Mai
nten
ance
Spe
cific
atio
n
PBC-01 ‘BAY ROADS’
Maintenance Specification 1 Contents
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS (i)
1. General Requirements MS 11
1.1 Contract Description MS 11 1.2 Limit of Works MS 55 1.3 Handover and Handback MS 88 1.4 Ownership MS 99 1.5 Cost Recovery MS 109 1.6 Preventive Maintenance and Minor Safety Works MS 1010 1.7 Incident Response MS 1110 1.8 Additional Works MS 1111 1.9 Other Contractors MS 1211 1.10 Additional Assets MS 1312 1.11 Asset Information MS 1313 1.12 Working Hours MS 1413 1.13 Existing Services MS 1413 1.14 Publications and Standards MS 1414 1.15 Electricity MS 1514 1.16 Stockpile and Disposal Areas MS 1514 1.17 Underslip Minimum Repair Standard (Road Groups 3 to 7) MS 1615 1.18 WBoPDC Call Centre MS 1716 1.19 Corporate Documentation MS 1716
2. Management Performance Measures MS 1817 2.1 Definitions MS 1817 2.2 Meetings and Reporting MS 1817 2.3 Quality Control – Management Plans MS 1918 2.4 Quality Control – Implementation MS 1918 2.5 Asset Management MS 2019 2.6 Treatment Design MS 2019 2.7 Planning MS 2221 2.8 Network Control MS 2221 2.9 Customer Satisfaction Index (CSI) MS 2322
3. Key Performance Measures MS 2423 3.1 Definitions MS 2423 3.2 Key Performance Measure Year 0 Benchmark MS 2524 3.3 Roughness MS 3028 3.4 Texture MS 3430 3.5 Skid Resistance MS 3732 3.6 Rutting MS 4135 3.7 Surfacing and Pavement Defects MS 4135 3.8 Surfacing MS 4438 3.9 Structural Condition (Sealed) MS 4841 3.10 Structural Condition (Unsealed) MS 5043 3.11 Dust MS 5144 3.12 Bridge Structure Maintenance MS 5144 3.13 Drainage Structure Maintenance MS 5648 3.14 Minor Structure Maintenance MS 5950
Maintenance Specification 1 Contents
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS (ii)
3.15 Carriageway Lighting MS 6152 3.16 Rural Flag Lighting MS 6555 3.17 Rural Bus Shelter MS 6656 3.18 Footpaths MS 6757 3.19 Safety Performance MS 6959 3.20 Accidents MS 7059 3.21 Visibility MS 7060 3.22 Urban Trees MS 7161 3.23 Carriageway Width MS 7262
4. Operational Performance Measures MS 7463 4.1 Definition MS 7463 4.2 Pavement MS 7563 4.3 Shoulders MS 7966 4.4 Detritus MS 8067 4.5 Routine Bridge Maintenance MS 8268 4.6 Routine Drainage Structure Maintenance MS 8570 4.7 Routine Minor Structure Maintenance MS 8772 4.8 Vegetation Control & Maintenance MS 8873 4.9 Signs MS 9276 4.10 Edge Marker Posts MS 9578 4.11 Raised Pavement Markers MS 9779 4.12 Sight Rails MS 9880 4.13 Barriers MS 9981 4.14 Pavement Lines and Markings MS 10082 4.15 Carriageway and Pedestrian Lighting MS 10182 4.16 Rest Area Furniture MS 10183 4.17 Litter Removal - Rural MS 10283 4.18 Litter Control - Urban MS 10284 4.19 Street Cleaning MS 10385 4.20 Recreational & Pedestrian Facilities Maintenance MS 10586 4.21 Footpaths MS 10586 4.22 Incident Response MS 10687 4.23 Other Operational Performance Measures MS 10788
5. Compliance Monitoring MS 10889 5.1 Objectives MS 10889 5.2 Benchmark Condition MS 10990 5.3 Compliance Monitoring MS 11191 5.4 Non-Compliance System MS 11998
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 1
1 1. General Requirements
1.1 Contract Description
The scope of the PBC-01 ‘Bay Roads’ includes the provision of all products and services associated with the planning and delivery of network maintenance activities for the combined Western Bay of Plenty District Council (WBoPDC) and Transit New Zealand (Transit) roading networks in the Western Bay of Plenty region. The WBoPDC network comprises approximately 712km of sealed and 330km of unsealed road including 125km of urban road with a speed limit of 70 kph or less. Transit’s roading network length consists of approximately 122km of State Highway including approximately 8km of urban State Highway with a speed limit of 70 kph or less.
The PBC is a single contract which will replace existing road management and maintenance contracts in the Western Bay of Plenty region. The PBC seeks to maximise the skills, expertise, innovation and systems of the roading industry to provide better outcomes and thus better value for money.
Fundamental to the concept of performance based contracting is the need for a cooperative approach by the contracting parties. The conditions of contract seeks to remove the traditional adversarial relationship between Principal, consultant and contractor.
To achieve the objectives of compliance monitoring within the PBC environment the Contractor implements its own compliance monitoring system to monitor its performance and to demonstrate compliance with Performance Criteria throughout the term of the PBC sufficient to stand scrutiny under review by the Superintendent or those nominated by the Superintendent. The output from the Contractor’s compliance monitoring system does not provide a direct input into the non compliance system based on the issue of non compliance notices by the Superintendent (refer Maintenance Specification Clause 5.4).
Certain data collection required by the Contractor for compliance demonstration is identified as to be collected via an independent data collection contract jointly commissioned by the Principal and the Contractor (refer Maintenance Specification Clause 3.1.1). The Contractor’s demonstration of compliance resulting from the data output from the data collection contract and specifically required Contractor’s inspections will provide a direct input into a non compliance system
The Superintendent will also review the Contractor’s systems, procedures and records and may inspect the Assets. The Principal may contract, at its cost, with an independent party to conduct formal inspections of the Contractor’s performance, annually or as otherwise required by the Superintendent. The Superintendent’s reviews and Superintendent commissioned inspections and reviews will provide a direct input into a non compliance system.
The PBC is a lump sum contract. The tendered lump sum includes all costs to: • bring the Assets to the contracted standard
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 2
1 • provide all inspections (other than the Principal’s cost component of the
jointly commissioned data collection contract) • manage the integrity of the Assets through a cost effective long term
maintenance strategy; and • provide identification, programming, prioritization and delivery of
maintenance services necessary to achieve specified Performance Criteria
Monthly payments will be made to the Contractor for the Services throughout the term of the contract, in accordance with Basis of Payment Clause 2.1. Payment is independent of actual works and services provided but may vary within specified margins to reflect the Contractor’s performance in specific areas and subject to other adjustments provided for in the Contract Documents.
Innovation is strongly encouraged under the PBC. The Contractor is expected to develop innovative ways of providing the Services and achieving the Performance Criteria.
A risk is an uncertain event which when it occurs, may have a material effect on the extent of the Services to be performed by the Contractor or on the cost to the Contractor of performing the Services. The Principal is seeking to achieve price certainty with regard to the PBC. In this regard the Principal seeks to allocate risks to the party best able to manage it. Except where explicitly stated to the contrary in Appendix A1.1 the Contractor bears all risk in the lump sum tendered price.
1.1.1 Services
The Services include the provision of all products and services required to achieve the Performance Criteria and other requirements as set out in the Contract Documents. This includes, but is not limited to:
a) the receipt of the Assets and records from the existing service suppliers and, at the completion or termination of the Contract, handover of the Assets and records, in a format as determined by the Principal, to the incoming contractors
b) professional services including reporting and annual plans, development and implementation of management plans, resource management planning, asset management, safety management, design of maintenance and rehabilitation treatments, all of which must reflect the Performance Criteria
c) safety auditing of treatments incorporating alteration of the road environment
d) acting as the Principal’s local representative for all roading related inputs e.g.: as built information, services plans, permit processing etc.
e) receiving, logging, processing and reporting on all enquires received via the WBoPDC call centre
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 3
1 f) responding to public requests, complaints and feedback (customer care and
ancillary services)
g) all network control activities in accordance with the Maintenance Specification
h) damage repair cost recovery
i) incident response
j) detailed structural inspection and structural repairs to bridges, drainage, minor and other structures located within road groups 3 to 7
k) rating of bridges within road groups 3 to 7 for overload capacity
l) installation, maintenance and removal of emergency temporary bridging within road groups 3 to 7
m) overweight and over-dimensioned vehicle permitting for road groups 3 to 7
n) all routine and periodic maintenance and associated activities
o) all traffic services maintenance and associated activities
p) rehabilitation, resurfacing and area wide treatment work
q) preventive maintenance and minor safety work in accordance with Maintenance Specification, Clause 1.6
r) specific Asset development works for road groups 3 to 7.
s) street cleaning, gardening and litter control in urban areas, including special cleanings after new years eve celebrations, Christmas parades, festivals and other events
t) maintenance of pedestrian facilities including bus shelters, seats, segmental pavers and unsealed accessways, carparks, rest areas and footpaths
u) compliance monitoring and performance appraisal activities, including assisting the Principal to conduct an annual appraisal of the Contract
v) provision of a team member for crash reduction studies undertaken by the Principal on road groups 1 and 2.
w) other activities on the network.
The Services specifically exclude:
i) installation and maintenance of traffic signals, speed camera detectors, existing Transit New Zealand traffic counting station detectors and recorders,
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 4
1 barrier arms and associated signals, variable message signs, emergency telephones and closed-circuit televisions/cameras
ii) asset preservation maintenance of projects, whilst they are in a defects liability period and the subject of other separate and discrete projects (refer to Maintenance Specification Clause 1.9.2)
iii) detailed structural inspection and structural repairs to bridges and large culverts located within road groups 1 and 2 (the provision of these services may be negotiated, through the Management Board, at a later date)
iv) major capital improvement projects other than those specifically identified within the Contract Documents; and
v) strategy studies
1.1.2 Contract Objectives
The objectives of the PBC are for the Contractor and Principal to work with the Management Board to: a) provide a safe and efficient network with the highest level of availability to road
users and which satisfies stakeholder expectations b) achieve the Performance Criteria while preserving the lump sum c) achieve best value for money for roading network maintenance d) improve the quality of the network through improvement of delivery methods e) accept and manage risk f) lead the industry in introducing and trialing innovative methods and practices
and the dissemination of information g) establish and promote a co-operative culture which recognises the aspirations
of the Principal and the Contractor h) mitigate the effects of growth
1.1.3 Contract Outcomes
The Principal’s overall objective to provide a safe and efficient network with the highest level of availability to road users and which satisfies stakeholder expectations is underpinned by the following eight outcomes.
The outcomes are:
a) Safety – Foster a network for road users and to support innovation in the development of techniques that: • manage traffic safely
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 5
1 • provide road users with realistic perceptions of danger • provide consistent, safe and forgiving road environment with no surprises for
road users • provide a safe working environment for maintenance and construction
activities
b) Network Protection - Limit and rationalise accessways to protect the efficiency of the road network and control signs, glare, lighting and vegetation
c) Environment and Aesthetics - To avoid, remedy or mitigate, as far as possible, the adverse effects of road maintenance and construction activities and road use on the environment
d) Asset Management - Optimise long term road maintenance to achieve desirable long term condition and mitigate against the effects of traffic growth
e) Preventive Maintenance - Protect the long term reliability of the road network by proactive and innovative preventive maintenance
f) Contract Delivery - Use a systems approach to deliver the Services within the lump sum
g) Culture - Encourage a co-operative environment for all parties involved in the contract to achieve the necessary outcomes
h) Services - Improve reliability of travel, minimise travel disruptions and keep road users informed.
1.1.4 Specific Requirements
The Performance Criteria which underpin the outcomes are described in Maintenance Specification, Sections 22 – 55 inclusive. They include the:
a) Management Performance Measures, (see Maintenance Specification, Section 22)
b) Key Performance Measures, (see Maintenance Specification, Section 33)
c) Operational Performance Measures, (see Maintenance Specification, Section 44)
d) Compliance Monitoring, (see Maintenance Specification, Section 55)
1.2 Limit of Works
Appendix A5 sets out the Carriageway Sections, as defined in the RAMM database, within the Limit of Works at year 0 of the Contract for the PBC-01 ‘Bay
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 6
1 Roads’ comprising the combined WBoPDC and Transit roading networks in the Western Bay of Plenty region.
The road network on Matakana Island and that within the Tauranga City Council region are not included within the Limit of Works.
As is identified within the risk allocation in Appendix A1.1 the Limit of Works may expand over the duration of the of the PBC with additional Assets in the form of subdivisional roads and associated assets, earth retaining structure and bridges.
For the purposes of this Contract the lateral Limit of Works is the legal road reserve boundaries as defined in Terralink’s Terraview Version 4 except where:
a) for road groups 1 and 2 an existing fence line lies within the road reserve boundary, the Limit of Works shall be defined by the fence line
b) for road groups 1 to 7 the existing road is located only partly within the legal road reserve, the Limit of Works shall be defined by the existing fence line, the top of a cut batter or toe of a fill batter, whichever is of greater offset from the road centreline but extending to and inclusive of drainage and/or stabilising berms and the inlet or outlet structures of any culverts under the road.
Appendix A1.2 lists the land entry agreements that have been made for access into adjoining properties to complete routine maintenance work. The Contractor must comply with the specific requirements of each agreement.
1.2.1 Road Groups
Each Carriageway Section within the Limit of Works is categorised as within a road group from 1 to 7. This categorisation is primarily based on the function and/or traffic exposure of the Carriageway Section under consideration in accordance with the following:
State Highway Carriageway Sections within the Limit of Works are either categorised as within road group 1 or road group 2. State Highway north of Paengaroa are categorised as road group 1 including State Highways 2 and 29. State Highway south of Paengaroa are categorised as road group 2 including State Highway 2 and 33. As the State Highways categorised as road group 1 typically have a higher exposure to traffic than those categorised as road group 2 they are generally required to be maintained to a relatively higher standard as per the respective Performance Criteria.
Unless otherwise negotiated by the Management Board, the road grouping of the State Highway Carriageway Sections are fixed for the duration of the Contract.
WBoPDC local road Carriageway Sections within the Limit of Works are categorised as within a road group from 3 to 7. This categorisation is in accordance with the Average Daily Traffic (ADT) being the statistical mean of averaged daily traffic counts from the three calendar years prior (refer Table
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 7
1 1.2.1) as taken from the RAMM Carriageway Table. Consequently, individual local roads may comprise various Carriageway Sections of differing road group classification. In line with changes in ADT, the road group categorisation of any Carriageway Section may also change within the duration of the PBC. Note that the ADT will be updated annually in line with traffic count data collected through the Jointly Commissioned Data Collection Contract in accordance with Maintenance Specification Clause 3.1.1. In the event that a Carriageway Section is re-categorised, the Contract Standard for the affected road groups will remain fixed and no change will be negotiated to the lump sum.
For example a Carriageway Section originally categorised as road group 4 will change to road group 3 with an ADT rise from 450 to 550. In this event regardless of the existing condition of the Carriageway Section at the time of re-categorisation, the Contract Standards associated with the road groups 3 and 4 will remain fixed and the lump sum will not be renegotiated.
Table 1.2.1: Road Grouping
Road Group Average Daily Traffic (ADT)
3 ADT ≥ 500 4 200≤ADT<500 5 100≤ADT<200 6 30≤ADT<100 7 ADT<30
For a full description of road groups 3 to 7 refer to the WBoPDC document Asset Management Plan clause 6.3.1.
1.2.2 Sub-Group
As identified in AppendixA5 each Carriageway Section is further categorised into sub-groups for Performance Criteria specification. Both the Contract Standard for Key Performance Measures and the Contract Standard and Response Time for Operational Performance Measures may be assigned for individual road groups and/or sub-groups as defined in the Contract Documents.
Each Carriageway Section categorised as road group 1 to 7 are further sub-grouped as either located within an urban or rural area. For the purposes of this Contract urban areas are those where the posted speed limit is 70km/hr or less. All other areas are rural areas. For the definition of certain Performance Criteria each Carriageway Section within road groups 3 to 7 are further sub-grouped by function (collector, residential,
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 8
1 industrial), and/or its community area and the terrain through which it passes (level, hilly, mountainous). The sub-group categorisation of each Carriageway Section within road groups 3 to 7 are available within the RAMM database. Carriageway Sections within road groups 1 and 2 which are within urban areas are also further sub-grouped into the community area through which they pass.
1.2.3 Entities Comprising the Principal Statutory Responsibility
The entities comprising the Principal have a statutory responsible for all Assets associated with their respective road networks in accordance with the following:
Transit is responsible for all Assets associated with Carriageway Sections categorised as within road groups 1 and 2 with the exception of Assets, associated with Carriageway Sections in urban areas, which are located outside of the kerb lines or where no kerb line or equivalent exists outside of:
i) 1.0m outside of the invert of the existing surface water channel, of whatever form or
ii) 5.0m beyond the edge of seal
whichever is greater.
The WBoPDC is responsible for all Assets associated with Carriageway Sections categorised as within road groups 3, 4, 5, 6 and 7 in addition to Assets associated with Carriageway Sections categorised as within road groups 1 and 2 in urban areas for which Transit has been identified as not responsible above. At intersections the definition of responsibility shall be as set out in the Transit State Highway Control Manual.
1.3 Handover and Handback
The existing network maintenance and management contracts include provision for total responsibility to be transferred to the Contractor on the Commencement Date with a requirement for one calendar months notice to the incumbent consultants and contractors, with the exception of the current Limited Access Road declarations listed in Appendix A1.3 which will be completed by the incumbent consultant.
The Principal will be responsible for negotiating with all incumbent contractors and consultants regarding handover of the Assets to the Contractor.
The incumbent network maintenance contractor utilises various equipment and material including:
a) temporary signs and signals
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 9
1 b) fencing
c) miscellaneous tools and materials
Any such equipment or material that is the property of the Principal will be made available to the Contractor within two weeks of the Commencement Date at no charge.
The Contractor shall ensure continuity of all temporary works that are provided to mitigate a safety hazard.
All temporary signs, signals and fencing in the Contractors possession that are being used to provide the Services at the completion of the Contract shall become the property of the Principal. No payment for such equipment and materials will be made to the Contractor.
1.4 Ownership
Although ownership of the Assets remains with the Principal, the Contractor is encouraged to develop a sense of ‘ownership’.
The Contractor is expected to proactively assume responsibility on the Principal’s behalf for the implementation of the Principal’s policies, particularly in the areas of information management, network controls and safety. This includes being accountable for the content and accuracy of Annual Plans and forward capital works programmes .
The Contractor shall pursue a strategy of proactive preventive maintenance to minimize safety hazards and to minimize potential capital works needs due to lack of maintenance.
The Contractor shall maintain a responsibility for ensuring safety, good public relations and compliance with the Principal’s standards in areas of the network where other consultants are concurrently working. Generally, the Contractor will raise any concerns initially with the other consultant, but, in urgent situations, the Contractor shall take immediate action to ensure public safety or protect the Principal’s interests. The Principal will enter into separate professional services contracts for services which do not fall within the Services, some management related professional services, and for the implementation of some aspects of the National Roading Programme. Those contracts may include, but are not limited to the activities excluded from the Services as described in Maintenance Specification, Clause 1.1.11.1.1.
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 10
1 1.5 Cost Recovery
The Contractor is responsible for the day to day management of network control as described in the Maintenance Specification. The cost of these activities is included in the lump sum.
Where the Principal would normally be entitled to recover its costs in respect of any network control activity, the Contractor may attempt to recover its costs for performing these activities from parties other than the Principal.The Principal shall be under no obligation to assist in such cost recovery other than to provide the Contractor with delegated authority to seek recovery.
Cost recovery for damage to Assets shall be treated in accordance with Conditions of Contract Clause 1.5.12.
1.6 Preventive Maintenance and Minor Safety Works
Proactive preventive maintenance and minor safety works are considered to be in the best interests of both the Principal and the Contractor.
