP and our RFP Submission:
Name of Person(s):
Position of Person(s):
Firm:
Address:
Telephone Number:
Email address:
For and on behalf of:
Authorised signatory
Name of firm and name of authorised signatory
PLEASE RETURN THIS ACKNOWLEDGEMENT FORM TO Cook Te Wano ([email protected])
or 59-63 Huia Street, Taumarunui BY 5pm 5 June 2014
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 33
PART D SCHEDULE 5 – Statement of Departures
RUAPEHU DISTRICT COUNCIL
REQUEST FOR PROPOSAL FOR THE PROVISION OF
ROAD MAINTENANCE SERVICES
Statement of Departures
1. There are no departures from the requirements of the RFP.
or
2. There are departures from the requirements of the RFP. The departures are described in the
attached table.
For and on behalf of:
Authorised signatory
Name of participant and name of authorised signatory
STATEMENT OF DEPARTURE
Description of the departure RFP Reference RFP Submission
Reference
Insert additional rows if required
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 34
PART D SCHEDULE 6 – List of Sub-Contractors
1.0 General Maintenance
Company Contact Name Email Land Line Cellphone Comments
Active Bridge Joints Ltd Jim Carson [email protected] 06 368 3522 027 686 8222
Dean Stewart Builders & Contractors Dean Stewart [email protected] 0800 004 488 0274 904 760
Doug Maclean Contracting Doug Maclean [email protected] 0274 445 981 / 027 240 1090
Downer Tony Hapi [email protected] 07 895 7186 027 748 1185
Fulton Hogan Bob Wilson [email protected] 027 33 55 334
George Conrad George Conrad 07 894 5822 Tree felling
Hiways Group Ltd Alton Johnston [email protected] 09 426 3419 021 719 043 pavement
stabilisation
Jeff Holdings Ltd Ewan Fraser [email protected] 07 894 5816 whole rock quarry
eg Rip Rap for flood
damage
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
Matiere Earthmoving Ltd Andrew Clark [email protected] 07 893 7889
McIntosh Excavators Paul Keenan [email protected] 0274 494 160
Middle Road Metal Supplies Phil Garland 0274 811 375
Mulch & Mow Ltd Duane Crow [email protected] 06 278 1441 0274 572 750
Murumuru Farms Ashley Cole 0274 340 217
Nottage Rabbit Nottage [email protected] 021 111 6514
Rhodes Contracting Ricky Rhodes [email protected] 06 385 8535 0274 32 32 10
Richard Fleury Ltd Richard Fleury [email protected] 027 241 3412
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 35
Company Contact Name Email Land Line Cellphone Comments
Riverview 2006 Ltd Maika Rauhina [email protected] 027 358 2079
Robert Carter Robert Carter [email protected] 07 896 7020
Rocket Excavations Ltd Matt Simm [email protected] 07 896 6955 027 421 0014 Emergency works,
supply and
construct rock walls,
minor
improvements
RST Environmental Solutions Robert Coulson [email protected] 021 661 258 Retaining walls and
hydroseeding
Ruapehu Civil Ltd John Kahu [email protected] 07 896 8712 0274 432 300
Steele Farming Anna Steele [email protected] 07 895 7470 021 1877391 Area of interest -
Oio & Retaruke (Oio
Road from
Mangaorakei Road
to the Lower
Retaruke)
Taumarunui Hire Barry Day 07 895 8558
TPP Contracting Ltd Russell Le Quesne [email protected] 07 896 8442 0274 975 945 Also interested in
Ohakune Mountain
Road work. Not
available for winter /
wet weather work
due to commitments
on mountain
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 36
2.0 Sealed Pavement Maintenance
Company Contact Name Email Land Line Cellphone Comments
Dean Stewart Builders & Contractors Dean Stewart [email protected] 0800 004 488 0274 904 760
Downer Tony Hapi [email protected] 07 895 7186 027 748 1185
Fulton Hogan Bob Wilson [email protected] 027 33 55 334
Hiways Group Ltd Alton Johnston [email protected] 09 426 3419 021 719 043 pavement stabilisation