As part of the interactive tender process, facilitated variation benchmarking sessions will be undertaken. The objective of these sessions is to address aspects of the PBC, which may be subjective with respect to the Services under the lump sum, to align all parties on the issue of variations and to ensure alignment within the lump sum and risk allocation. Where the outputs of the variation benchmarking sessions do not clearly establish responsibility for a particular item of preventive maintenance or minor safety work, responsibility shall be allocated in keeping with the intent of the variation benchmarking for other items of preventive maintenance or minor safety works as appropriate.
Timely effective measures focused on minimising consequential damage, safety hazards, inconvenience to motorists and future costs, are strongly encouraged by the Principal. It is envisaged such work may include clearing culvert inlets and outlets, gravity retention walls, horizontal drainage of slips, diverting of surface water away from areas of instability, soil conservation planting, grassing down, toe weighting, the use of geogrid and geotextiles, rip rap protection, in stream channel works, relocating or adding new signs, backdrop planting to curves, relocation of obstructions, addition of new pavement markings and like measures.
For road groups 1 and 2 the Contractor shall maintain a comprehensive list of preventive maintenance opportunities, prioritised using objective criteria, which shall periodically be referred to the Principal including where appropriate justification reports for separate funding for a decision where the preventative maintenance is considered outside of the lump sum.
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 11
1 For road groups 1 and 2 the Contractor shall maintain a comprehensive list of minor safety works prioritised using objective criteria which shall be included in the Safety Management and Intervention Plan and referred to the Principal including where appropriate justification reports for separate funding for a decision where the minor safety work is considered outside of the lump sum.
For road groups 3 to 7 the Contractor shall assess and implement preventive maintenance and minor safety work strategies to achieve Performance Criteria. All such preventive maintenance and minor safety work is included within the lump sum.
1.7 Incident Response
The Contractor is required to provide a 24 hour, seven day a week timely Incident Response service.
Emergency Works other than Incident Response and resulting from a risk allocated to the Principal in Appendix A1.1 shall be treated as additional works in accordance with Maintenance Specification, Clause1.8.
1.8 Additional Works
Additional works shall be Directed in accordance with Conditions of Contract Clause 1.7.2.4 such that nothing in the Contract prevents the Principal from engaging another contractor to perform work or services, which if carried out by the Contractor, would require a variation of the Services.
The Contract provides discretion to the Superintendent with respect to the execution of additional works by the Contractor up to a total cost of $400,000 on road groups 1 and 2 and $75,000 on road groups 3 to 7. To this extent where the Superintendent assesses a benefit exists to the Principal, which may take the form of:
• expedited work
• increased efficiency and/or
• reduced administration costs.
the Superintendent may at his sole discretion Direct additional works which do not form part of the Services.
The $75,000 and $400,000 limits may be adjusted by the Principal at the end of years 3 & 6 of the Contract period. The Principal’s decision as to any revised level for additional works will be final.
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 12
1
1.9 Other Contractors
Contractors may be working within the Limit of Works at various times. This work may include capital works projects, installation of services, etc including activities at the time of handover.
1.9.1 Current Contracts
Appendix A1.4 lists the: a) Carriageway Sections under the control of other contractors as at the
Commencement Date b) the type of work c) due date of completion of the contract and/or period of defects liability d) contact person and contact numbers.
1.9.2 Maintenance Responsibility
The Contractor is required to manage all activities within the Limit of Works to the extent that it is necessary to ensure the safe and efficient movement of traffic at all times, and that the quality of the Assets are not compromised by the activity or inactivity of others.
The presence of other contractors does not relieve the Contractor of its obligations to maintain the Assets according to the Contract Documents, unless the presence of other contractors directly affects the Services where the Contractor will not be responsible for the maintenance of:
a) those Assets included within the limits of a capital works contract being undertaken within the Limit of Works under another contract between the date of possession of site and the date of practical completion of those other contracts.
b) any assets which have been upgraded as a capital work under other contracts and, for the time being, are the maintenance responsibility of another contractor between the date of practical completion and the end of the defects liability period of those other contracts.
A joint inspection, conducted by the Superintendent and the Contractor on practical completion of other contracts performed within the Limit of Works or for other Assets to be added to the Limit of Works, will identify any particular maintenance or omission responsibilities of the other contractor that may exist at the date of practical completion. The Contractor will be responsible for ongoing day to day and periodic maintenance to any assets that lie within the limit of works
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 13
1 of other contracts between the date of practical completion and the end of the defects liability period of those other contracts.
A joint inspection, conducted by the Superintendent and the Contractor at the end of the defects liability of other contracts, will identify any particular maintenance or omission responsibilities of the other contractor that may exist at the end of the defects liability period. The Contractor will not resume responsibility for the Assets in question until the identified reasonable responsibilities of the other contractor are discharged, but only to the extent that such responsibilities have not been discharged.
1.10 Additional Assets
For road groups 1 and 2, the lump sum will be adjusted for any significant additions to or deletions from the Assets for example of the order of highway lighting gantry, made from time to time during the term of the Contact, in accordance with the Conditions of Contract.
For the road groups 3 to 7, except as limited by the Conditions of Contract and the risk allocation identified in Appendix A1.1, the Contractor is responsible within the lump sum for all additional Assets created by itself and others during the term of the contract, including the following: a) Development works and capital improvement works carried out by the
Contractor as part of the Services b) New subdivision roads and associated road related assets constructed by
others c) Improvements to any of the Assets carried out by the Principal or its agents d) New assets, including roads, bridges and other road asset items constructed
by the Principal or its agents
The Contractor will be given the opportunity to comment on the standard of any new asset being constructed by others, at the appropriate times during the design and construction of the new assets.
1.11 Asset Information
Appendix A1.5 lists the information relating to the Assets that has been provided to the Contractor.
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 14
1 1.12 Working Hours
The Services may be completed at times complying with the requirements of Appendix A2.2.4.
1.12.1 Publicity
The Contractor: i)a) may not publish or provide to any third party copies of photographs or other
details of the Services without the prior approval of the Superintendent ii)b)must allow access to the Assets for any person(s) designated by the
Superintendent to collect information and/or take photographs iii)c)shall prepare, for the Superintendents comment, then action appropriate
media releases as and when necessary iv)d)must not release any asset data or information without the written consent of
the Principal
1.13 Existing Services
All damage to existing service(s), including private services e.g. domestic water supply, must be immediately reported to the appropriate service authority. The Contractor must meet all costs associated with the repair of the service(s) which arise as a result of any act or omission of the Contractor or any breach by the Contractor of the Contract Documents
1.14 Publications and Standards
In addition to this Maintenance Specification unless specified otherwise the standard specifications listed in Appendix A1.6 and publications listed in Appendix A1.7 form part of but are not reproduced in the Contract Documents.
If there is any ambiguity or contradiction between this Maintenance Specification and any publication or standard specification, this Maintenance Specification will take precedence.
1.14.1 Resource Consents
The Contractor will be responsible for the annual charges and all other costs associated with resource consents other than those resource consents related to capital works and maintenance projects on road groups 1 and 2.
The Contractor will be responsible for renewal of the resource consent as may be necessary for continued execution of the Services. The Contractor will be
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 15
1 responsible for all costs associated with such renewal or procurement except as specified in Conditions of Contract, Clause 1.11.6.3.
The Contractor must comply with the conditions of such resource consents and the requirements of Appendix A2.2.6.
1.15 Electricity
The Contractor will be responsible for all costs and charges associated with the supply of electricity to all relevant Assets and electricity consumed by the Assets.
1.16 Stockpile and Disposal Areas
1.16.1 Principal’s Areas
Appendix A1.8 and A1.9 lists the stockpile and disposal sites respectively which may be used by the Contractor. The use and management of stockpile areas is to be undertaken in accordance with the Council document Use and Management of Stockpile Areas as issued to Tenderers.
In general, these areas must be maintained to a condition no worse, including the avoidance of the introduction of noxious weeds and pests, than that existing at the Commencement Date. The incumbent network maintenance contractor will be given, with the notice of termination, one month in which to remove its materials from the stockpile sites. After such notice has expired the ownership of the stockpile material will pass to the Contractor.
1.16.2 Other Areas
The Contractor:
a) is responsible for locating, gaining legal entry to, establishing, maintaining access and drainage, controlling work and reinstatement of other stockpile and disposal areas
b) must notify the Superintendent of the location of all disposal sites and, prior to their use, must submit copies of any resource consent(s) required for these areas
c) must provide written evidence that the conditions have been fulfilled
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 16
1 1.17 Underslip Minimum Repair Standard (Road Groups 3 to 7)
The Contractor is required to repair any underslip which occurs on road groups 3 to 7 to a minimum width of 0.3m from the outside of the original edge of the seal or carriageway (prior to the slip) plus an additional width determined in accordance with Table 1.17. The objective of the additional width is to take into account environment factors associated with the Carriageway Section including terrain, width, road group and speed zone. The repair is to be completed at grade with the existing seal.
For the derivation of the additional width the terrain type, existing width, road group and speed zone are taken from the RAMM carriageway table current at the time of the underslip. The number of metres underwidth are determined as the difference between the required width, determined in accordance with the WBoPDC Subdivision and Development Code of Practice, and the existing width.
The additional repair width is determined as the maximum width from Table 1.17 from the four environmental factors.
The Contractor may incur a lane rental charge in accordance with Basis of Payment, Clause 3.1.2.
Maintenance Specification 2 General Requirements
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 17
1
Table 1.17: Underslip Repair Requirement
Mountainous Hilly Level Terrain Type
0.5m 0.3m 0.0m
>2m underwidth 1 to 2m underwidth < 1m underwidth Underwidth
0.4m 0.2m 0.0m
3 4 & 5 6 & 7 Road Group
0.5m 0.3m 0.0m
>80 km/hr 50 to 80 km/hr <50 km/hr Speed Zone
0.5m 0.3m 0.0m
The following example is provided for the avoidance of doubt. Where an underslip has occurred at a road segment categorised as:
• mountainous terrain • 0.5m underwidth • road group 4 • 80km/hr speed zone
From Table 1.17 the additional width is determined as 0.5m required as a result of the mountainous terrain being greater than the 0m required for the 0.5m underwidth, the 0.3m for the road group 4 and the 0.3m for the 80km/hr speed zone. The total repair width required from the outside edge of the original seal or carriageway (prior to the slip) is therefore the minimum 0.3m plus the additional 0.5m (total 0.8m).
1.18 WBoPDC Call Centre
For the duration of the Contract the WBoPDC will operate a call centre and computerised service request system. A direct digital access link to the WBoPDC system will be provided for the Contractor’s use at no rental cost. The Contractor shall use the services of the WBoPDC call centre to register service requests for any aspect of the roading system associated with road group 3 to 7 and shall maintain the service request system as operated by the WBoPDC.
1.19 Corporate Documentation
All corporate documentation produced by the Contractor shall boldly display the WBoPDC call centre 0800 number as the number to be used to register complaints on the roading system and shall have the WBoPDC and Transit logos displayed more predominantly than that of the Contractor.
Maintenance Specification 1 Management Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 18
2 2. Management Performance Measures
2.1 Definitions
Management Performance Measures reflect the Contractor’s performance in the management of the contract and delivery of professional services. Management Performance Measures cover the Contractor’s reporting and communications, quality systems, management plans and the delivery of professional services including Asset management, planning and network control.
Contract Standard, in respect of Management Performance Measures, are the minimum requirements and standards the Contractor is required to comply with at all times. In addition to the Contract Standards defined in this Maintenance Specification, the requirements and Performance Criteria of the Contractor’s own management plans (refer to Quality Control Management Performance Measure) are also Contract Standards.
Delivery Time, in respect of Management Performance Measures, mean the time in which the Contractor must provide deliverables required by the Contract Standards. In addition to the Delivery Times defined in this Maintenance Specification, the timing requirements of the Contractor’s own management plans (refer to Quality Control Management Performance Measure) are also Delivery Times.
2.2 Meetings and Reporting
Contract Standard - The Contractor shall attend all meetings including but not limited to liaison, community, stakeholder and Principal meetings and prepare and deliver the following reports in accordance with the detailed requirements specified in Appendix A2.1: i) Handover Reports ii) Benchmarking Report iii) Monthly Reports iv) Board Papers v) Accident Reports vi) Transit Forward Works Programmes and Annual Plans
for Maintenance and Capital Works vii) WBoPDC District Roading Programmes viii) WBoPDC 3 Year Rolling Program
Maintenance Specification 1 Management Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 19
2 ix) Comments on submissions generated during WBoPDC
budget rounds x) Asset Register Data xi) Transit Pavement Deterioration Modelling Reporting All reports must be accurate, have a logical format and be produced to a professional standard. WBoPDC reports shall be completed in the WBoPDC standard format.
Delivery Time - The Delivery Times in respect of meetings and reports are specified in Appendix A2.1.
2.3 Quality Control – Management Plans
Contract Standard - The Contractor shall prepare and deliver the following management plans in accordance with the detailed requirements specified in Appendix A2.2: i) Health and Safety Management Plan ii) Contract Quality Plan iii) Emergency Procedures and Contingency Plan iv) Traffic Management Plans v) Safety Management and Intervention Plan vi) Environmental Protection Plan vii) Customer Care Plan
Delivery Time - The Delivery Times in respect of interim plans, final plans, plan reviews and updates are specified in the Contract Standards for each plan.
2.4 Quality Control – Implementation
Contract Standards - The Contractor shall implement the requirements and performance criteria of each management plan. - There shall be no incidences of abatement notices being issued to the Contractor or the Principal.
Maintenance Specification 1 Management Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 20
2 Delivery Time - The Delivery Times in respect of actions required under
each management plan shall be in accordance with the requirements of the plan.
2.5 Asset Management
Contract Standard - The Contractor shall carry out the following asset management functions in accordance with the detailed requirements specified in Appendix A2.3: i) Conservancy of Transit datasets ii) Conservancy of WBoPDC datasets iii) RAMM Validation iv) Maintainence of dTIMS input file v) WBoPDC Asset Valuation vi) Asset / Network Management vii) Bridge Assessment and Posting (road groups 3 to 7) viii) Information Technology Routine Change.
For road groups 1 and 2, the Contractor shall update all systems to align with Transit’s proposed deployment of EXOR and the Location Referencing Management System (LRMS). Details of progress on the LRMS project are available at www.lrms.co.nz.
Delivery Time - The Delivery Times in respect of actions required for each asset management function shall be in accordance with those detailed in Appendix A2.3.
- The Delivery Time with respect to EXOR and LRMS implementation shall be within 6 months of these systems becoming operational within Transit.
2.6 Treatment Design
Contract Standard - The Contractor shall carry out the design of treatments having regard to the following: a) The feedback gained from consultation with Iwi and
affected residents
Maintenance Specification 1 Management Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 21
2 b) Pavement design and construction standards shall be in
accordance with the requirements of Appendix A2.4.1. The Contractor shall demonstrate that the design and service life has been achieved following construction of the treatment.
c) Carriageway lighting design shall be in accordance with the requirements of Appendix A2.4.2.
d) Environmental and social factors relating to selecting surfacing for urban areas including:
• Noise control
• Needs of other urban road users eg cyclists
• Drainage problems resulting from loose chip
• Resistance to oil spills and turning action
• Bitumen tracking into adjacent shops The Contractor shall submit the surfacing design for urban areas to the Superintendent for review.
e) Any treatment on either road groups 1 or 2 that involves either:
• alteration to existing geometry, such as horizontal and vertical alignment, cross section dimensions, crossfall and superelevation, berm widths and slopes within the clear zone
• alteration to guidance systems, including pavement markings, RRPM’s, EMP’s, signs
• alteration to the layout or type of kerb and channel, safety barriers, utility poles or any other roadside safety feature or hazard
• any change in the speed environment or design speed of the treatment length
shall be subjected to both Stage 3 and Stage 4 independent Safety Audits arranged and paid for by the Contractor, in accordance with Transit New Zealand’s Safety Audit Policy and Procedures.
Note that for road groups 3 to 7 the Principal may, at its cost, carry out independent safety audits
Maintenance Specification 1 Management Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 22
2 Delivery Times - The Delivery Times in respect of verification of the design
life for rehabilitation treatments shall be 12 months following sealing of the treatment length. - The Delivery Times in respect of Carriageway Lighting design shall be one month prior to the programmed Carriageway Lighting upgrade. - The Delivery Time for the surfacing design in urban areas shall be two weeks prior to the programmed resurfacing. - The Delivery Time for Stage 3 Safety Audits shall be two weeks prior to the programmed start of construction for the treatment length. - The Delivery Time for Stage 4 Safety Audits shall be two weeks following sealing of the treatment length.
2.7 Planning
Contract Standard - The Contractor shall carry out the following planning functions in accordance with the detailed requirements specified in Appendix A2.5: i) Investigation and reporting of planning issues referred to
it by the Principal, including attendance at hearings ii) Consent monitoring - 100% of all planning and consent issues affecting the integrity of the network must be identified and responded to. Reports and submissions must be complete, accurate, have a logical format and be produced to a professional standard.
Delivery Time - The Delivery Times in respect of actions required for each planning function shall be in accordance with those detailed in Appendix A2.5.
2.8 Network Control
Contract Standard - The Contractor shall carry out the following network control functions in accordance with the detailed requirements specified in Appendix A2.6. i) Processing of applications for activities within the road
corridor
Maintenance Specification 1 Management Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 23
2 ii) Land acquisition where required to perform the services
(road groups 3 to 7) iii) Access control iv) Hazard monitoring and control v) Management and coordination of service authority
contractors vi) Permitting of overweight and overdimensioned vehicles
(road groups 3 to 7) vii) Supervision for the movement of overweight and
overdimensioned vehicles viii) Any other network control activities traditionally
performed by the Principal.
Delivery Time - The Delivery Times in respect of actions required for each network control function shall be in accordance with those detailed in Appendix A2.6.
2.9 Customer Satisfaction Index (CSI)
Contract Standard - The weekly CSI shall be greater than 85%. Details of calculation methods for the CSI and customer survey methodology are included in Appendix A2.7.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 24
3 3. Key Performance Measures
3.1 Definitions
Key Performance Measures reflect the overall condition of both the primary (pavement) and secondary (bridges, drainage and minor structures, carriageway lighting, rural bus shelters and footpaths) Assets and the overall safety performance of the maintained network. The Contractor must comply with the following Key Performance Measures.
Contract Standard, in respect of Key Performance Measures, means the minimum standard that the Contractor must demonstrate compliance with at specific times throughout the Contract. Unless stated otherwise within the Tender Documents, all required data for compliance demonstration shall have been collected by no later than 28 February of each year and interpreted by the Contractor and compliance demonstration presented to the Management Board by no later than 30 June of that same year. To 28 February 2003 duplication of data collection associated with the benchmarking surveys (refer Maintenance Specification Clause 5.2.2) for the purpose of compliance demonstration shall not be required.
Where N/A is denoted in any table within Maintenance Specification, Section 3 the Contractor is not required to demonstrate compliance at the end of the identified year of the Contract.
3.1.1 Jointly Commissioned Independent Data Collection Contract
For the purpose of collection of relevant data to benchmark Contract Standards, in accordance with Maintenance Specification Clause 3.2, and to permit the Contractor to demonstrate compliance with Key Performance Measures listed in Table 3.2, within two months of the Commencement Date an independent data collection contract is to be jointly commissioned by the Principal and the Contractor.
(PBC03.13):
Mr Peter Clark of WBOPDC is appointed Engineer to Contract 2/02 – 0056/594 Data Collection Contract (DCC-01 Bay Roads).
Mr Dave McDougall is appointed Engineer’s Representative with all the powers of the Engineer, with the exception of dispute resolution as covered by 6.3.3(a) NZS 3910, but including the responsibilities of 6.3.3(b).
The entities to the Principal and the Contractor shall be severally liable under the jointly commissioned independent data collection contract (DCC).