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
McIntosh Excavators Paul Keenan [email protected] 0274 494 160
Middle Road Metal Supplies Phil Garland 0274 811 375
Nottage Rabbit Nottage [email protected] 021 111 6514 Footpaths
Parata Construction Ltd Hira Pirata [email protected] 0274 981 725
Riverview 2006 Ltd Maika Rauhina [email protected] 027 358 2079
Rocket Excavations Ltd Matt Simm [email protected] 07 896 6955 027 421 0014 Emergency works, supply and
construct rock walls, minor
improvements
Ruapehu Civil Ltd John Kahu [email protected] 07 896 8712 0274 432 300
Taumarunui Hire Barry Day 07 895 8558
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 37
3.0 Unsealed Pavement Maintenance
Company Contact Name Email Land Line Cellphone Comments
Byfords Construction Ltd Sam De Vries [email protected] 027 497 1001
Downer Tony Hapi [email protected] 07 895 7186 027 748 1185
Fulton Hogan Bob Wilson [email protected] 027 33 55 334
Jilesen Contractors Ltd Tony Jilesen [email protected] 0274 972 501
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
Middle Road Metal Supplies Phil Garland 0274 811 375
Murumuru Farms Ashley Cole 0274 340 217
Parata Construction Ltd Hira Pirata [email protected] 0274 981 725
Rhodes Contracting Ricky Rhodes [email protected] 06 385 8535 0274 32 32 10
Riverview 2006 Ltd Maika Rauhina [email protected] 027 358 2079
Ruapehu Civil Ltd John Kahu [email protected] 07 896 8712 0274 432 300
Stringfellow Contracts Graeme De Rose [email protected] 027 2818 450
Taumarunui Hire Barry Day 07 895 8558
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 38
4.0 Vegetation Control
Company Contact Name Email Land Line Cellphone Comments
Agspec Services Ltd Robert Meehan [email protected] 07 895 7555 027 224 7732
Cape Mowing Ltd Al Greenway [email protected] 06 758 8251 027 479 5692
Evergreen Landcare Malcolm Smith [email protected] 021 457 503
George Conrad George Conrad 07 894 5822 Tree felling
Green Stream Weed Control Nigel Atkinson [email protected] 0274 745 624
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
Matiere Earthmoving Ltd Andrew Clark [email protected] 07 893 7889
Mulch & Mow Ltd Duane Crow [email protected] 06 278 1441 0274 572 750
Taumarunui Hire Barry Day 07 895 8558
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 39
5.0 Heavy Maintenance and Improvements
Company Contact Name Email Land Line Cellphone Comments
Dean Stewart Builders & Contractors Dean Stewart [email protected] 0800 004 488 0274 904 760
Doug Maclean Contracting Doug Maclean [email protected] 0274 445 981 /
027 240 1090
Emmetts Civil Construction Ltd Jeremy Emmett [email protected] 06 349 1788 027 208 7560
Fulton Hogan Bob Wilson [email protected] 027 33 55 334
George Conrad George Conrad 07 894 5822 Heavy equipment
Hiways Group Ltd Alton Johnston [email protected] 09 426 3419 021 719 043
Jeff Holdings Ltd Ewan Fraser [email protected] 07 894 5816 whole rock quarry eg Rip Rap
for flood damage
Jilesen Contractors Ltd Tony Jilesen [email protected] 0274 972 501
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
Kururau Contracting Dave Porritt [email protected] 0274 841 675
Matiere Earthmoving Ltd Andrew Clark [email protected] 07 893 7889
Middle Road Metal Supplies Phil Garland 0274 811 375
Mike Collier Contracting Mike Collier [email protected] 07 892 2858 0274 036 497
Murumuru Farms Ashley Cole 0274 340 217
Rhodes Contracting Ricky Rhodes [email protected] 06 385 8535 0274 32 32 10
Riverview 2006 Ltd Maika Rauhina [email protected] 027 358 2079
Robert Carter Robert Carter [email protected] 07 896 7020
Rocket Excavations Ltd Matt Simm [email protected] 07 896 6955 027 421 0014 Emergency works, supply and
construct rock walls, minor