The objective of the DCC is to encourage joint ownership and to avoid unnecessary repetition of the collected data. All processing, interpretation and presentation of the data required to demonstrate compliance with relevant Key Performance Measures shall be the responsibility of the Contractor. The
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 25
3 Superintendent may engage others to carry out parallel data processing and interpretation.
Tenderers will be offered the opportunity to comment on draft DCC tender documents prepared by the Principal. The duration of the DCC will be based on a 3+1+1 basis. The Principal will process the DCC tender closing prior to the award of the PBC. On award of the PBC the Contractor will participate in the tender evaluation for the DCC.
The administration of the DCC is to be directed by the Management Board. At their first meeting the Management Board shall select a project manager to manage the DCC on a day to day basis. It is anticipated that the Contractor’s Representative will be the project manager. All services provided by the Contractor in the evaluation, management and administration of the DCC shall be included in the lump sum.
Direct costs associated with the DCC shall be shared on a 50:50 basis between the Principal and the Contractor. The Contractor’s share of costs shall be provided for as a provisional sum within the Schedule of Prices.
The data collection listed in Table 3.1.1 shall be completed through the DCC. The frequency of the data collection shall be sufficient to permit the demonstration of compliance with all relevant Performance Criteria.
All other data collection required by the Contract Documents shall be the responsibility of the Contractor.
Table 3.1.1: Data to be Collected through the Jointly Commissioned Data Collection Contract
High Speed Data Collection (HSDC) Survey
Falling Weight Deflectometer (FWD) Survey Unsealed Pavement Characteristics (UPC) Survey
Dust Generation Survey High Speed Lux (HSL) Survey
RAMM Rating Survey Routine Traffic Counts (road groups 3 to 7)
3.2 Key Performance Measure Year 0 Benchmark
The Contract Standards for Key Performance Measures listed in Table 3.2 are subject to adjustment to benchmark the condition of the Assets at year 0 in accordance with Maintenance Specification, Clause 5.2.2.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 26
3 The Key Performance Measure benchmarking adjustment shall be determined as follows: a) the Management Board agree the benchmark value b) the benchmark value shall replace the Year 0 value c) each of the Year 1 to 10 values shall be adjusted so as to maintain the same
numerical difference in value from the Year 0 value
Compliance demonstration is not required at year 1 (by 30 June 03) for Key Performance Measures identified in Table 3.2 as subject to benchmarking adjustment. Where in Maintenance Specification Section 3 a year 1 Contract Standard is provided for a Key Performance Measure which is subject to benchmarking adjustment the value provided is not contractual but provides a representation of the required trend in performance. Demonstration of compliance for years 2 to 10 is as per Key Performance Measures which are not subjected to adjustment through benchmarking.
The following examples are provided for the avoidance of doubt:
The Contract Standard for Roughness Mean NAASRA Key Performance Measure for road group 1, sub-group ‘All’ is defined in the Tender Documents as follows;
Contract Standard - Maximum Mean NAASRA Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 69 69 69 69 69 69 69 69 69 69 69
As the Roughness Mean NAASRA Key Performance Measure is identified in Table 3.2 as subject to benchmarking adjustment, a benchmark value of 67 is determined through the DCC high speed data collection (completed by 28 February 2003) and accepted by the Management Board. In this event the following would become the Contract Standard;
Contract Standard - Maximum Mean NAASRA Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 67 67 67 67 67 67 67 67 67 67 67
In the event that alternative values specified in the Contractor’s tender are accepted for any Key Performance Measure and become the Contract Standard then they shall be subject to the same benchmark adjustment process.
As per the previous example however where the Contractor’s tender offers to reduce the Roughness Mean NAASRA Key Performance Measure in road group
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 27
3 1, sub-group ‘All’ to 66.5 by Year 10 based on the initial Year 0 value of 69 as follows.
Contract Standard - Maximum Mean NAASRA Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 69 68.75
68.5 68.25
68.0 67.75
67.5 67.25
67 66.75
66.5
Again a benchmark value of 67 is determined by the DCC high speed data collection (completed by 28 February 2003) and accepted by the Management Board. In this event the Year 0 value becomes 67 and the Year 10 value becomes 64.5 as follows;
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 28
3
Contract Standard - Maximum Mean NAASRA Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 67 66.75
66.5 66.25
66.0 65.75
65.5 65.25
65 64.75
64.5
In this example the Contractor would not be required to demonstrate compliance with the year 1 (30 June 2003) Contract Standard of 66.75. However, prior to 28 February 2004 a further DCC high speed data collection survey shall have been implemented. From the data collected the Contractor shall be required to interpret and present to the Management Board by 30 June 2004 that compliance has been achieved with the year 2 value of 66.5 and similarly for years 3 to 10.
All other Contract Standards not identified in Table 3.2 are fixed criteria and are not subject to adjustment based on the results of any benchmark survey.
An example of a Key Performance Measure which is not identified in Table 3.2 as subject to benchmarking adjustment is the Percent with Skid Resistance < Threshold Level Key Performance Measure. Where the Contractor’s tender offers no change to the Percent with Skid Resistance < Threshold Level – Category 1, road group 1, sub-group ‘All’ from that required by the Tender Documents the Contract Standard is as follows;
Contract Standard – Maximum % with Skid Resistance < 0.45 Road
Group Sub-
groupYear
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 12.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
For this Key Performance Measure the Contractor is required to demonstrate a reduction in Skid Resistance from the year 0 value of 12.5% to the year 1 value of 0.5% by the completion of the DCC high speed data survey completed prior to 28 February 2003. This is a contractual requirement such that compliance must be demonstrated to the Management Board by 30 June 2003.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 29
3
Table 3.2: Key Performance Measures Subject to Benchmarking Adjustment Key Performance Measure Road
Group / Sub-
group
Maintenance Specification
Reference
Benchmark Adjustment
Roughness – Mean NAASRA 1 to 7 Clause 3.3.1 Roughness – Smooth Travel Exposure 3 to 7 Clause 3.3.3 Texture –Mean Texture Depth 1 & 2 Clause 3.4.1 Texture - % with MPD < Threshold Level 3 to 7 Clause 3.4.2
DCC HSDC Survey
Surface & Pavement Defects – Sealed Index 3 to 7 Clause
3.7.1.1 Surface & Pavement Defects – Length with Condition Rating ≥ 4 3 to 7 Clause
3.7.1.2 Surface & Pavement Defects – Length with Condition Rating = 5 3 to 7 Clause
3.7.1.3
DCC HSDC / RAMM Rating Survey
Surface & Pavement Defects – Unsealed Index
3 to 7 Clause 3.7.2 RAMM Rating Survey
Surfacing – Average Remaining Surface Life
1 to 7 Clause 3.8.1 RAMM
Structural Condition (sealed) – m3 overlay 3 Clause 3.9.1 DCC FWD Structural Condition (unsealed) – Mean Pavement depth
3 to 7 Clause 3.10.1
Structural Condition (unsealed) – Pavement Need m3
3 to 7 Clause 3.10.2
DCC Unsealed Pavement
Characteristics Survey
Component condition rating, profile and stock index: Bridge Structure Drainage Structure – Culvert Drainage Structure – Surface Water Channel Minor Structure Carriageway Lighting Rural Bus Shelters
3 to 7 Clause
3.12.1/2/3 3.13.1.1/2/3 3.13.2.1/2/3 3.14.1/2/3 3.15.1/2/3 3.17.1/2/3
Contractor’s Inspection
(Structural Engineer)
Carriageway Lighting – Average Lux per Community
Community
Clause 3.15.4
DCC HSL Survey
Footpath – Length for Renewal Community
Clause 3.18.1
RAMM
Safety Performance Index (sealed) 3 to 7 rural
Clause 3.19.1
Safety Performance Index (unsealed) 3 to 7 rural
Clause 3.19.2
Contractor’s Inspection
Carriageway Width –Unsealed Length with Width < 5m
3 to 7 rural
Clause 3.23.1 � RAMM
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 30
3 Table 3.2: Key Performance Measures Subject to Benchmarking Adjustment
Key Performance Measure Road Group /
Sub-group
Maintenance Specification
Reference
Benchmark Adjustment
Carriageway Width – Total Deficient Exposed to > 1m Underwidth
3 to 7 rural
Clause 3.23.2
3.3 Roughness
Roughness Key Performance Measures relate to the sealed network only within the Limit of Works. Roughness data is collected through the DCC high speed data survey (100% sample of the sealed network). Details of the calculation methods for Roughness Key Performance Measures are included in Appendix A3.1.
3.3.1 Mean NAASRA
Contract Standard - Table 3.3.1 sets out the Contract Standard required.
Table 3.3.1: Roughness – Mean NAASRA Contract Standard - Maximum Mean NAASRA Road
Group
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 69 69 69 69 69 69 69 69 69 69 69
2 All 65 66 66 66 66 66 66 66 66 66 66
3 urban 106 106 106 106 106 106 106 106 106 106 106
3 rural 86 86 86 86 86 86 86 86 86 86 86
4 & 5 urban 112 N/A 112 N/A 112 N/A 112 N/A 112 N/A 112
4 & 5 rural 94 N/A 94 N/A 94 N/A 94 N/A 94 N/A 94
6 & 7 urban 123 N/A 123 N/A 123 N/A 123 N/A 123 N/A 123
6 & 7 rural 110 N/A 110 N/A 110 N/A 110 N/A 110 N/A 110
3.3.2 Percent with Roughness > NAASRA Threshold
Contract Standard - Table 3.3.2.1, Table 3.3.2.2 and Table 3.3.2.3 set out the Contract Standards required.
Table 3.3.2.1: Roughness – % with Roughness > 110 NAASRA
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 31
3 Contract Standard – Maximum % with Roughness > 110
NAASRA Road Grou
p
Sub-grou
p Year
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 Rural 10.66 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 32
3
Table 3.3.2.2: Roughness – % with Roughness > 130 NAASRA Contract Standard – Maximum % with Roughness > 130
NAASRA Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
2 Rural 3.43 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0
Table 3.3.2.3: Roughness – % with Roughness > 150 NAASRA Contract Standard – Maximum % with Roughness > 150
NAASRA Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 & 2 Urban 3.09 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0
3.3.3 Smooth Travel Exposure
Contract Standard - Table 3.3.3.1, Table 3.3.3.2 and Table 3.3.3.3 set out the Contract Standards required.
Table 3.3.3.1: Roughness – Smooth Travel Exposure (% ADT exposed to < 130 NAASRA)
Contract Standard – Minimum Smooth Travel Exposure (% ADT exposed to < 130 NAASRA ) Road
Group Sub-grou
p
Threshold
(NAASRA) Yea
r 0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Urban
130 80 80 80 80 80 80 80 80 80 80 80
3 Rural
130 93 93 93 93 93 93 93 93 93 93 93
Table 3.3.3.2: Roughness – Smooth Travel Exposure (% ADT exposed to < 150
NAASRA)
Contract Standard – Minimum Smooth Travel Exposure (% ADT exposed to < 150 NAASRA) Road
Group Sub-grou
p
Threshold
(NAASRA) Yea
r 0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 33
3 4 & 5 Urba
n 150 81 N/A 81 N/A 81 N/A 81 N/A 81 N/A 81
4 & 5 Rural
150 94 N/A 94 N/A 94 N/A 94 N/A 94 N/A 94
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 34
3
Table 3.3.3.3: Roughness – Smooth Travel Exposure (% ADT exposed to < 175 NAASRA)
Contract Standard – Minimum Smooth Travel Exposure (% ADT exposed to < 175 NAASRA) Road
Group Sub-grou
p
Threshold
(NAASRA) Yea
r 0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
6 & 7 Urban
175 79 N/A 79 N/A 79 N/A 79 N/A 79 N/A 79
6 & 7 Rural
175 90 N/A 90 N/A 90 N/A 90 N/A 90 N/A 90
3.4 Texture
Texture Key Performance Measures relate to the sealed network only within the Limit of Works. Texture data is collected through the DCC high speed data survey (100% sample of the sealed network). Details of the calculation methods for the Texture Key Performance Measures are included in Appendix A3.2.
3.4.1 Mean Texture Depth
Contract Standard - Table 3.4.1.1 and Table 3.4.1.2 set out the Contract Standards required for chip seal surfaces.
Table 3.4.1.1: Texture –Mean Texture Depth for Chip Seal Surfaces
Contract Standard – Minimum Mean Texture Depth (mm) Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 & 2 All 2.15 2.00 2.00 2.00 2.00 2.00 2.00 2.00 2.00 2.00 2.00
Table 3.4.1.2: Texture –Mean Texture Depth for Chip Seal Surfaces
Contract Standard – Maximum Mean Texture Depth (mm) Road Grou
p
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 & 2 All 2.15 2.30 2.30 2.30 2.30 2.30 2.30 2.30 2.30 2.30 2.30
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 35
3 The Mean Texture Depth (average mean profile depth) is presented as an envelope to enable the Contractor to aspire to good resurfacing practices without consuming the surfacing life of the Asset.
3.4.2 Percent with Mean Profile Depth < Threshold Level
Contract Standard - Table 3.4.2.1, Table 3.4.2.2 and Table 3.4.2.3 set out the Contract Standard required at the time of the DCC high speed data survey.
Table 3.4.2.1: Texture –Percent with Mean Profile Depth < Threshold Level Contract Standard – Maximum % with Mean Profile Depth <
0.5 mm Road Grou
p
Sub-grou
p ear 0
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 Urban 22.68
1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0
2 Urban 0.00 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0
Table 3.4.2.2: Texture –Percent with Mean Profile Depth < Threshold Level Contract Standard – Maximum % with Mean Profile Depth <
0.7 mm Road Grou
p
Sub-grou
p ear 0
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 Rural 1.10 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0
2 Rural 0.37 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0
3 Urban 9.0 9.0 8.5 8.0 7.5 7.0 7.0 7.0 7.0 7.0 7.0
3 Rural* 0.6 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0
4 & 5 Urban 7.7 N/A 7.0 N/A 7.0 N/A 7.0 N/A 7.0 N/A 7.0
4 & 5 Rural* 0.9 N/A 1.0 N/A 1.0 N/A 1.0 N/A 1.0 N/A 1.0
6 & 7 Urban 20.8 N/A 20.8 N/A 19.0 N/A 17.0 N/A 15.0 N/A 15.0
6 & 7 Rural* 0.6 N/A 1.0 N/A 1.0 N/A 1.0 N/A 1.0 N/A 1.0
Table 3.4.2.3: Texture –Percent with Mean Profile Depth < Threshold Level Road Sub- Contract Standard – Maximum % with Mean Profile Depth < 0.9mm
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 36
3 Grou
p grou
p Year 0
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Rural**
5.1 4.0 3.0 2.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0
4 & 5 Rural**
2.0 N/A 1.5 N/A 1.0 N/A 1.0 N/A 1.0 N/A 1.0
6 & 7 Rural**
0.9 N/A 1.0 N/A 1.0 N/A 1.0 N/A 1.0 N/A 1.0
* Indicates applicable to Carriageway Sections with a Mean Free Speed less than 70km/hr.
** Indicates applicable to Carriageway Sections with a Mean Free Speed greater than or equal to 70km/hr.
3.4.3 Requirement to Treat Surface Texture
Contract Standard - For road groups 1 and 2, with • chipseal, or any surface where steady reduction of the
macro texture is a normal consequence of the aging of the surface ; or
• asphaltic concrete or other surfaces where the macro texture remains essentially constant, and the site has a crash history
where the Texture values generated from the DCC high speed data collection survey are less than the Threshold Level specified in Table 3.4.2.1 and Table 3.4.2.2 for urban and rural roads respectively, the road shall be treated such that; • it shall be made safe and • within 2 months of delivery of the DCC high speed data
survey the surface shall be treated to bring the Texture of the surface above the 0.7mm for urban and 0.9mm for rural roads
Treatments to the road surface texture should generally be long term repairs. Where a treatment is not expected to last for at least 12 months, a monitoring programme shall be implemented by the Contractor to ensure additional maintenance is carried out as soon as the surfacing falls below 0.7mm for urban and 0.9mm for rural roads. Where a new surfacing layer is placed the aggregate shall have a PSV as required by Transit specification T/10.
Where the road can not be successfully repaired due to weather constraints a sign shall be erected to make the road safe. In this event the surfacing must be repaired and the sign removed by the following first of November.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 37
3
3.5 Skid Resistance
Skid Resistance Key Performance Measures relate to the sealed network only within the Limit of Works. Skid Resistance data is collected through the DCC high speed data survey (100% sample of the sealed network). Details of the calculation methods for Skid Resistance Key Performance Measures are included in Appendix A3.3.
The Site Categories are in terms of the Transit New Zealand T/10 specification. They define the types of location applying to each Site Category and the minimum sideways coefficient for the location. The threshold and investigatory levels shall be as specified in Table 3.5.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 38
3
Table 3.5 – Skid Resistance Threshold and Investigatory Level Site
Category
Site definition Threshold Level
Investigatory Level
1 Approaches to railway level crossings, traffic lights, pedestrian crossings,
roundabouts
0.45 0.55
2 Curve < 250m radius Down gradients > 10%
0.40 0.50
3 Approaches to road junctions Down gradients 5 to 10% Motorway junction areas
0.35 0.45
4 Undivided Carriageway (event – free) 0.35 0.45
It may be necessary to source chip from outside the Limit of Works in order to obtain a Polished Stone Value and Aggregate Crushing Value adequate to achieve compliance with this Key Performance Measure.
3.5.1 Percent with Skid Resistance < Threshold Level
Contract Standard - Table 3.5.1.1, Table 3.5.1.2, Table 3.5.1.3 and Table 3.5.1.4 set out the Contract Standard which apply at the time of delivery of the DCC high speed data survey.
Table 3.5.1.1: Skid Resistance (Site Category 1) – % with Skid Resistance < Threshold Level
Contract Standard – Maximum % with Skid Resistance < 0.45 Road
Group Sub-
groupYear
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 12.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
2 All 11.76
0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
Table 3.5.1.2: Skid Resistance (Site Category 2) –% with Skid Resistance < Threshold Level
Contract Standard – Maximum % with Skid Resistance < 0.40 Road
Group Sub-
groupYear
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 39
3 1 All 3.41 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
2 All 13.43
0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 40
3
Table 3.5.1.3: Skid Resistance (Site Category 3) – % with Skid Resistance < Threshold Level
Contract Standard – Maximum % with Skid Resistance < 0.35 Road
Group Sub-
groupYear
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 0.14 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
2 All 0.0 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
Table 3.5.1.4: Skid Resistance (Site Category 4) – % with Skid Resistance < Threshold Level
Contract Standard – Maximum % with Skid Resistance < 0.35 Road
Group Sub-
groupYear
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 0.25 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
2 All 0.25 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5 0.5
3.5.2 Requirement to Treat Surface Skid Resistance
Contract Standard – For road groups 1 and 2, where the Skid Resistance values generated through the DCC high speed data survey are less than the Threshold Levels specified in Table 3.5, the road shall be treated such that: • it shall be made safe and • within two months of delivery of the DCC high speed data
survey the surface shall be treated for low Skid Resistance to bring the Skid Resistance of the surface above the Investigatory Level specified in Table 3.5.
Treatments to the road surface should generally be long term repairs. Where a treatment is not expected to last for at least 12 months, a monitoring programme shall be implemented by the Contractor to ensure additional maintenance is carried out as soon as the surfacing falls below the Investigatory Level. Where a new surfacing layer is placed the aggregate shall have a PSV as required by Transit specification T/10.
Where the road can not be successfully repaired due to weather constraints a sign shall be erected to make the road safe. In this event the surfacing must be repaired and the sign removed by the following first of November.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 41
3
3.6 Rutting
Rutting Key Performance Measure relate to the sealed network only within the Limit of Works. Rutting data is collected through the DCC high speed data survey (100% sample of the sealed network). Details of the calculation methods for the Rutting Key Performance Measures is included in Appendix A3.4.
3.6.1 Percent with Depth > 20mm
Contract Standard - Table 3.6.1 sets out the Contract Standard required.
Table 3.6.1: Rutting – Percent with Depth > 20mm Contract Standard – Maximum % with Depth > 20 mm Road
Group
Sub-grou
p Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 0.26 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23
2 All 0.13 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23 0.23
3.7 Surfacing and Pavement Defects
3.7.1 Surfacing Defect (Sealed)
Surfacing Defect (Sealed) Key Performance Measure relates to the sealed network only within the Limit of Works. Surfacing Defect (Sealed) data is collected through the DCC high speed data survey (100% sample of the sealed network) and RAMM Rating survey.