improvements
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 40
Company Contact Name Email Land Line Cellphone Comments
RST Environmental Solutions Robert Coulson [email protected] 021 661 258 Retaining walls and
hydroseeding
Ruapehu Civil Ltd John Kahu [email protected] 07 896 8712 0274 432 300
Steele Farming Anna Steele [email protected] 07 895 7470 021 1877391 Area of interest - Oio & Retaruke
(Oio Road from Mangaorakei
Road to the Lower Retaruke)
Taumarunui Hire Barry Day 07 895 8558
TPP Contracting Ltd Russell Le Quesne [email protected] 07 896 8442 0274 975 945 Also interested in Ohakune
Mountain Road work. Not
available for winter / wet
weather work due to
commitments on mountain
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 41
6.0 Pavement Rehabilitation
Company Contact Name Email Land Line Cellphone Comments
Downer Tony Hapi [email protected] 07 895 7186 027 748 1185
Fulton Hogan Bob Wilson [email protected] 027 33 55 334
Hiways Group Ltd Alton Johnston [email protected] 09 426 3419 021 719 043 pavement stabilisation
J & J Walters Ltd Andrew Walters [email protected] 027 289 2120
Jilesen Contractors Ltd Tony Jilesen [email protected] 0274 972 501
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
Parata Construction Ltd Hira Pirata [email protected] 0274 981 725
Ruapehu Civil Ltd John Kahu [email protected] 07 896 8712 0274 432 300
Stringfellow Contracts Graeme De Rose [email protected] 027 2818 450
Taumarunui Hire Barry Day 07 895 8558
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 42
7.0 Reseals
Company Contact Name Email Land Line Cellphone Comments
Downer Tony Hapi [email protected] 07 895 7186 027 748 1185
Fulton Hogan Bob Wilson [email protected] 027 33 55 334
J & J Walters Ltd Andrew Walters [email protected] 027 289 2120
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
Parata Construction Ltd Hira Pirata [email protected] 0274 981 725
Taumarunui Hire Barry Day 07 895 8558
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 43
8.0 Capital Bridge Repairs
Company Contact Name Email Land Line Cellphone Comments
Active Bridge Joints Ltd Jim Carson [email protected] 06 368 3522 027 686 8222
Dean Stewart Builders & Contractors Dean Stewart [email protected] 0800 004 488 0274 904 760
Downer Tony Hapi [email protected] 07 895 7186 027 748 1185
Emmetts Civil Construction Ltd Jeremy Emmett [email protected] 06 349 1788 027 208 7560
Fulton Hogan Bob Wilson [email protected] 027 33 55 334
Jilesen Contractors Ltd Tony Jilesen [email protected] 0274 972 501
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
McIntosh Excavators Paul Keenan [email protected] 0274 494 160
Mike Collier Contracting Mike Collier [email protected] 07 892 2858 0274 036 497
Richard Fleury Ltd Richard Fleury [email protected] 027 241 3412
Ruapehu Civil Ltd John Kahu [email protected] 07 896 8712 0274 432 300
Taumarunui Hire Barry Day 07 895 8558
Ruapehu District Council Road Maintenance Term Service Contracts
RFP Road Maintenance 002/2014 Volume One Page 44
10.0 Roadside Plant Pest Control
Company Contact Name Email Land Line Cellphone Comments
Agspec Services Ltd Robert Meehan [email protected] 07 895 7555 027 224 7732
Cape Mowing Ltd Al Greenway [email protected] 06 758 8251 027 479 5692
Evergreen Landcare Malcolm Smith [email protected] 021 457 503
Green Stream Weed Control Nigel Atkinson [email protected] 0274 745 624
Johnstone & Masters Ltd Dennis Curtis [email protected] 07 362 8636
Matiere Earthmoving Ltd Andrew Clark [email protected] 07 893 7889
Mulch & Mow Ltd Duane Crow [email protected] 06 278 1441 0274 572 750
Robert Carter Robert Carter [email protected] 07 896 7020
Taumarunui Hire Barry Day 07 895 8558