Details of the calculation method for the Surfacing and Pavement Defect (Sealed) Key Performance Measure is included in Appendix A3.5.1
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 42
3
3.7.1.1 Surfacing Defect Index (Sealed)
Contract Standard - Table 3.7.1.1 sets out the Contract Standard required.
Table 3.7.1.1: Surfacing and Pavement Defects –Surfacing Defect Index (Sealed)
Contract Standard – Maximum Surfacing Defect Index (Sealed) Road
Group
Sub-group
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Urban 2.16 1.6 1.6 1.6 1.6 1.6 1.6 1.6 1.6 1.6 1.6
3 Rural 1.66 1.7 1.7 1.7 1.7 1.7 1.7 1.7 1.7 1.7 1.7
4 & 5 Urban 1.49 N/A 1.7 N/A 1.7 N/A 1.7 N/A 1.7 N/A 1.7
4 & 5 Rural 2.01 N/A 1.9 N/A 1.9 N/A 1.9 N/A 1.9 N/A 1.9
6 & 7 Urban 1.76 N/A 1.9 N/A 1.9 N/A 1.9 N/A 1.9 N/A 1.9
6 & 7 Rural 1.91 N/A 2.1 N/A 2.1 N/A 2.1 N/A 2.1 N/A 2.1
3.7.1.2 Length with Condition Rating ≥ 4
Contract Standard - Table 3.7.1.2 sets out the Contract Standard required.
Table 3.7.1.2: Surfacing and Pavement Defects – Length with Condition Rating ≥ 4
Contract Standard – Maximum length with treatment length condition rating ≥4 (km) Road
Group
Sub-group
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Urban 7.73 7.5 7.0 6.5 6.0 5.5 5.0 5.0 5.0 5.0 5.0
3 Rural 9.43 8.0 7.0 6.0 5.0 4.0 4.0 4.0 4.0 4.0 4.0
4 & 5 Urban 5.56 N/A 6.0 N/A 7.0 N/A 7.0 N/A 7.0 N/A 7.0
4 & 5 Rural 23.01
N/A 18.0 N/A 12.0 N/A 6.0 N/A 6.0 N/A 6.0
6 & 7 Urban 3.19 N/A 5.0 N/A 7.0 N/A 9.0 N/A 9.0 N/A 9.0
6 & 7 Rural 6.31 N/A 7.0 N/A 8.0 N/A 8.0 N/A 8.0 N/A 8.0
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 43
3
3.7.1.3 Length with Condition Rating Equal to 5
Contract Standard - Table 3.7.1.3 sets out the Contract Standard required.
Table 3.7.1.3: Surfacing and Pavement Defects – Length with Condition Rating = 5
Contract Standard – Maximum length with treatment length condition rating = 5 (km) Road
Group
Sub-group
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Urban 5.62 5.0 4.5 4.0 3.5 3.0 3.0 3.0 3.0 3.0 3.0
3 Rural 5.89 5.0 4.5 4.0 3.5 3.0 2.5 2.0 2.0 2.0 2.0
4 & 5 Urban 3.56 N/A 4.0 N/A 4.0 N/A 4.0 N/A 4.0 N/A 4.0
4 & 5 Rural 10.17
N/A 8.0 N/A 6.0 N/A 4.0 N/A 4.0 N/A 4.0
6 & 7 Urban 2.30 N/A 4.0 N/A 5.0 N/A 5.0 N/A 5.0 N/A 5.0
6 & 7 Rural 0.83 N/A 2.0 N/A 4.0 N/A 5.0 N/A 5.0 N/A 5.0
3.7.2 Surfacing Defect Index (Un-sealed)
Surfacing Defect Index (Unsealed) Key Performance Measure relates to the unsealed network only within the Limit of Works. Surfacing Defect Index (Unsealed) data is collected through DCC RAMM rating surveys undertaken monthly the results of which contribute towards the an annual index.
Details of the calculation method for the Surfacing and Pavement Defect (Unsealed) Key Performance Measure is included in Appendix A3.5.2.
Contract Standard - Table 3.7.2.1 sets out the Contract Standard required.
Table 3.7.2.1: Surfacing and Pavement Defects – Surfacing Defect Index (Unsealed)
Contract Standard – Maximum Surfacing Defect Index (Unsealed) Road Grou
p Year
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
4 2.81 2.70 2.60 2.60 2.60 2.60 2.60 2.60 2.60 2.60 2.60
5 2.84 2.70 2.70 2.70 2.70 2.70 2.70 2.70 2.70 2.70 2.70
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 44
3 6 2.68 2.70 2.80 2.80 2.80 2.80 2.80 2.80 2.80 2.80 2.80
7 2.81 2.90 2.90 2.90 2.90 2.90 2.90 2.90 2.90 2.90 2.90
3.8 Surfacing
Surfacing Key Performance Measures relate to the sealed network only within the Limit of Works. Details of the calculation methods for the Surfacing Key Performance Measure are included in Appendix A3.6.
3.8.1 Average Remaining Surfacing Life
Contract Standard - Table 3.8.1 sets out the Contract Standard required.
Table 3.8.1: Surfacing –Average Remaining Surface Life Contract Standard – Minimum Average remaining Surface
Life (years)
Road Grou
p
Sub-grou
p Year 0
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 4.7 N/A N/A N/A N/A N/A N/A N/A 4.7 4.7 4.7
2 All 5.6 N/A N/A N/A N/A N/A N/A N/A 5.6 5.6 5.6
3 All 4.2 N/A N/A N/A N/A N/A N/A N/A 5.2 5.2 4.2
4 & 5 All 4.0 N/A N/A N/A N/A N/A N/A N/A 5.0 5.0 4.0
6 & 7 All 5.1 N/A N/A N/A N/A N/A N/A N/A 6.1 6.1 5.1
3.8.2 Minimum Resurfacing Length
The Contractor’s tender shall specify the minimum resurfacing length in lane km proposed to be contracted to 30 June for each financial year of the Contract, in accordance with the format provided in Table 3.8.2. The Minimum Resurfacing Length Key Performance Measure is applicable to road groups 1 and 2 only. Resurfacing associated with routine maintenance activities less than 150m in lane length or as a result of poor performance of an earlier treatment implemented by the Contractor under the Contract shall not be included within the cumulative resurfacing length contracted.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 45
3
Table 3.8.2 Nominated Minimum Resurfacing Lengths
Specified period Cumulative Lane km Road groups 1 and 2
1 October 2002 to 30 June 2003
Km
1 July 2003 to 30 June 2004 Km 1 July 2004 to 30 June 2005 Km 1 July 2005 to 30 June 2006 Km 1 July 2006 to 30 June 2007 Km 1 July 2007 to 30 June 2008 Km 1 July 2008 to 30 June 2009 Km 1 July 2009 to 30 June 2010 Km 1 July 2010 to 30 June 2011 Km 1 July 2011 to 30 June 2012 Km 1 July 2012 to 30 September 2012
Km
Contract Standard - the Contractor shall complete resurfacing works equal to or exceeding the minimum cumulative resurfacing length contracted.
3.8.3 Seal Extension
Contract Standard - - within the lump sum the Contractor shall complete the prioritised 5 year programme of 50km of seal extension set out in Table 3.8.3 at a rate of not less than 10.0km/year. The Contractor shall commence the 5-year programme no later than 12 months following the Commencement of the Contract.
Table 3.8.3 Prioritised 5 Year Programme of Seal Extension
Priority ID Road Name Area Start
DispEnd Disp Start Name Length Width
1 1490 LOWRY ROAD 25 0 520 MANOEKA ROAD 520 3.9 2 1460 KEENAN ROAD 22 1459 2240 END OF SEAL 781 4.6 3 1165 UPLAND ROAD 13 1600 2640 END OF PROPOSED
SEAL 1040 4.4
4 1201 SINCLAIR ROAD 18 0 632 ROSS ROAD 632 4.6 5 1181 WAINUI SOUTH ROAD 18 3425 5137 END OF SEAL 1712 5.2 6 1291 LAUREL DRIVE 18 0 800 ROSS ROAD 800 4.7 7 1052 VICTORIA STREET 9 0 102 ESPLANADE ROAD
(KAU PT) 102 3.5
8 1290 ROSS ROAD 18 2106 2975 END OF SEAL 869 5.3
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 46
3 Table 3.8.3 Prioritised 5 Year Programme of Seal Extension
Priority ID Road Name Area Start
DispEnd Disp Start Name Length Width
9 1187 OLD HIGHWAY 18 4543 4835 END OF SEAL 292 6.2 10 1052 VICTORIA STREET 9 102 162 PRINCES STREET 60 5.8 11 1061 WILLOUGHBY ROAD 11 1820 2610 END OF SEAL 790 4.5 12 1605 GAMMAN MILL ROAD 22 90 691 END OF SEAL 601 6.6 13 1429 MCLAREN FALLS
ROAD 21 4732 6060 END OF SEAL 1328 5.1
14 1123 KILLEN ROAD 11 0 586 REA ROAD 586 4.5 15 1472 WARNER ROAD 22 1617 2275 END OF SEAL 658 5.3 16 1109 HENRY ROAD 11 1041 2315 GATE 104 1274 4.7 17 7002 TUAHU TRACK 11 550 2572 END OF SEAL 2022 4.1 18 1325 WAIROA ROAD 18 2274 3724 END OF SEAL 1450 5.0 19 1198 WAIPAPA BLOCK
ROAD 18 478 2282 END OF SEAL 1804 4.5
20 1187 OLD HIGHWAY 18 787 3076 END OF SEAL 2289 5.3 21 1131 CHARD ROAD 13 0 530 LUND ROAD 530 4.2 22 1157 HUME ROAD 13 0 670 UPLAND ROAD 670 4.8 23 1184 TURNTABLE HILL
ROAD 18 127 1040 END OF SEAL 913 4.2
24 1587 OLD KAIMAI ROAD 18 0 3430 SH 29#EAST 3430 4.4 25 1212 WHAKAMARAMA
ROAD 18 8408 9840 END OF SEAL 1432 5.2
26 1295 ODEY ROAD 18 0 1048 LEYLAND ROAD 1048 4.3 27 1132 LUND ROAD 13 2825 5260 END OF SEAL 2435 4.0 28 1457 MERRICK ROAD 22 1234 1646 END OF SEAL 412 4.7 29 1081 PHILIP WALTER DRIVE 10 0 181 WATERFORD ROAD 181 4.2 30 1062 GRAMMER ROAD 11 242 760 END OF SEAL 518 4.1 31 1335 KENNEDY ROAD 22 1033 1360 END OF SEAL 327 5.8 32 1219 EMENY ROAD 16 220 640 END OF SEAL 420 4.8 33 1144 ELMWOOD ROAD 12 55 1054 END OF SEAL 999 4.4 34 1534 FORD ROAD 26 0 918 KAITUNA ROAD 918 5.4 35 1518 PAH ROAD 26 1741 3125 END OF SEAL 1384 5.4 36 1241 LOCHHEAD ROAD 16 1309 1666 END OF SEAL 357 3.7 37 1610 MOUNTAIN ROAD 22 1023 1800 END OF SEAL 777 5.3 38 1156 PINE RIDGE LANE 13 0 850 WRIGHT ROAD 850 4.1 39 1199 TIM ROAD 18 1250 3099 END OF SEAL 1849 5.2 40 1308 AINSWORTH ROAD 18 0 495 SH 2 (1207-TDC) 495 4.5 41 1473 HEREFORD ROAD 22 1858 4084 END OF SEAL 2226 5.1 42 1299 WAIATA ROAD 18 0 230 MINDEN ROAD 230 3.3 43 1301 MINDEN ROAD 18 3733 5680 END OF SEAL 1947 5.6 44 1305 TE PUNA QUARRY
ROAD 18 717 1070 END OF SEAL 353 4.2
45 1604 GLUE POT ROAD 22 0 540 OROPI ROAD 540 6.0 46 1373 ROCKY CUTTING
ROAD 23 2568 4870 END OF SEAL 2302 4.7
47 1301 MINDEN ROAD 18 5695 6620 WAIATA ROAD 925 5.2 48 1322 OLIVER ROAD 18 0 250 WAIROA ROAD 250 4.6 49 1063 LINDEMANN ROAD 11 2650 3590 END OF SEAL 940 4.2
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 47
3 Table 3.8.3 Prioritised 5 Year Programme of Seal Extension
Priority ID Road Name Area Start
DispEnd Disp Start Name Length Width
50 1182 APATA STATION ROAD 18 978 1219 END OF SEAL 241 6.0
51 1057 WOODLAND ROAD 11 2512 3650 END OF SEAL 1138 4.7 TOTAL 50647
Seal Extension treatment shall be in accordance with Maintenance Specification, Clause 2.6.
3.8.4 Asphaltic Concrete Surfacing
Contract Standard - For road groups 1 and 2, sub-group ‘urban’ all resurfacing treatments (including rehabilitation surfacing) associated with the following urban road sections
• Katikati from RP116/2.29 (Uretara Stream Bridge) to RP116/3.55 (Marshall Road); and
• Te Puke from RP171/14.11 (Dairy Factory Entrance) to RP180/1.936 (No. 1 Road)
shall be completed using an equivalent dense graded asphaltic concrete to the existing surfacing in accordance with the Transit Standard Specifications M/10 and P/9 (where the Superintendent will fulfil the role of ‘the engineer’).
Contract Standard - For road groups 1 and 2, sub-group ‘rural’ all resurfacing treatments (including rehabilitation surfacing) associated with rural road sections where asphaltic surfacing is in place at the Commencement of the Contract shall be completed using an equivalent grade of asphaltic concrete to the existing surface in accordance with the Transit Standard Specifications M/10, P/9 and P/11 (where the Superintendent will fulfil the role of ‘the engineer’). Where the year 0 surfacing is a friction course any resurfacing of this rural road section shall also be a friction course.
Notwithstanding the above nothing shall be read which diminishes the Contractor’s responsibility to comply with all other Performance Criteria.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 48
3 3.9 Structural Condition (Sealed)
Structural Condition (Sealed) Key Performance Measures relate to the sealed network only within the Limit of Works. Details and calculation methods for the Structural Condition (Sealed) Key Performance Measure are included in Appendix A3.7.
3.9.1 Structural Condition (Sealed m3 overlay)
Structural Condition (Sealed m3 Overlay) data is collected through the DCC falling weight deflectometer survey (100% sample of the sealed network).
Contract Standard - Table 3.9.1.1 and Table 3.9.1.2 set out the Contract Standards required.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 49
3
Table 3.9.1.1: Structural Condition Sealed m3 Overlay Contract Standard – Maximum m3 overlay Road
Group
Sub-grou
p Year
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
1 All 39,103
N/A N/A 39,103
N/A N/A 39,103
N/A 39,103
N/A 39,103
2 All 19,729
N/A N/A 19,729
N/A N/A 19,729
N/A 19,729
N/A 19,729
Table 3.9.1.2: Structural Condition Sealed Average Overlay Depth Contract Standard – Maximum average overlay depth (mm) Road
Group
Sub-grou
p Year
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 All 50.2 N/A N/A 50.2 N/A N/A 50.2 N/A 50.2 N/A 50.2
3.9.2 Minimum Rehabilitation Length
The Contractor’s tender shall specify the minimum rehabilitation length in lane km proposed to be contracted to 30 June for each financial year of the Contract, in accordance with the format provided in Table 3.9.2. The nominated minimum rehabilitation length shall be separated into two categories being road groups 1 and 2 and road groups 3 to 7. Within each of the two categories the tender shall also specify proportions of strengthening (i.e. 25 year design life resulting from treatment) and smoothing. Rehabilitation associated with routine maintenance activities less than 50m in lane length or as a result of poor performance of an earlier treatment implemented by the Contractor under the Contract shall not be included within the cumulative resurfacing length contracted.
Table 3.9.2 Nominated Minimum Rehabilitation Lengths
Cumulative Lane km Specified period Road groups 1 and 2 Road groups 3 to 7 Smoothing Strengtheni
ng Smoothing Strengtheni
ng 1 October 2002 to 30 June 2003
Km Km Km Km
1 July 2003 to 30 June 2004 Km Km Km Km 1 July 2004 to 30 June 2005 Km Km Km Km 1 July 2005 to 30 June 2006 Km Km Km Km 1 July 2006 to 30 June 2007 Km Km Km Km 1 July 2007 to 30 June 2008 Km Km Km Km 1 July 2008 to 30 June 2009 Km Km Km Km 1 July 2009 to 30 June 2010 Km Km Km Km
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 50
3 1 July 2010 to 30 June 2011 Km Km Km Km 1 July 2011 to 30 June 2012 Km Km Km Km 1 July 2012 to 30 September 2012
Km Km Km Km
Rehabilitation treatments specified in the Contractor’s tender shall be in accordance with Maintenance Specification, Clause 2.6 and shall not result in a reduction of the seal width nor steepening of berm, side slopes and batters (i.e. overlay treatments must include formation widening).
Contract Standard - the Contractor shall complete strengthening and smoothing works equal to or exceeding the minimum cumulative rehabilitation length contracted.
3.10 Structural Condition (Unsealed)
Structural Condition (Unsealed) Key Performance Measures relate to the unsealed network only within the Limit of Works. Structural Condition (Unsealed) data is through the DCC unsealed pavement characteristics survey. Details and the calculation methods for the Structural Condition (Unsealed) Key Performance Measure are included in Appendix A3.8.
3.10.1 Mean Pavement Depth
Contract Standard - Table 3.10.1 sets out the Contract Standard required.
Table 3.10.1: Structural Condition (Unsealed) – Mean Pavement Depth Contract Standard – Minimum Mean Pavement Depth (mm) Road
Group
Sub-group
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 All 155 N/A 150 N/A 150 N/A 150 N/A 150 N/A 150
4 All 147 N/A 140 N/A 140 N/A 140 N/A 140 N/A 140
5 All 142 N/A 130 N/A 130 N/A 130 N/A 130 N/A 130
6 All 121 N/A 120 N/A 120 N/A 120 N/A 120 N/A 120
7 All 123 N/A 110 N/A 110 N/A 110 N/A 110 N/A 110
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 51
3 3.10.2 Structural Condition (Unsealed Pavement Need m3)
The unsealed pavement need is based on the volume of material required to bring the unsealed pavement up to the minimum specific depth.
Contract Standard - Table 3.10.2 sets out the Contract Standard required.
Table 3.10.2: Structural Condition (Unsealed)–Pavement Need m3 Contract Standard – Maximum Pavement Need m3 Road
Group
Sub-group
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 All 0 N/A 0 N/A 0 N/A 0 N/A 0 N/A 0
4 All 40 N/A 0 N/A 0 N/A 0 N/A 0 N/A 0
5 All 548 N/A 500 N/A 500 N/A 500 N/A 500 N/A 500
6 All 1116
N/A 1000
N/A 1000
N/A 1000
N/A 1000
N/A 1000
7 All 140 N/A 500 N/A 500 N/A 500 N/A 500 N/A 500
3.11 Dust
The Dust Key Performance Measure relates to the unsealed network within the Limit of Works. Dust Key Performance Measure data is collected through the DCC dust generation survey. Details of the sample location, frequency and calculation methods for the Dust Key Performance Measure are included in Appendix A3.9.
3.11.1 Maximum Dust Generated (mgm/m3/hour)
Contract Standard - The maximum dust generated shall not exceed 3.5mgm/m3/hour at any time.
3.12 Bridge Structure Maintenance
Bridge Structure Maintenance Key Performance Measures relate to bridges within road groups 3 to 7 within the Limit of Works. Bridge Key Performance Measure data is collected through structural inspections performed by the Contractor’s qualified structural engineer.
The maximum duration between general bridge inspections shall be as specified in Table 3.12.0.1. The maximum duration to undertake a structural inspection
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 52
3 following a rain or earthquake event shall be as specified in Table 3.12.0.2. Where an event based inspection has been performed the revised profile dictates the maximum duration to the next structural inspection.
Details of the calculation methods for Bridge Key Performance Measures are included in Appendix A3.10.
Table 3.12.0.1 Maximum Duration between General Structural Inspections (months)
Structure profile (from previous inspection) Structure Inspection Type 1 2 3 4 5
All General 12 12 12 6 1
Table 3.12.0.2 - Maximum Duration to Structural Inspection following an event
Structure profile (from previous inspection) Structure Inspection Type 1 2 3 4 5
Rain* Event Not required
Not required 24 hours 10 hours 6 hours
Bridge Earthquake**
Event Not
required Not
required 24 hours 10 hours 6 hours
Drainage Rain* Event Not required
Not required
Not required 14 days 2 days
Minor Earthquake** Event
Not required
Not required
Not required 14 days 2 days
A structural inspection is required following a rain* event where > 200mm of rainfall is recorded in a period of < 48 hours at any Environment BoP rainfall recording station within the Western Bay of Plenty region which may change from time to time. Table 3.12.0.3 lists the Environment BoP rainfall stations operative at the time of tender.
At the discretion of the Superintendent only structures that could be reasonably considered as having been influenced by the storm event for which > 200mm of rainfall is recorded in a period of < 48 hours shall require such a structural inspection.
Note that the maximum duration to complete the required structural inspections commences from the hour at which 200mm of rain has been recorded.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 53
3
Table 3.12.0.3 - Environment BoP Rainfall Stations
Site No. Location Raingauge Record Type NZMS 260 Reference
755903 Katikati Marshall, P Manual T13:692 050 758905 Upper Kaimai Wallingford, R Manual U15:727 699 768002 McLaren Falls
Road Kaimai Hydro Manual U14:778 733
768103 Ohauiti Road Winters, B. M. Manual U14:903 728 768003 McLaren Falls
Road Sewell, J. & S. Manual U15:803 665
767304 Te Puke Collins, H. M. Manual U14:016 765 768307 Rangiuru Road Waite, B. T. Manual U15:029 639 769203 Mangatoi Road Pendergrast,
J. Manual U15:953 614
755811 Woodlands Road Tuapiro Tipping bucket T13:661 057 757901 Goodall Road Waipapa Tipping bucket U14:737 824 766002 Stannet Te Puna Tipping bucket U14:792 890 768301 Te Matai Kaituna Tipping Bucket U14:060 736
A structural inspection is required following an earthquake** event where an earthquake of Richter Magnitude > 6.0 has been recorded at an epicentral distance from the structure of less than 50 km by the Institute of Geological and Nuclear Sciences.
All inspection requirements (general and event based) are as defined in the Transit New Zealand Bridge Manual for ‘general’ inspections.
Table 3.12.0.4 sets out the number of bridge components with condition rating greater than or equal to 4.0 and condition rating greater than or equal to 5.0 and the number of bridges with a profile greater than or equal to 4.0 derived at year 0 of the Contract.
Table 3.12.0.4: Year 0 Bridge Component Condition and Profile
Structure Component Group No. of Bridge
components with
condition rating ≥ 4.0
No. of Bridge
components with
condition rating ≥ 5.0
No. of Bridges
with profile ≥
4.0
General Appearance 29 0 Super Structure
Concrete 5 0
Super Structure Steel 0 0 Super Structure Timber 1 0
Foundations and Substructure
11 0
Bridges
Scour and Waterway 22 1
3
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 54
3
3.12.1 Component Condition Rating
Contract Standard - for any bridge component having a condition rating of 4.0 or greater but less than 5.0, derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the condition rating of that bridge component shall be less than 4.0.
Contract Standard - for any bridge component having a condition rating of 5.0 or greater, derived as a result of a structural inspection (either general or event based); • the component and bridge shall be made safe
Immediately; and • as a result of the next scheduled general inspection the
condition rating of that bridge component shall be less than 5.0.
The Superintendent may approve a longer timeframe to implement the rectification works for comparison with this Key Performance Measure only where it will not pose a potential safety hazard and is in the interest of improving either the effectiveness or the efficiency of the proposed rectification works. Notwithstanding this the general inspections shall be required at the times specified in Table 3.12.0.1.
Where the Contractor considers that the rectification works required to achieve the Contract Standards fall outside of the scope of the Contract, then the Contractor shall notify the Superintendent in writing. The Superintendent will then advise the Contractor within 2 weeks of notification as to the extent of the rectification works which fall outside of the scope of the Contract, the Principal’s position with respect to implementation of such rectification works and any modified requirements for meeting of the Contract Standards. Only where the Superintendent and Contractor’s Representative do not agree shall the matter be elevated to the Management Board.
3.12.2 Profile
Contract Standard - for any bridge having a profile of greater than 4.0 derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the profile of that bridge shall be less than or equal to 4.0.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 55
3 3.12.3 Stock Index
The stock index is to be calculated from the most recent general inspection undertaken in accordance with Table 3.12.0.1.
Contract Standard - Table 3.12.3 sets out the Contract Standard required.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 56
3
Table 3.12.3: Bridges - Stock Index Contract Standard – Maximum stock index
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Bridge 3.11 3.10 3.09 3.08 3.07 3.06 3.05 3.04 3.03 3.02 3.01
3.13 Drainage Structure Maintenance
Drainage Structure Key Performance Measures relate to Drainage Structures within road groups 3 to 7 within the Limit of Works. Drainage Structure Key Performance Measure data is collected through structural inspections performed by the Contractor’s qualified structural engineer.
The maximum duration between general drainage structure inspections shall be as specified in Table 3.12.0.1. The maximum duration to undertake a structural inspection following a rain event shall be as specified in Table 3.12.0.2. Where an event based inspection has been performed the revised profile dictates the maximum duration to the next structural inspection.
Details of the calculation methods for the Drainage Structures Key Performance Measure are included in Appendix A3.11. Drainage structures include both culverts and lined and unlined surface water channels.
3.13.1 Culverts
Table 3.13.1.1 sets out the number and type of culvert components with condition rating = 5.0 and the number of culverts with a profile > 4.0 derived at year 0 of the Contract.
Table 3.13.1.1: Year 0 Culvert Component Condition and Profile
Drainage Structure
Component No. of Culvert components with condition rating =
5.0
No. of Culverts with profile > 4.0
Pipe 0 Inlet 0
Outlet 1 Culverts
Associated Structure 0
5
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 57
3 3.13.1.1 Component Condition Rating
Contract Standard - for any culvert component having a condition rating of 5.0 derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the condition rating shall be less than 5.0.
3.13.1.2 Profile
Contract Standard - for any culvert having a profile of greater than 4.0 derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the profile shall be less than or equal to 4.0.
3.13.1.3 Stock Index
The stock index is to be calculated from the most recent general inspection undertaken in accordance with Table 3.12.0.1.
Contract Standard - Table 3.13.1.3 sets out the Contract Standard required.
Table 3.13.1.3: Drainage Structures - Culvert Stock Index Contract Standard – Minimum stock index Drainage
Structure
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Culverts 2.59
2.59
2.59
2.59
2.59
2.59
2.59
2.59
2.59
2.59
2.59
3.13.2 Surface Water Channel
Table 3.13.2.1 sets out the length of both lined and unlined surface water channel for various terrain sub-groups having condition rating = 5.0 and with a profile > 4.0 derived at year 0 of the Contract.
Table 3.13.2.1: Year 0 Surface Water Channel Condition Rating and Profile
Drainage Structure
Sub-group Terrain
Length of Surface Water Channel (km)
with condition rating = 5.0
Length of Surface Water Channel
(km) with profile > 4.0
Level 0.05 Surface Water Hilly 11.72
16.76
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 58
3 Channels
(Lined) Mountainous 8.81
Level 4.05 Hilly 0.92
Surface Water
Channels (Unlined)
Mountainous 0.0 2.52
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 59
3
3.13.2.1 Component Condition Rating
Contract Standard -any length of surface water channel, having a condition rating of 5.0 derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the condition rating shall be less than 5.0.
3.13.2.2 Profile
Contract Standard - any length of surface water channel, having a profile of greater than 4.0 derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the profile shall be less than or equal to 4.0.
3.13.2.3 Stock Index
The stock index is to be calculated from the most recent general inspection undertaken in accordance with Table 3.12.0.1.
Contract Standard - Table 3.13.2.3 sets out the Contract Standard required.
Table 3.13.2.3: Drainage Structures – Surface Water Channel Stock Index Contract Standard – Maximum stock index
Drainage Structure
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Surface Water Channels (lined)
2.44
2.44
2.44
2.44
2.44
2.44
2.44
2.44
2.44
2.44
2.44
Surface Water Channels (unlined)
2.88
2.88
2.88
2.88
2.88
2.88
2.88
2.88
2.88
2.88
2.88
3.14 Minor Structure Maintenance
Minor Structure Key Performance Measures relate to minor structures within road groups 3 to 7 within the Limit of Works. Minor Structure Key Performance Measure data is collected through structural inspections performed by the Contractor’s qualified structural engineer.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 60
3 The maximum duration between general drainage structure inspections shall be as specified in Table 3.12.0.1. The maximum duration to undertake a structural inspection following an earthquake event shall be as specified in Table 3.12.0.2. Where an event based inspection has been performed the revised profile dictates the maximum duration to the next structural inspection.
Details of the calculation methods for Minor Structure Key Performance Measure are included in Appendix A3.12.
Table 3.14 sets out the number of minor structure components with condition rating greater than or equal to 4.0 and with condition rating greater than or equal to 5.0 and the number of minor structures with a profile greater than or equal to 4.0 derived at year 0 of the Contract.
Table 3.14: Year 0 Minor Structure Component Condition and Profile
Structure Component
No. of minor structures
components with
condition rating ≥ 4.0
No. of minor structures
components with
condition rating ≥ 5.0
No. of minor
structures with
profile ≥ 4.0
Overall Appearance 0 0 Wall Drainage 0 0
Vehicle Barriers / Pedestrian Handrails
2 0
Wall Structure 0 0
Minor structures
Wall Foundation 0 0
0
3.14.1 Component Condition Rating
Contract Standard - for any minor structure component having a condition rating of 4.0 or greater but less than 5.0, derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the condition rating of that minor structure component shall be less than 4.0.
Contract Standard for any minor structure component having a condition
rating of 5.0 or greater, derived as a result of the previous structural inspection (either general or event based); • the component and minor structure shall be made
safe Immediately; and • as a result of the next scheduled general inspection
the condition rating of that minor structure component shall be less than 5.0.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 61
3 3.14.2 Profile
Contract Standard - for any minor structure having a profile of greater than 4.0 derived as a result of the previous structural inspection (either general or event based), as a result of the next scheduled general inspection the profile of that minor structure shall be less than or equal to 4.0.
3.14.3 Stock Index
Contract Standard - Table 3.14.3 sets out the Contract Standard required.
Table 3.14.3: Minor Structure - Stock Index
Contract Standard – Maximum stock index Structure
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Minor Structures
3.16 3.15 3.14 3.13 3.12 3.11 3.10 3.09 3.08 3.07 3.06
3.15 Carriageway Lighting
Carriageway Lighting Key Performance Measures relate to carriageway lights within road groups 3 to 7 in both rural and urban areas and road groups 1 and 2 in urban areas only within the Limit of Works.
Carriageway Lighting – component condition rating, profile and stock index Key Performance Measure data is collected through structural inspections performed by the Contractor’s qualified structural engineer.
Carriageway Lighting – Average Lux per Community and Maximum Lux Key Performance Measure data is collected through the DCC High Speed Lux survey. Details of the calculation methods for Carriageway Lighting Key Performance Measures are included in Appendix A3.13.
Table 3.15 sets out the number and type of carriageway light components with condition rating equal to 4.0 and the number and type of carriageway light components with condition rating equal to 5.0 and the number of carriageway lights with a profile > 4.0 derived at year 0 of the Contract.
Table 3.15: Year 0 Carriageway Lighting Component Condition and Profile
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 62
3 Structure Compone
nt
No. of Carriageway Light components
with condition rating = 4.0
No. of Carriageway Light components
with condition rating = 5.0
No. of Carriageway Lights with profile
> 4.0 Lamp 128 4
Bracket 19 0 Carriagew
ay Lighting Pole 1 0
40
3.15.1 Component Condition Rating
Contract Standard - for any carriageway light component having a condition rating of 4.0 derived as a result of the previous structural inspection, as a result of the next scheduled inspection the condition rating of that carriageway light component shall be less than 4.0.
Contract Standard - for any carriageway light component having a condition rating of 5.0 derived as a result of the previous structural inspection, • the carriageway light shall be made safe Immediately;
and • an additional structural inspection shall be undertaken
within 2 months of the previous structural inspection whereby the condition rating of that minor structure component shall be less than 5.0.
3.15.2 Profile
Contract Standard - for any carriageway light having a profile of greater than 4.0 derived as a result of the previous structural inspection, as a result of the next scheduled inspection the profile of that carriageway light shall be less than or equal to 4.0.
3.15.3 Stock Index
Contract Standard - Table 3.15.3 sets out the Contract Standard required.
Table 3.15.3: Carriageway Lighting - Stock Index
Contract Standard – Maximum stock index Community
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Waihi Beach /Athenree
1.70 1.73 1.76 1.79 1.83 1.86 1.89 1.93 1.97 2.00 2.04
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 63
3 Table 3.15.3: Carriageway Lighting - Stock Index
Contract Standard – Maximum stock index Community
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Ongare Point 1.65 1.69 1.73 1.77 1.81 1.85 1.89 1.92 1.96 2.00 2.04
Katikati 1.88 1.90 1.91 1.93 1.94 1.96 1.97 1.99 2.00 2.02 2.04
Omokoroa 1.82 1.84 1.86 1.88 1.90 1.93 1.95 1.97 1.99 2.01 2.04
Te Puke 2.64 2.58 2.52 2.46 2.40 2.34 2.28 2.22 2.16 2.10 2.04
Maketu 1.78 1.81 1.84 1.86 1.89 1.92 1.94 1.97 2.00 2.02 2.04
Pukehina 1.69 1.73 1.76 1.80 1.83 1.87 1.90 1.94 1.97 2.01 2.04
Te Puke Rural 1.61 1.65 1.69 1.73 1.78 1.82 1.86 1.90 1.95 1.99 2.04
Welcome Bay 1.50 1.55 1.61 1.66 1.72 1.77 1.83 1.88 1.94 1.99 2.04
Tauranga Rural 1.93 1.94 1.95 1.96 1.97 1.98 1.99 2.00 2.01 2.02 2.04
Te Puna 1.81 1.83 1.85 1.88 1.90 1.92 1.95 1.97 1.99 2.02 2.04
Pio Shores 2.18 2.16 2.15 2.13 2.12 2.10 2.09 2.07 2.06 2.05 2.04
Bowentown 2.06 2.06 2.06 2.05 2.05 2.05 2.05 2.04 2.04 2..04
2.04
3.15.4 Average Lux per Community
Contract Standard - Table 3.15.4 sets out the Contract Standard required.
Table 3.15.4: Carriageway Lighting –Average Lux per Community Contract Standard –Minimum Average Lux per
Community (Lux m/m) Sub-group
(community)
Sub-group
(function)
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Collector 0.37
N/A N/A 0.77
N/A N/A 0.75
N/A N/A 0.75
N/A
Residential
0.24
N/A N/A 0.40
N/A N/A 0.46
N/A N/A 0.55
N/A
� Waihi Beach /
Pios Beach
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Collector 0.1
4 N/A N/A 0.4
6 N/A N/A 0.5
9 N/A N/A 1.3
3 N/A Athentree
Residential
0.39
N/A N/A 0.41
N/A N/A 0.62
N/A N/A 0.82
N/A
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 64
3 Table 3.15.4: Carriageway Lighting –Average Lux per Community
Contract Standard –Minimum Average Lux per Community (Lux m/m) Sub-group
(community)
Sub-group
(function)
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Collector N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Residenti
al 0.91
N/A N/A 0.59
N/A N/A 0.75
N/A N/A 0.92
N/A Tanners Point
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Collector N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Residenti
al 0.50
N/A N/A 0.22
N/A N/A 0.32
N/A N/A 0.98
N/A Ongare / Kauri Point
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Collector 0.3
2 N/A N/A 0.4
6 N/A N/A 0.4
6 N/A N/A 0.6
2 N/A
Residential
0.29
N/A N/A 0.46
N/A N/A 0.51
N/A N/A 0.61
N/A Katikati
Industrial 0.49
N/A N/A 6.48
N/A N/A 6.48
N/A N/A 6.48
N/A
Collector 0.32
N/A N/A 0.91
N/A N/A 0.80
N/A N/A 0.80
N/A
Residential
0.35
N/A N/A 0.39
N/A N/A 0.44
N/A N/A 0.59
N/A Omokoroa
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Collector 0.3
3 N/A N/A 0.5
8 N/A N/A 0.5
8 N/A N/A 0.6
7 N/A
Residential
0.21
N/A N/A 0.29
N/A N/A 0.29
N/A N/A 0.63
N/A Te Puna / Minden
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Collector 1.6
2 N/A N/A 0.6
2 N/A N/A 0.8
5 N/A N/A 1.4
9 N/A
Residential
0.63
N/A N/A 0.36
N/A N/A 0.39
N/A N/A 0.51
N/A Te Puke
Industrial 10.5
N/A N/A 8.65
N/A N/A 8.87
N/A N/A 9.09
N/A
Collector 0.13
N/A N/A 0.72
N/A N/A 0.72
N/A N/A 0.86
N/A
Residential
0.21
N/A N/A 0.33
N/A N/A 0.43
N/A N/A 0.69
N/A Maketu /
Little Waihi
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 65
3 Table 3.15.4: Carriageway Lighting –Average Lux per Community
Contract Standard –Minimum Average Lux per Community (Lux m/m) Sub-group
(community)
Sub-group
(function)
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Collector 0.55
N/A N/A 1.61
N/A N/A 1.65
N/A N/A 1.73
N/A
Residential
0.19
N/A N/A 0.50
N/A N/A 0.71
N/A N/A 1.00
N/A Paengaroa
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Collector 0.2
4 N/A N/A 0.6
9 N/A N/A 0.8
2 N/A N/A 1.2
9 N/A
Residential
0.34
N/A N/A 0.32
N/A N/A 0.42
N/A N/A 0.52
N/A Pukehina Beach
Industrial N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A
3.15.5 Maximum Lux
Contract Standard - Table 3.15.5 sets out the Contract Standard required.
Table 3.15.5: Carriageway Lighting – Maximum Lux Contract Standard – Maximum Lux Sub-group
(community)
Sub-group
(function)
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Collector 20.0 20.0 20.0 20.0 20.0 20.0 20.0 20.0 20.0 20.0 20.0
Residential
11.8 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 All
Industrial 30.0 35.0 35.0 35.0 35.0 35.0 35.0 35.0 35.0 35.0 35.0
3.16 Rural Flag Lighting
The Rural Flag Lighting Key Performance Measure relates to rural intersections within road groups 3 to 7 within the Limit of Works (excluding all intersections with roads categorised as falling within road groups 1 and 2).
Details of the calculation methods for Rural Flag Lighting Key Performance Measure are included in Appendix A3.14
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 66
3 3.16.1 Intersection with Through lane ADT > 500 and Sum of the Leg ADT > 100
Contract Standard - Table 3.16.1 sets out the Contract Standard required.
Table 3.16.1: Rural Flag Light - Intersection with Through lane ADT > 500 and Sum of the Leg ADT > 100
Contract Standard – Maximum Number of Intersection with Through lane ADT > 500 and Sum of the Leg ADT
> 100 without a rural flag light Sub-group
Community Year 0
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Waihi Beach 7 4 0 0 0 0 0 0 0 0 0 Katikati 2 1 0 0 0 0 0 0 0 0 0 Kaimai 19 10 0 0 0 0 0 0 0 0 0
Te Puke 4 2 0 0 0 0 0 0 0 0 0 Maketu 7 4 0 0 0 0 0 0 0 0 0
3.17 Rural Bus Shelter
Rural Bus Shelter Key Performance Measure relate to the rural bus shelters within road groups 3 to 7, sub-group rural within the Limit of Works.
Rural Bus Shelter Key Performance Measure data is collected through an annual rural bus shelter inspection undertaken by the Contractor. Details of the calculation methods for the Rural Bus Shelter Key Performance Measure are included in Appendix A3.15.
Table 3.17 sets out the number and type of rural bus shelter components with condition rating = 5.0 and the number of rural bus shelter with a profile > 4.0 derived at year 0 of the Contract.
Table 3.17: Year 0 Rural Bus Shelter Component Condition and Profile
Component No. of Rural Bus Shelter
components with condition rating = 5.0
No. of Rural Bus Shelter with profile > 4.0
Surrounding Area 0 Structure 0 Cladding 1 Seating 4
Painting Requirements 8 Graffiti Removal 2
2
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 67
3 3.17.1 Component Condition Rating
Contract Standard - for any rural bus shelter component having a condition rating of 5.0 derived as a result of the previous inspection, as a result of the next scheduled inspection the Condition Rating of that rural bus shelter component shall be less than 5.0.
3.17.2 Profile
Contract Standard - for any rural bus shelter having a profile of greater than 4.0 derived as a result of the previous inspection, as a result of the next scheduled inspection the profile of that rural bus shelter shall be less than or equal to 4.0.
3.17.3 Stock Index
Contract Standard - Table 3.17.3 sets out the Contract Standard required.
Table 3.17.3: Rural Bus Shelter - Stock Index
Contract Standard – Maximum stock index Structure
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Rural Bus Shelter 2.37 2.37 2.37 2.37 2.37 2.37 2.37 2.37 2.37 2.37 2.37
3.18 Footpaths
Footpath Key Performance Measures relate to footpath within road groups 3 to 7 within the Limit of Works. Footpath Key Performance Measure data is collected through the DCC RAMM Rating Survey. Details of the calculation methods for the Footpath Key Performance Measure are included in Appendix A3.16.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 68
3 3.18.1 Length for Renewal
Contract Standard - Table 3.18.1 sets out the Contract Standard required.
Table 3.18.1: Footpath – Length for Renewal Contract Standard – Maximum Length for Renewal (m) Sub-group
(community)
Year 0 Year
1 Year
2 Year
3 Year
4 Year
5 Year
6 Year
7 Year
8 Year
9 Year 10
Athentree 5 7.6 10.2 12.8 15.4 18.0 20.6 23.2 25.8 28.4 31.0
Waihi Beach
98 97.2 96.3 95.5 94.6 93.8 92.9 92.1 91.2 90.4 89.5
Pios Beach 170 158.0
146.0
134.0
122.0
110.0
98.0 86.0 74.0 62.0 50.0
Tanners Point
0 0 0 0 0 0 0 0 0 0 0
Ongare Point
0 0 0 0 0 0 0 0 0 0 0
Katikati 161 160.4
159.8
159.3
158.7
158.1
157.5
157.0
156.4
155.8
155.2
Omokoroa 31 36.8 42.6 48.4 54.3 60.1 65.9 71.7 77.5 83.3 89.1
Te Puke 252 256.3
260.6
264.8
269.1
273.4
277.7
282.0
286.2
290.5
294.8
Maketu 50 47.3 44.5 41.8 39.1 36.4 33.6 30.9 28.2 25.4 22.7
Paengaroa 0 1.4 2.7 4.1 5.4 6.8 8.2 9.5 10.9 12.2 13.6
Pukehina 0 1.0 2.1 3.1 4.2 5.2 6.3 7.3 8.3 9.4 10.4
Rural 2 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0
3.18.2 New Footpath Construction
New footpath construction shall be required up to an average of 950m per annum in accordance with a 3 year rolling programme, provided by the Principal. New footpath construction shall include all berm reinstatement and vehicle crossings. At the discretion of the Principal, where the requirement for any one year is less than or greater than 950m, the balance may be incorporated within the next years new footpath construction. For the avoidance of doubt the 3 year rolling programme may require 1,100m in year 1, 1,150m in year 2 and 600m of new footpath in year 3.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 69
3 The 3 year rolling programme will specify the location for which new footpath is required.
Contract Standard - within the lump sum the Contractor shall provide for a minimum of 950 m of new footpath construction per annum.
3.19 Safety Performance
The Safety Performance Key Performance Measures relate to the safety performance of the road groups 3 to 7, sub-group rural within the Limit of Works. Safety Performance Key Performance Measure data is collected through an annual safety inspection undertaken by the Contractor. Details of the inspection requirements and calculation methods for the Safety Performance Key Performance Measure are included in Appendix A3.17.
3.19.1 Safety Performance Index (Sealed)
Contract Standard - Table 3.19.1 sets out the Contract Standard required.
Table 3.19.1: Safety Performance Index (Sealed) Contract Standard – Maximum Safety Performance Index
(Sealed Network) Road Grou
p Sub-
group Year
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Rural 3.26 3.13
3.01
2.88
2.76
2.63
2.50
2.38
2.25
2.13
2.00
4 & 5 Rural 3.62 N/A 3.30
N/A 2.97
N/A 2.65
N/A 2.32
N/A 2.00
6 & 7 Rural 4.14 N/A N/A N/A 3.07
N/A N/A N/A 2.00
N/A N/A
3.19.2 Safety Performance Index (Unsealed)
Contract Standard - Table 3.19.2 sets out the Contract Standard required.
Table 3.19.2: Safety Performance Index (Unsealed) Contract Standard – Maximum Safety Performance Index Road
Group
Sub-group
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 70
3 All Rural 2.61 N/A N/A N/A 2.3
1 N/A N/A N/A 2.0
0 N/A N/A
3.20 Accidents
Accident Key Performance Measures relate to road groups 3 to 7, sub-group rural within the Limit of Works. Accident Key Performance Measure data is taken from the annual LTSA publication of road statistics relating to Group D ‘Provincial Towns and Hinterland, Population 20,000 – 75,000 and 25% to 90% rural crashes’.
Details of the calculation methods for the Accident Key Performance Measures are included in Appendix A3.18.
3.20.1 Percent with Road Related Factors
Contract Standard - The percent of reported injury crashes with Road Factors reported as a contributing factor shall not be more than 90% of the Control Group D as established by the LTSA.
3.20.2 Social Cost
Contract Standard - The total social cost of reported injury crashes with Road Factors per traffic exposure reported as a contributing factor shall not be more than 95% of the Control Group D as established by the LTSA when measured in cost/veh km.
3.21 Visibility
The Visibility Key Performance Measure relates only to road group 3, sub-group rural roads within the Limit of Works as at 1 April 2002 (ie. at the year 0 survey). Within the duration of the Contract any road categorised as a road group other than 3 at 1 April 2002 (initial survey base data) which is subsequently elevated to road group 3 (through an increased ADT) shall not be considered within this Key Performance Measure unless negotiated separately by the Management Board.
The Visibility Key Performance Measure data is collected through the Contractor’s inspections. Details of data collection requirements and calculation methods for the Visibility Key Performance Measure are included in Appendix A3.19.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 71
3 3.21.1 Length with Inadequate Available Sight Distance
Contract Standard - Table 3.21.1 sets out the Contract Standard required.
Table 3.21.1: Visibility - Length with Inadequate Available Sight Distance Contract Standard –Maximum length where the Available
Sight Distance is less than the Safe Sight Stopping Distance (km)
Road Grou
p
Sub-grou
p Year
0 Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Rural 5.0 N/A N/A 3.6 N/A N/A 2.3 N/A N/A 1.0 N/A
3.22 Urban Trees
Urban Tree Key Performance Measures relate to trees situated within road groups 3 to 7, sub-group urban within the Limit of Works. Urban Tree Key Performance Measure data is collected through an annual tree inspection to be undertaken by the Contractor. Details of the calculation methods for Urban Tree Key Performance Measures are included in Appendix A3.20.
Table 3.22.1 sets out the number and type of urban trees with a condition rating = 5.0 and the number of urban trees with a risk profile > 4.0 derived at year 0 of the Contract.
Table 3.22.1: Year 0 Urban Tree Component Condition and Profile
Community No. of Urban Trees with condition rating = 5.0
No. of Urban Trees with profile > 4.0
Waihi Beach / Athentree 0 1 Tanners Point 0 0 Ongare Point 0 0
Katikati 0 3 Omokoroa 2 9 Te Puke 4 37 Maketu 0 0
Paengaora 0 1 Pukehina Beach 1 1
Pio’s Beach 0 1
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 72
3 3.22.1 Condition Rating
Contract Standard - for any urban tree having a condition rating of 5.0 derived as a result of the previous inspection, as a result of the next scheduled inspection the condition rating of that urban tree shall be less than 5.0.
3.22.2 Profile
Contract Standard - for any urban tree having a profile of greater than 4.0 derived as a result of the previous inspection, as a result of the next scheduled inspection the profile of that urban tree shall be less than or equal to 4.0.
3.23 Carriageway Width
Carriageway Width Key Performance Measure relate to the road groups 3 to 7, sub-group rural within the Limit of Works.
Details of the calculation methods for Carriageway Width Key Performance Measures are included in Appendix A3.21.
3.23.1 Unsealed Length with width < 5 m
Contract Standard - Table 3.23.1 sets out the Contract Standard required.
Table 3.23.1: Carriageway Width – Unsealed Length with width less than 5 m Contract Standard –Maximum unsealed length with width less
than 5 m Road Group
Sub-group
Year 0 Yea
r 1 Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
Year 9
Year 10
3 Rural 0.0 N/A N/A 0.0 N/A N/A 0.0 N/A N/A 0.0 N/A 4 & 5 Rural 16.9 N/A N/A 11.3 N/A N/A 5.6 N/A N/A 0.0 N/A
6 & 7 Rural 152.2 N/A N/A 143.3
N/A N/A 134.5
N/A N/A 125.6
N/A
3.23.2 Total Deficient Exposed to > 1m Underwidth
Contract Standard - Table 3.23.2 sets out the Contract Standard required.
Maintenance Specification 1 Key Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 73
3 Table 3.23.2: Carriageway Width – Total Deficient Exposed to > 1m Underwidth
Contract Standard – Maximum total deficient m2 .veh/day.km exposed to road greater than 1.0m underwidth Road
Group
Sub-grou
p Year 0
Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8 Year 9Year 10
3 Rural 166,778
154,597
142,416
130,235
118,054
105,873
93,692
81,511
69,330
57,149
44,968
4 & 5 Rural 76,403 75,689
74,975
74,261
73,547
72,833
72,118
71,404
70,690
69,976
69,262
6 & 7 Rural 1,497 1,463 1,429 1,395 1,361 1,327 1,293 1,259 1,225 1,192 1,158
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 74
4 4. Operational Performance Measures
4.1 Definition
Operational Performance Measures reflect the road users expectation about the network’s day to day serviceability. . For each Operational Performance Measure the Contractor must comply with both Contract Standard and Response Time Performance Criteria separately as defined below. The Contractor is required to develop and implement a compliance monitoring system in accordance with Maintenance Specification, Clause 5.3.1 to ensure that both Contract Standards and Response Times are being achieved.
Contract Standard, in respect of an Operational Performance Measure, means the standard the Contractor is required to comply and report compliance with at all times, regardless of whether defects have been programmed for repair within the Response Time or not. The objectives of the Contract Standard are to ensure that a measurable level of Service is maintained which reflects the road users day to day serviceability expectations on a network wide basis, and to permit auditing of the Contractors performance by the Superintendent.
Response Time means the time in which the Contractor must rectify any particular instance of a defect regardless of compliance being achieved with the Contract Standard. Unless specifically requested otherwise by the Superintendent, the Contractor is required to report compliance with Response Times only for Incident Response.
The Superintendent may choose to perform a Superintendent’s review with respect to the Contractors Response Times, for example, by recording the route position of potholes and repeating the inspection later to determine if those specific potholes have been repaired and whether the Contractor has achieved the Response Time.
Notwithstanding any of the Response Times specified within the Contract Documents, if any defect or problem arises that constitutes a potential safety hazard, the defect or problem shall be rectified as soon as possible but within 24 hours.
Within the Operational Performance Measure Clauses 4.2 to 4.21 any reference to a standard specification or publication other than those listed in Appendix A1.6 and A1.7 respectively are for purposes of terminology definition or the definition of an identified output standard or measurement convention. The Contractor is not required to comply with the methodology specified in any such standard specification or publication other than those listed in Appendix A1.6 or A1.7 respectively.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 75
4 4.2 Pavement
Pavement faults are generally described in Transit’s C Series and WBoPDC Road Maintenance Standard Specifications.
Contract Standards and Response Times - Table 4.2.1 sets out the Contract Standards and Response Times required.
Table 4.2.1: Operational Performance Measures – Pavement
Contract Standard Defect Road
Group / Sub-group
Response Time
Potholes – Sealed Pavement Potholes > 100mm in diameter 24 hrs A minimum of 97% of
tthe total number of 100m sections shall be without defect:
Potholes > 250mm in diameter or identified by public complaint
1 & 2 4 hrs
3 & 4 1 month 5 to 7 Urban 6 weeks Pothole 5 to 7 Rural 12 weeks
Potholes – Unsealed Pavement > 5 potholes per 100m 3 & 4 > 10 potholes per 100m 5 > 15 potholes per 100m 6
> 20 potholes per 100m 7
5 days
Unsealed Pavement Surface Shape Camber outside tolerances of 4% – 8% and/or superelevation outside tolerances of +4% – +10%
4 & 5
Camber outside tolerances of 4% – 10% and/or superelevation outside tolerances of –4% – +15%
6
Camber outside tolerances of 4% – 15% and/or superelevation outside tolerances of –4% – +20%
7
6 months
Unsealed Pavement Corrugations and Rutting > 50mm depth and 10m length 4 & 5 > 65mm depth and 15m length 6 > 75mm depth and 30m length 7
1 Month
Surfacing
Not more than 3 surplus or loose chip creates a traffic hazard or public complaint; or 1 & 2 2hrs
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 76
4 Table 4.2.1: Operational Performance Measures – Pavement
Contract Standard Defect Road
Group / Sub-group
Response Time
instances in any calender year of defect:
repair surfacing does not have a texture comparable to the surrounding surface texture
3 months
bald patch (includes chip loss / slick surface) > 10m length on curve or 60m at approach to intersection
3 to 7
bald patch (includes chip loss / slick surface) > 15m length on straight 3 to 7
3 months
(PCB03.17): Groups 3 to 7: Response time effective 30 April 2003
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 77
4
Table 4.2.1: Operational Performance Measures – Pavement
Contract Standard Defect Road
Group / Sub-group
Response Time
Cracking A minimum of 95% of the total number of 1km sections shall be without defect:
> 10m total length of cracking 1 & 2 1 month
(PBC03.17): Road Groups 1 & 2: Response time effective 31 March 2003
Heaves and Shoves Shove and/or heave > 20 mm 1 1 week A minimum of 99% of the
total number of 100m sections shall be without defect:
Shove and/or heave > 40 mm 2 1 week
Shove and/or heave > 100 mm 3 to 7 2 weeks (PBC03.17): Road Groups 3 to 7: Response time effective 28
February 2003Edgebreak
section with sealed shoulder < 0.5m and > 2m total length of edgebreak 2 weeks A minimum of 95% of the
total number of 1km sections shall be without defect
section with sealed shoulder > 0.5m and > 2m total length of edgebreak
1 & 2 1 month
Edge break encroaching lesser of > half the thickness of the edge line or encroaching > 200mm from edge of seal
3 3 weeks
4 1 month 5 to 7 Urban 6 weeks
Edge break encroaching > 200mm from edge of seal 5 to 7
Rural 3 months
(PBC03.17): Response times:
1 month for Groups 1 and 2: Effective from 31 March 2003Groups 3, 4, 5 to 7: Effective from 1 May 2003
Depressions and Rutting (PBC03.17): *Ponding or water concentration >50mm depthPonding or water concentration > 30mm depth **Ponding or water concentration > 30mm depth
Rut or depression constituting a safety hazard at any depth
1 & 2 2 weeks
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 78
4 Table 4.2.1: Operational Performance Measures – Pavement
Contract Standard Defect Road
Group / Sub-group
Response Time
Potential for aquaplaning problems
PBC03.17: *Effective from 1 May 2003 **Effective from 28 February 2004
Depression > 30mm under 1.2m straight edge and/or > 60mm beneath a 5m straight edge
3 Urban
Depression > 30mm under 1.2m straight edge and/or > 40mm beneath a 5m straight edge
3 Rural
Depression > 50mm under 1.2m straight edge and/or > 80mm beneath a 5m straight edge
4 Urban
Depression > 40mm under 1.2m straight edge and/or > 60mm beneath a 5m straight edge
4 Rural
6 months
(PBC03.17):
Road Group 3 Urban: Response times effective from 1 May 2003Road Group 4 Urban: Response times effective from 1 May 2003
Level Crossings 1, 2 & 3 1 month Railway crossing not maintained in
accordance with the Tranzrail/RCA Level Crossing agreement 4 to 7 3 months
Cannot remove page break – continued overleaf
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 79
4
Table 4.2.1: Operational Performance Measures – Pavement
Contract Standard Defect Road
Group / Sub-group
Response Time
Service Covers A minimum of 95% of the total number of all service covers shall be without defect:
Outside tolerance of +/- 10mm of the surrounding pavement surface 1 & 2 2 months
(PBC03.17): Response times effective 28 February 2003 Lined Surface Water Channel
:
(PBC03.17> 2% of the total length of kerb and channel in any 1km length damaged or missing to an extent that will affect the adjacent pavement
1 & 2 3 months
72% of the total length of kerb and channel in any 1 km length damaged or missing to an extent that has resulted in a separation between the seal and the kerb structure, and/or a gap >25mm within the channel
1 & 2 *2 months
72% of the total length of kerb and channel in any 1 km length damaged or missing to an extent that has resulted in a separation between the seal and the kerb structure, and/or a gap >15mm within the channel
1 & 2 ** 2 months
*Effective from 1 May 2003
**Effective from 1 May 2004
4.3 Shoulders
Shoulders and shoulder maintenance activities are generally described in Transit’s C Series and WBoPDC Road Maintenance Standard Specifications.
Contract Standards and Response Times - Table 4.3.1 sets out the Contract Standards and Response Times required.
Table 4.3.1: Operational Performance Measures – Shoulders
Contract Standard Defect Road
Group / Sub-group
Response Time
Low Shoulder
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 80
4 Table 4.3.1: Operational Performance Measures – Shoulders
Contract Standard Defect Road
Group / Sub-group
Response Time
A minimum of 95% of the total number of 1km sections shall be without defect:
> 100m of total length of low shoulder including any edge rutting > 50mm depth
1 & 2 2 months
(PBC03.17): Response times effective 1 May 2003
Edge Rutting edge rutting > 50mm depth 1 & 2 1 month edge rutting > 75mm depth 3 to 7 1 month (PBC03.17): Response times effective 28 February 2003High Shoulder . A minimum of 95% of the total number of 1km sections shall be without defect
> 100m of total length of shoulder which prevents water from readily and directly draining from the sealed surface
1 & 2 2 months
(PBC03.17): Response times effective 1 May 2003Shoulder Aggregate
Shoulder with aggregate size > 20mm Shoulder with depth of loose
aggregate > 30mm 1 & 2 2 months
Potholes Shoulder pothole > 100mm in diameter
A minimum of 95% of the total number of 100m sections shall be without defect Shoulder pothole > 50mm deep
1 & 2 2 weeks
(PBC03.17): Response times effective 28 February 2003
4.4 Detritus
Detritus is any collection of fragments and/or material on sealed surfaces, in drainage channels and on debris benches including, but not limited to sealing chip, pavement aggregates, dead animals and abandoned vehicles. In addition, detritus includes:
a) any material that impedes the efficient operation of existing drainage
b) frettings from cuttings and deposits of wind blown sand or grit, loose aggregates, fallen leaves
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 81
4 c) the results of build up of minor droppings or spillages from passing traffic or
climatic conditions
d) material in lined and unlined channels and areas adjoining the Assets resulting from the Contractor’s operation
e) frost and ice grit once ice has thawed
Sealed surface is any sealed or paved surface including, but not limited to the road pavement including shoulders, weighpits, rest areas, and bridge decks. It includes footpaths, deck drainage channels and open bridge deck joints.
Drainage channel is any lined or unlined channel used to drain water from the pavement and/or the surrounding ground. They include, but are not limited to, surface water channels, kerb and channel, concrete dish channels, side drains and drainage channels and bridge drainage outlets.
Contract Standard and Response Times - Table 4.4.1 sets out the Contract Standards and Response Times required.
Table 4.4.1: Operational Performance Measures – Detritus
Contract Standard Defect Road Group / Sub-group
Response Time
Sealed Surface Detritus > 500g of detritus in any single 4sqm
of sealed surface at any time 1 week
frost & ice grit 1 & 2
2 hrs Table continued on next page
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 82
4
Table 4.4.1: Operational Performance Measures – Detritus
Contract Standard Defect Road Group / Sub-group
Response Time
Lined and Unlined Channels A minimum of 95% of the total number of all 100m sections of lined and unlined channel shall be without defect (sections need not be continuous)
ponding > 200mm depth in any location 1 & 2 1 week
Lined Channel A minimum of 95% of all the total number of 100m sections of lined channel shall be without defect (sections need not be continuous)
> 10% of the cross sectional area obstructed at any location
1 & 2 1 week
Obstruction > 20mm in height 3 to 7 2 weeks
(PBC03.17):
Groups 1 & 2: Response times effective 28 February 2003Groups 3 to 7: Response times effective 31 March 2003
Debris Benches Bench does not catch debris and/or
control water (except in the case of a sudden slip requiring Incident Response)
1 & 2 2 weeks
4.5 Routine Bridge Maintenance
This Operational Performance Measure applies to bridges on road groups 1 and 2 only. Maintenance of bridges on road groups 3 to 7 shall be carried out in accordance with the relevant Key Performance Measures.
Bridges are defined as any structure with a waterway over 3.4m2. Any structure with a waterway up to 3.4m2 is defined as a stormwater structure and is maintained in accordance with Maintenance Specification, Clause 4.6. Bridges also include some underpasses and overbridges.
Routine bridge maintenance involves all work associated with maintaining the condition and appearance however excludes work which affects the load carrying capacity of these structures. Examples of routine maintenance works include:
a) keeping all components clean
b) removing detritus from decks, drainage holes, droppers, bearings, deck joints etc
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 83
4 c) repairing damaged guardrails and handrails
d) maintaining: • painted surfaces, other than the main structural steel components, in good
condition and free of corrosion • waterway area and clearing debris from the structure • drainage systems, deck joints, bearings, linkages etc., and timber decks in
a serviceable conditions
e) reporting all damage and deterioration which may impact on structural performance to the Principal’s bridge consultant.
Appendix A4.1 lists the bridges known to require specific maintenance.
The structural maintenance of bridges within road groups 1 and 2 is not included within the Services, other than the reporting of structural damage and deterioration to the Principal’s bridge consultant.
Contract Standard and Response Times - Table 4.5.1 sets out the Contract Standards and Response Times required.
Table 4.5.1: Operational Performance Measures – Routine Bridge Maintenance
Contract Standard Defect Road Group / Sub-group
Response Time
Cleanliness Any moss, vegetation, detritus etc 6 months A minimum of 95% of the
total number of bridges shall be without defect Any visible graffiti
1 & 2 3 months
(PBC03.17): 6 months: Response times effective 1 May 2003Painted Surfaces
A minimum of 98% of the total number of bridges shall be without defect
Painted surfaces (except for the main structural steel components) are not in sound condition and/or free of corrosion
1 & 2 6 months
(PBC03.17): Response times effective 1 May 2003Structural Integrity Reporting
Structural damage unreported to Principals bridge consultant 24hrs
Maintenance required unreported to Principals bridge consultant 1 month
Deterioration unreported to Principals bridge consultant
1 & 2
6 months
Drainage
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 84
4 Table 4.5.1: Operational Performance Measures – Routine Bridge Maintenance
Contract Standard Defect Road Group / Sub-group
Response Time
Damage associated with ineffective or inoperable drainage systems unreported to Principals bridge consultant
1 & 2 1 month
Detritus
Detritus has not been removed which is affecting or has the potential to affect the operation of drainage holes, droppers, bearings or deck joints
1 & 2 3 month
(PBC03.17): 3 months - Response times effective 28 February 2003
Deck Joints
No damage to traffic associated with defect
Ineffective or inoperable joints unreported to Principals bridge consultant
1 & 2 2 days
Bearing and Linkage Bolts Defective bearing or linkage bolt is
unreported to Principals bridge consultant
1 & 2 2 days
Timber Decks A minimum of 98% of the total number of deck members shall be without defect
Not sound, firmly fixed and/or free of projections 2 days
Surface texture not compatible with the approaches
1 & 2
6 months
Waterway Waterway debris on structure 1 week Scour, approach instability or other
waterway features detrimental to the structure unreported to Principals bridge consultant
1 & 2 2 days
(PBC03.17): 1 week - Response times effective 28 February 2003
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 85
4 4.6 Routine Drainage Structure Maintenance
4.6.1 Stormwater Structures
Stormwater structures are any structures with a maximum waterway of up to 3.4m2 and include, but are not limited to, culverts, manholes, sumps, slot drains, catch pits, soak holes, flumes, outlets to subsoil drains, outlets to bored horizontal drains and accessway culverts.
Any structure with a waterway over 3.4m2 is defined as a bridge.
Contract Standard and Response Times - Table 4.6.1 sets out the Contract Standards and Response Times required.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 86
4
Table 4.6.1: Operational Performance Measures – Stormwater Structures
Contract Standard Defect Road Group / Sub-group
Response Time
Sumps, Manholes, Catchpits etc > 30% of their volume filled with debris debris within 200mm of the outlet pipe invert
A minimum of 95% of the total number of sumps, manholes, catchpits etc. shall be without defect: > 10% of the cross sectional area of any
outlet pipe covered with debris
1 & 2 3 months
Soak hole fails to function 3 to 7 1 month
(PBC03.17):
Road Groups 1 & 2: 3 months – response time effective 31 March 2003
Culverts 20% of the cross sectional area of the culvert inlet, outlet or barrel filled with debris
3 monthsA minimum of 95% of the total number of culverts shall be without defect: Structural damage or deterioration not
reported in Safety Management and Intervention Plan
1 & 2
2 weeks
Horizontal, Subsoil and Similar Drains A minimum of 95% of the total number of drains shall be without defect:
Inoperative drain 1 & 2 3 months
4.6.2 Surface Water Channels and Side Drains
Surface water channels and side drains are defined in the Transit’s C Series Standard Specifications
Contract Standard and Response Times - Table 4.6.2 sets out the Contract Standards and Response Times required.
Table 4.6.2: Operational Performance Measures – Surface Water Channels
Contract Standard Defect Road Group / Sub-group
Response Time
Lined Surface Water Channels and Flumes A minimum of 95% of the total number of 100m sections of all surface water channels and 95% of the total number of flumes shall be without defect
> 10% of the cross sectional area is obstructed in any location 1 & 2 3 months
(PBC03.17): 3 months - Effective 30 April 2003
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 87
4 Table 4.6.2: Operational Performance Measures – Surface Water Channels
Contract Standard Defect Road Group / Sub-group
Response Time
Unlined Surface Water Channels A minimum of 95% of the total number of 100m sections of side drains shall be without defect
> 10% of the cross sectional area obstructed in any location 1 & 2 3 months
Blocked 3 to 7 Rate* within 1 week
Blocked with Rating greater than 4 3 to 7 2 weeks
Blocked with Rating less than or equal to 4 3 to 7 1 week
(PBC03.17): Road Groups 1 & 2: 3 months – Response times effective 30
April 2003Road Groups 3 to 7, “Blocked” defect: Response times effective
31 March 2003
* Risk rating in accordance with Appendix A3.11.3.2.
4.7 Routine Minor Structure Maintenance
Minor structures are defined as any other structure within the road reserve, including earth retention structures of any type, reinforced slopes and the like.
Routine minor structure maintenance involves all work associated with maintaining the condition and appearance however excludes work which affects the load carrying capacity of these structures.
The structural maintenance of minor structures within road groups 1 and 2 is not included within the scope of works for the PBC, other than the reporting of structural damage and deterioration. Contract Standard and Response Times - Table 4.7.1 sets out the Contract
Standards and Response Times required.
Table 4.7.1: Operational Performance Measures – Routine Minor Structure Maintenance
Contract Standard Defect Road Group / Sub-group
Response Time
All Other Structures, Retaining Walls and River Protection Any damage to non-structural components 3 months A minimum of 95% of the
total number of non-structural components shall be without defect
Damage of a minor or local nature to structural elements
1 & 2 3 months
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 88
4 Table 4.7.1: Operational Performance Measures – Routine Minor Structure Maintenance
Contract Standard Defect Road Group / Sub-group
Response Time
Instability or structural problems unreported to the Principal’s bridge consultant
1 & 2 24 hrs
Not clear of debris throughout the length of the system 1 month A minimum of 95% of the
total number of drainage systems shall be without defect Jammed debris.
1 & 2 1 month
Damage or deterioration associated with ineffective or inoperable drainage systems unreported to the Principals bridge consultant
1 & 2 1 month
(PBC03.17): Road Groups 1 & 2: All response times effective 31 March 2003
Access A minimum of 95% of the total number of structures shall be without defect
Convenient foot access not available 1 & 2 6 months
(PBC03.17): Response times effective 31 March 2003Services Damage or deterioration to services
unreported to service authorities. 1 & 2 1 month
4.8 Vegetation Control & Maintenance
Appendices A4.2 - A4.5 inclusive set out the location and extent of vegetation control and maintenance requirements.
The control and maintenance types referred to in the above Appendices are:
a) Type 1 Control – all vegetation must be maintained between a minimum height of 40mm and a maximum height of 90mm. This standard applies to nominated areas, including shoulders, medians, traffic islands and highway verges within urban areas.
b) Type 2 Control – all vegetation must be maintained between a minimum height of 40mm and a maximum height of 150mm. This standard applies to rest areas.
c) Type 3 Control – all vegetation must be maintained between a minimum height of 60mm and a maximum height of 200mm. This standard applies to rural state highways.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 89
4 d) Type 4 Control – all vegetation must be maintained between a minimum
height of 100mm and a maximum height of 400mm. This standard applies to sight benches on rural state highways and large vegetated areas.
e) Type 5 Control – this standard applies to the control of vegetation around edge marker posts, signs, sign posts, bridge end and culvert markers, culvert ends, headwall, guardrails, sight rails, surface water channels, kerb and channel, weighpits, side drains, culvert waterways bridge abutments and rest area furniture.
The extent of control is described in Clause 3.6 of the Transit’s C21 Standard Specification.
All sealed surfaces and unsealed trafficable shoulders must be vegetation free at all times. For all other surfaces where Type 5 Control is applied, Vegetation Free or Near Vegetation Free means all vegetation is controlled so:
i) The maximum vegetation height of 100mm is not exceeded
ii) The method of control: does not result in vegetation burn off or the creation of potential
burn off maintains the free flow of water to discharge points prevents mechanical damage to roadside furniture such as
signs, marker posts, guardrails etc enables missing or damaged roadside furniture such as marker
posts, signs etc to be readily identified
f) Type 6 Control – For road groups 1 and 2, this standard applies to the control of all plant pests within the Limit of Works including stockpile sites. For road groups 3 to 7, this standard applies to the control of all plant pests within stockpile sites and rest areas. Although the responsibility for control of plant pests within the road reserve, on the road frontage of private property rests with the occupiers of the adjoining land.
g) Type 7 Maintenance – this standard applies to the maintenance of gardens, planted areas and street trees. Appendix A4.4 details the specific requirements that apply to this Contract.
h) Type 8 Control – all vegetation must be maintained between a minimum height of 100mm and a maximum height of 1000mm. This standard applies to group 4 roads where there are no edge marker posts.
i) Type 9 Maintenance – this standard applies to the main street areas of Te Puke and Katikati. Footpaths, parking areas and hard surfaces must be vegetation free. Edges around all structures, gardens, footpaths, kerblines and
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 90
4 trees must be maintained and the vegetation shall be trimmed flush with the edges.
j) Type 10 Control – this standard applies to the control of vegetation on pedestrian walkways. The footpath edges and pedestrian envelope must be clear of vegetation to a height of 2.0m.
The vegetation control and maintenance areas are referred to in Appendices A4.2 and 4.3.
Note that while specific Contract Standards and Response Times for vegetation control are not prescribed for road groups 5 – 7 in rural areas, the Contractor shall allow to control vegetation as necessary in order to comply with the Operational Performance Measures associated with visibility of signs, edge marker posts, sight rails, intersections and the like.
Contract Standard and Response Times - Table 4.8.1 sets out the Contract Standards and Response Times required.
Table 4.8.1: Operational Performance Measures – Vegetation Control
Contract Standard Defect Road Group / Sub-group
Response Time
Type 1, 2, 3, 4 and 8 Control
> 10m non compliant within any 100m section 1 & 2 2 weeks
Type 5 Control A minimum of 95% of the total number of 1km sections shall be without defect:
> 5 areas non compliant 1 & 2 1 month
Type 6 Control A minimum of 95% of the total number of 100m sections shall be without defect:
> 50m2 non compliant 1 & 2 1 month
Type 7 Maintenance
> 50m2 non compliant > 5 street trees non compliant 1 to 7 1 month
Type 9 Maintenance > 5 areas non compliant 1 to 7 1 week Type 10 Control
> 10m non compliant within any walkway 3 to 7 1 month
Rest Areas
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 91
4 Table 4.8.1: Operational Performance Measures – Vegetation Control
Contract Standard Defect Road Group / Sub-group
Response Time
A minimum of 95% of the total number of rest or similar areas shall be without defect:
> 50m2 non compliant 1 & 2 1 month
Trees and Other Vegetation > 2 locations within any 1km section where vegetation obstructs visibility or is within the vegetation free zone (see Appendix A4.2 and 4.3)
2 weeks
> 2 self sown trees > 1m high within any 1km section 6 months
tree or limb that presents a risk of falling onto the highway (note a fallen tree or limb shall be treated as an incident response)
1 & 2
1 month
(PBC03.17): 6 months – response time effective 1 May 2003Damaged / Unstable Trees
3 to 4 Inspect and rate* within 24 hours
(PBC03.17):Complaint received A concern is expressed within a Service Request (CCR) 5 to 7
Inspect and rate* within 2
weeks 3 24 hours 4 2 weeks
Condition ≥ 4; and risk rating > 4 (rectification work required within Response Time) Condition ≥ 4; and risk rating < 4 (commence monitoring within Response Time)
5 to 7 3 months
(PBC3.17): All response times effective 1 May 2003
*Overall condition and risk rating in accordance with Appendix A3.20.
Chemical control shall not be used on the road frontages of orchards displaying organic orchard signs.
Additional Contract Standards and Response Times apply to vegetation control and maintenance in urban areas. These are detailed in Appendix A4.5.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 92
4 4.9 Signs
Signs includes: a) Regulatory Signs b) Warning, Advisory Speed Signs and Chevron Markers c) Guide, Motorist Service, Tourist, Community Service, Street Name and Other
Signs
Other Signs includes RS, ERP, BRP, kilometre and culvert marker pegs. Culvert marker pegs shall not be reflectorised.
Contract Standard and Response Times - Table 4.9.1 sets out the Contract Standards and Response Times required.
Table 4.9.1: Operational Performance Measures – Signs
Contract Standard Defect Road Group / Sub-group
Response Time
Regulatory Signs
A minimum of 95% of the total number of signs shall be without defect:
– obscured by vegetation; or – dirty or discoloured; or – missing or damaged; or – not compliant with the visibility
criteria specified in Clause 1.13 of MOTSAM Part 1; or
– not correctly aligned; or – hardware not compliant with
MOTSAM and/or the Road Safety Manufacturers Association (RSMA) Standards for the Manufacture and Maintenance of Traffic Signs, Posts and Fittings
– Retroreflective sheeting non compliant with AS/NZS 1906.1:1993
– black or white Transit logo not located on reflective side of sign in accordance with; in lowest corner nearest to
traffic for rectangular signs or in the bottom corner for diamond shaped signs
for signs < 1 m2 logo size must be 30 cm2 and otherwise 100cm2
1 & 2 2 days
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 93
4 Table 4.9.1: Operational Performance Measures – Signs
Contract Standard Defect Road Group / Sub-group
Response Time
– obscured by vegetation; or – missing or damaged; or – hardware not fit for purpose
3 to 7 2 days
Table continued overleaf
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 94
4
Table 4.9.1: Operational Performance Measures – Signs
Contract Standard Defect Road Group / Sub-group
Response Time
Warning, Advisory Speed Signs and Chevron Markers
A minimum of 95% of the total number of signs shall be without defect:
– obscured by vegetation; or – dirty or discoloured; or – missing or damaged; or – not compliant with the visibility
criteria specified in Clause 1.13 of MOTSAM Part 1; or
– not correctly aligned; or – hardware not compliant with
MOTSAM and/or the Road Safety Manufacturers Association (RSMA) Standards for the Manufacture and Maintenance of Traffic Signs, Posts and Fittings
– Retroreflective sheeting non compliant with AS/NZS 1906.1:1993
– black or white Transit logo not located on reflective side of sign in accordance with; in lowest corner nearest to
traffic for rectangular signs or in the bottom corner for diamond shaped signs
for signs < 1 m2 logo size must be 30 cm2 and otherwise 100cm2
1 & 2 5 days
– obscured by vegetation; or – missing or damaged; or – hardware not fit for purpose
3 to 7 5 days
Guide, Motorist Service, Tourist, Community Services, Street name and Other Signs
A minimum of 95% of the total number of signs shall be without defect
– obscured by vegetation; or – dirty or discoloured; or – missing or damaged; or – not compliant with the visibility
criteria specified in Clause 1.13 of MOTSAM Part 1; or
– not correctly aligned; or – hardware not compliant with
MOTSAM and/or the Road Safety Manufacturers Association (RSMA) Standards for the Manufacture and Maintenance of Traffic Signs, Posts and Fittings
1 & 2 2 weeks
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 95
4 Table 4.9.1: Operational Performance Measures – Signs
Contract Standard Defect Road Group / Sub-group
Response Time
– obscured by vegetation; or – missing or damaged; or – hardware not fit for purpose
3 4 weeks
– obscured by vegetation; or – missing or damaged; or – hardware not fit for purpose
4 to 7 6 weeks
(PBC03.17): All response times effective 1 May 2003
4.10 Edge Marker Posts
Edge marker posts are post mounted reflective delineators used to delineate the alignment of the road ahead, especially horizontal and vertical curves. Edge marker posts with retro-reflective devices are primarily aids for night time driving.
Other delineation and hazard markers are defined as all other delineating devices and hazard markers required by MOTSAM, except for raised pavement markers.
Contract Standard and Response Times - Table 4.10.1 sets out the Contract Standards and Response Times required.
Table 4.10.1: Operational Performance Measures – Edge Marker Posts (EMP)
Contract Standard Defect Road Group / Sub-group
Response Time
Horizontal Curves A minimum of 95% of the total number of edge marker posts shall be without defect
Missing, damaged, dirty, discoloured or non-aligned EMP (as defined in Section 5 of the Transit’s P/16 Standard Specification)
1 & 2 2 days
2 or more consecutive missing or damaged posts A minimum of 95% of the
total number of 1 km sections shall be without defect
When viewed from the centre of the lane in any location during darkness with headlights on dipped beam, less than 4 edge marker posts visible on each side of the carriageway (ie the top 600mm not visible)
1 & 2 2 days
Missing or damaged EMP (required 3 2 weeks
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 96
4 Table 4.10.1: Operational Performance Measures – Edge Marker Posts (EMP)
Contract Standard Defect Road Group / Sub-group
Response Time
4 1 month locations defined in Appendix II of the WBoPDC Subdivision and Development Code of Practice) 5 to 7 3 months
A minimum of 90% of the total number of 1 km sections shall be without defect
When viewed from the centre of the lane in any location during darkness with headlights on dipped beam, less than 3 edge marker posts visible on each side of the carriageway (ie the top 600mm not visible)
3
A minimum of 80% of the total number of 1 km sections shall be without defect
When viewed from the centre of the lane in any location during darkness with headlights on dipped beam, less than 2 edge marker posts visible on the outside of the curve (ie the top 600mm not visible)
4 to 7
Vertical Curves and Straights A minimum of 95% of the total number of edge marker posts shall be without defect
Missing, damaged, dirty, discoloured or non-aligned EMP (as defined in Section 5 of the Transit’s P/16 Standard Specification)
1 & 2 2 days
2 or more consecutive missing or damaged posts
A minimum of 95% of the total number of 1 km sections shall be without defect
When viewed from the centre of the lane in any location during darkness with headlights on dipped beam, less than 4 edge marker posts visible on each side of the carriageway (ie the top 600mm not visible on straights and the top 300mm not visible on vertical curves)
1 & 2 2 days
3 2 weeks 4 1 month
Missing or damaged EMP (required locations defined in Appendix II of the WBoPDC Subdivision and Development Code of Practice) 5 to 7 3 months
A minimum of 90% of the total number of 1 km sections shall be without defect
When viewed from the centre of the lane in any location during darkness with headlights on dipped beam, less than 3 edge marker posts visible on each side of the carriageway (ie the top 600mm not visible on straights and the top 300mm not visible on vertical curves)
3
(PBC03.17): Road Groups 1 & 2: Response times effective 1 May 2003
Other Delineation and Hazard Markers
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 97
4 Table 4.10.1: Operational Performance Measures – Edge Marker Posts (EMP)
Contract Standard Defect Road Group / Sub-group
Response Time
Missing, damaged, dirty, discoloured or non-aligned 1 & 2 2 days
A minimum of 95% of the total number of 1km sections shall be without defect
Not visible from 160m at night when viewed from the centre of the lane in any location with headlights on dipped beam
1 & 2 2 days
Missing hazard marker where hazard < 9.0 m from carriageway 3 2 weeks
Missing hazard marker where hazard < 1.5 m from carriageway 4 & 5 1 month
Missing hazard marker where hazard < 600mm from carriageway 6 & 7 3 months
3 2 weeks 4 1 month Damaged or not fit for purpose
5 to 7 3 months
(PBC03.17):
Response times for 2 weeks to 3 months inclusive for “Missing Hazard Marker”: Effective 1 May 2003
(PBC03.17): *Note: Until 1 May 04 the term “missing” only relates to those road corridors within which edge marker post installation has been undertaken as a route treatment either before or since contract commencement. The term “missing” will apply in full accordance with the specified OPM from 1 May 04.
4.11 Raised Pavement Markers
4.11.1 Definition
Raised pavement markers provide close and distant delineation of the road alignment and an audible and tactile signal when traversed by vehicle wheels.
Contract Standard and Response Times - Table 4.11.1 sets out the Contract Standards and Response Times required.
Table 4.11.1: Operational Performance Measures – Raised Pavement Markers
Contract Standard Defect Road
Group / Sub-group
Response Time
Raised Reflective Pavement Markers (RRPM) A minimum of 95% of the Not functional 1 & 2 2 weeks
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 98
4 Table 4.11.1: Operational Performance Measures – Raised Pavement Markers
Contract Standard Defect Road
Group / Sub-group
Response Time
Not visible from 160m at night with headlights on dipped beam where road geometry permits a line of sight
total number of RRPMs in any 5km section shall be without defect
Not within the installation tolerances stated in Transit New Zealand’s Manual of Traffic Signs and Markings
> 3 consecutive on a straight or 2 consecutive on a corner missing or damaged RRPM (required locations defined in Appendix II of the WBoPDC Subdivision and Development Code of Practice)
3 2 weeks
> 5 consecutive on a straight or 2 consecutive on a corner missing or damaged RRPM (required locations defined in Appendix II of the WBoPDC Subdivision and Development Code of Practice)
4 1 month
(PBC03.17): Groups 3 & 4: Response times effective 1 May 2003
Raised Non-reflective Pavement Markers (RPM) Not functional A minimum of 95% of the
total number of RPMs in any 5km section shall be without defect
Not within the installation tolerances stated in Transit New Zealand’s Manual of Traffic Signs and Markings
1 & 2 2 weeks
4.12 Sight Rails
Definition
Sights rails are timber rails painted white to provide delineation and guidance to road users.
Contract Standard and Response Times - Table 4.12.1 sets out the Contract Standards and Response Times required.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 99
4 Table 4.12.1: Operational Performance Measures – Sight Rails
Contract Standard Defect Road
Group / Sub-
group Response Time
–
A minimum of 95% of the total length of sight rail in any 5km section shall be without defect:
– obscured by vegetation; or − Not structurally sound − Damaged – Dirty or discoloured
1 & 2
2 days (temporary repair)
2 weeks (permanent Repair)
Missing, damaged or not fit for purpose 3 to 7
2 days (temporary repair)
2 weeks (permanent Repair)
(PBC03.17): Groups 3 to 7: Response times effective 1 May 2003
4.13 Barriers
Barriers include any structures that protect road users from known hazards excluding sight rail.
Contract Standard and Response Times - Table 4.13.1 sets out the Contract Standards and Response Times required.
Table 4.13.1: Operational Performance Measures – Barriers
Contract Standard Defect Road Group / Sub-group Response Time
A minimum of 95% of the total length of barrier in any 5km section shall be without defect:
Barrier damaged 1 & 2 2 weeks (permanent Repair)
Barrier damaged 3 to 7 2 weeks (permanent Repair)
Note that if the barrier is damaged or unprotected so as to compromise road user safety initial protection works are to be implemented in accordance with Maintenance Specification, Clause 4.224.22. (PBC03.17): *Note: The definition of “damage” does not include non complying installation existing at contract commencement.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 100
4 (PBC03.17): *Note: the definition of “damage” does not include non complying installation existing at contract commencement.
4.14 Pavement Lines and Markings
4.14.1 Definition
Pavement lines and markings can increase traffic capacity, improve safety and contribute to the orderly use of design paths by drivers, particularly at critical points in the road system. Pavement lines and markings are also used to supplement some traffic signs.
Contract Standard and Response Times - Table 4.14.1 sets out the Contract Standards and Response Times required.
Table 4.14.1: Operational Performance Measures – Pavement Lines and Markings
Contract Standard Defect Road
Group / Sub-group
Response Time
A minimum of 97% of the total length of pavement lines in any 5km section shall be without defect
− Non compliant with Clause 2 and any referenced Appendices of the Transit P20 specification
− Missing or non compliant with Transit New Zealand’s Manual of Traffic Signs and Markings
1 & 2 1 month
A minimum of 97% of pavement markings in any 10km section shall be without defect
− Non compliant with Clause 2 and any referenced Appendices of the Transit’s P20 specification
− Missing or non compliant with Transit New Zealand’s Manual of Traffic Signs and Markings
1 & 2 1 month
Remarking required
3 to 7 Urban 3 Rural
6 months since last remark
Remarking required
4 to 7 Rural
12 months since last remark
(PBC03.17): Road Groups 1 & 2: Response times effective 30 April 2003
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 101
4 4.15 Carriageway and Pedestrian Lighting
Carriageway lighting is defined as all components of street lights provided primarily to meet the visual requirements of motorists, including intersection lighting installations and flag lights.
Pedestrian lighting is defined as all components of street lights provided primarily to meet the visual requirements of pedestrians.
Contract Standard and Response Times - Table 4.15.1 sets out the Contract Standards and Response Times required.
Table 4.15.1: Operational Performance Measures – Carriageway and Pedestrian Lighting
Contract Standard Defect Road Group / Sub-group
Response Time
Carriageway Lighting Light not functioning 1 to 2 Rural 5 days − Breakaway connections not
structurally sound and workable − Poles not structurally sound
1 to 2 Rural 1 months A minimum of 98% of the total number of Carriageway Lights shall be without defect Two or more consecutive lights not
functioning 1 to 2 Rural 1 day
one to four consecutive lights not functioning 1 to 2 Urban 3 days
− one to four consecutive lights not functioning 3 to 7 Urban 5 days
Greater than 5 consecutive lights not functioning 1 to 7 1 day
Pedestrian Lighting Single light not functioning 1 to 7 5 days Poles not structurally sound 1 to 7 3 months
4.16 Rest Area Furniture
Rest area furniture includes all facilities, tables, bins, information boards, signs and other features within a rest area.
Contract Standard and Response Times - Table 4.16.1 sets out the Contract Standards and Response Times required.
Table 4.16.1: Operational Performance Measures – Rest Area Furniture & Bus Shelters
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 102
4 Contract Standard Defect Road Group
/ Sub-group Response
Time −
A minimum of 95% of the total number of rest area furniture items shall be without defect.
− Not clean − Not functional 1 & 2 1 month
4.17 Litter Removal - Rural
Litter includes any single item with a dimension greater than 100mm in any direction including, but not limited to, all paper, refuse, rubbish, garbage or any item of a like nature.
Contract Standard and Response Times - Table 4.17.1 sets out the Contract Standards and Response Times required.
Table 4.17.1: Operational Performance Measures – Litter Removal
Contract Standard Defect Road
Group / Sub-group
Response Time
A minimum of 95% of the total number of 5km sections shall be without defect
> 10 items of litter visible on the left half of any 5km section as viewed from a vehicle driving at 80km/hr 1 & 2 1 week
(PBC03.17): Response time effective 28 February 2003
Roadside bin > 50% full or Litter within 5 m radius of bin 1 & 2 3 days
Complaint received relating to full or overflowing roadside bin 1 & 2 1 day
4.18 Litter Control - Urban
Litter Control includes the provision of all activities and services specified in WBoPDC Standard Road Maintenance Specification Section 54: Litter Control, including Special Clauses for Waihi Beach Area, Katikati, Omokoroa, Te Puke, Maketu and Eastern Area. However, the Section 54 Basis of Payment shall have no meaning or application under this contract. It also includes the removal of dog droppings and broken glass.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 103
4 Special Litter Control includes, after special events, parades, celebrations, festivities and the like, the emptying of bins and the pickup of all free litter or larger pieces of detritus from pavements, footpaths, gardens, traffic islands and verges.
Contract Standard – the Contractor must:
i) Carry out Litter Control in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 54: Litter Control.
ii) Remove broken glass and dog droppings when requested by the public
iii) Carry out Special Litter Control in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 54: Litter Control.
Response Time
i) Response Times for Litter Control shall be in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 54: Litter Control
ii) Broken glass and dog droppings shall be removed within 24 hours of a complaint being received
iii) Special Litter Control shall commence within 1 hour of the scheduled completion time of the event and be complete within 3 hours.
4.19 Street Cleaning
Street Cleaning includes the provision of all activities and services specified in WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning, including Special Clauses for Waihi Beach Area, Katikati, Te Puke and Maketu.
Jellicoe Street Washing includes the routine 4 monthly washing of Jellicoe Street, in accordance with the requirements of Special Clause – Te Puke S53.5 (excluding payment provisions).
Special Footpath Cleaning includes the removal of debris and spillages from footpaths outside the defined areas for Street Cleaning.
Special Cleaning includes, after special events, parades, celebrations, festivities and the like, the cleaning of footpaths, traffic islands and verges.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 104
4 Bollard Replacement includes the re-setting and/or replacement of bollards, including bollards with lights, and reinstatement of the surrounding area.
Contract Standard – the Contractor must:
i) Carry out Street Cleaning in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning.
ii) Carry out Jellicoe Street Washing in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning.
iii) Carry out Special Footpath Cleaning in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning.
iv) Carry out Special Cleaning in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning.
v) Carry out Bollard Replacement in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning.
Response Time
i) Response Times for Street Cleaning shall be in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning
ii) Response Times for Jellicoe Street Washing shall be in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 53: Street Cleaning
iii) Special Footpath Cleaning: 2 days from the receipt of any service request or complaint
iv) Special Street Cleaning shall commence within 1 hour of the scheduled completion time of the event and be complete within 3 hours.
v) Bollard Replacement: 1 week following damage occurring to the bollard.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 105
4 4.20 Recreational & Pedestrian Facilities Maintenance
Recreational & Pedestrian Facilities Maintenance shall include the provision of all activities and services specified in WBoPDC Standard Road Maintenance Specification Section 59, including Special Clause for All Areas.
Contract Standard – the Contractor must:
i) Carry out Pedestrian Facilities Maintenance in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 59.
Response Time
i) Response Times for Pedestrian Facilities Maintenance shall be in accordance with the requirements of the WBoPDC Standard Road Maintenance Specification Section 59.
4.21 Footpaths
Footpaths provide a smooth, level and well drained surface for the passage of pedestrians.
Contract Standard and Response Times - Table 4.21.1 sets out the Contract Standards and Response Times required.
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 106
4
Table 4.21.1: Operational Performance Measures – Footpaths
Contract Standard Defect Road
Group / Sub-group
Response Time
> 12mm differential slab settlement or uplift 3 months
> 20mm differential slab settlement or uplift
3 to 7
7 days
(PBC03.17): 7 Days response time effective 1 May 2003
(PBC03.17): *Note: “>12mm and <20mm differential slab settlement or uplift” only relates to concerns initiated by a Service Request (CCR).
4.22 Incident Response
Incident means any event which requires immediate intervention to ensure the safety of road users. It includes, but is not limited to, accidents, floods, fires, washouts, dropouts, slumps, slips, storm damage and ice on the road surface.
Receiving notification is defined as the time the Contractor is advised of the incident by the Superintendent, Contractor’s personnel or a third party (e.g. New Zealand Police, Principal, or member of the public).
Contract Standard – the Contractor must:
i) provide sufficient resources to attend to all incidents 24 hours a day, seven days a week and, if agreed, complete emergency patrols
ii) respond according to the Transit’s C9 Specification and in compliance with the Emergency Procedures and Contingency Plan (see Maintenance Specification, Clause 2.42.4)
iii) provide appropriate signage and barriers at all road closures, including changing permanent road condition signs before and after the closure
iv) man road closure barricades at all times
v) advise the New Zealand Police, Automobile Association, WBoPDC, Transit New Zealand, neighbouring RCA’s, Civil Defence and the media (Radio Network, Classic Hits, BoP FM, BoP Times, Bay Sun) of any road closure, provide regular status reports to the above parties and announce reopenings (in accordance with WBoPDC or Transit policy as appropriate)
Maintenance Specification 1 Operational Performance Measures
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 107
4 Response Time – Response times are measured from the time of receiving notification.
i) Road groups 1 and 2 – mobilise, establish and start work on site within ½ hour
ii) Road group 3 – mobilise within ½ hour, establish and start work on site within 1 hour
iii) Road groups 4 to 7 – mobilise within ½ hour, establish and start work on site within 2 hours
4.23 Other Operational Performance Measures
The CQP must state all other Operational Performance Measures that apply.
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 108
5 5. Compliance Monitoring
5.1 Objectives
The objectives of compliance monitoring within the PBC environment are to:
a) benchmark the initial condition of the Assets at the beginning of the Contract to: • set the Contract Standards for the Key Performance Measures identified in
Maintenance Specification Table 3.1.1 ; and • determine the period within which the Contractor is required to bring the
Assets into full compliance with the Operational Performance Measures
b) monitor the achievement of the Performance Criteria. These are: • Management Performance Measures • Key Performance Measures • Operational Performance Measures
c) provide the Principal with security that its outcomes are being achieved
d) provide inputs into the deduction process associated with the under-achievement of Key Performance Measures relating to the development of the road groups 3 to 7 (refer Basis of Payment Clause 3.3).
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 109
5 5.2 Benchmark Condition
5.2.1 Management Performance Measures
The Contract Standards for all Management Performance Measures are fixed criteria and shall not be subject to adjustment based on the results of any benchmarking survey.
5.2.2 Key Performance Measures
Within five months of the Commencement Date (by 28 February 2003) the Contractor shall carry out benchmarking inspections in addition to high speed data, high speed lux and RAMM Rating surveys undertaken as part of the jointly commissioned data collection contract (DCC) for the purpose of benchmarking Key Performance Measure in accordance with Maintenance Specification Clause 3.2.
Within seven months of the Commencement Date (by 30 April 2003) the Contractor shall process, interpret and present the results to the Management Board in the form of a Benchmarking Report in accordance with Appendix A2.1.3. The Management Board shall then satisfy itself as to the accuracy and validity of the results and decide the Contract Standards for the Key Performance Measures identified in Maintenance Specification, Table 3.2.
5.2.3 Operational Performance Measures
Within the period nominated in the Contractor’s tender, the Contractor shall perform a 100% benchmarking inspection of all Assets associated with Operational Performance Measures within the Limit of Works to establish existing Defect levels and the extent to which the Assets comply with the Operational Performance Measures.
The Superintendent may, at his discretion, conduct or engage others to perform a parallel inspection.
Within one month of completion of the Operational Performance Measure benchmarking inspection the interpreted results shall be presented to the Management Board in the form of a Benchmarking Report in accordance with Appendix A2.1.3. The Management Board shall satisfy itself as to the accuracy and validity of the results and shall then decide the period within which the Contractor shall bring the condition of the Assets into full compliance with the Operational Performance Measures and any Contract Standards that apply to any staging in that period. The Management Board shall take note of the Principal’s requirement to limit this period and shall only set it above six months where such a timeframe would be unachievable.
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 110
5 With respect to Operational Performance Measures non-compliance Notices shall only be issued in the benchmarking period if the Contractor fails to comply with safety related Response Times or agreed staging requirements (see Maintenance Specification, Clause 5.4).
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 111
5
5.3 Compliance Monitoring
To achieve the objectives of compliance monitoring within the PBC environment there are two components to the system being the:
• Contractor’s compliance monitoring system and
• Superintendent’s review system
Contractor’s Compliance Monitoring System
The Contractor must develop, implement and manage a compliance monitoring system that:
a) objectively assesses their compliance with all Performance Criteria
b) monitors and reports compliance with all Performance Criteria, and
c) ensures appropriate corrective actions are developed, implemented, actioned and verified.
The Contractor’s compliance monitoring system must describe the process for assessing compliance for each of the Performance Criteria including:
a) the personnel responsible for: • implementing and managing the system • completing the compliance assessment
b) the inspection methodology to be used to demonstrate the satisfaction of Performance Criteria in accordance with Maintenance Specification Clause 5.3.3
c) assessing, determining and demonstrating the percentage compliance with the Contract Standard specified for each of the Performance Criteria, where appropriate
d) recording and reporting results
e) developing and implementing appropriate corrective actions
f) making all information available to permit the Superintendent to perform reviews of the system.
Other than where identified within the Contract Documents the Contractor’s inspections and compliance monitoring system do not provide a direct input in to the non-compliance system as described in Maintenance Specification Clause
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 112
5 5.4. As such a non compliance identified by the Contractor will not necessarily attracted a non compliance Notice in accordance with Maintenance Specification Clause 5.4 where the Contractor’s non compliance resolution has effectively addressed any systematic or procedural shortfall.
Superintendent’s Review System
The Superintendent will review the Contractor’s systems, procedures and records to determine their effectiveness in ensuring that the Contract Standards, Response Times and Delivery Times are being achieved.
In addition to the compliance demonstration required for Key Performance Measures in accordance with Maintenance Specification Clause 5.3.2 the Superintendent’s reviews will provide direct input into the non compliance system described in Maintenance Specification Clause 5.4.
Superintendent’s reviews may concentrate on areas where the Contractor’s compliance monitoring system has identified a systematic failure however the Superintendent may review the Contractor’s procedures and work activities and may conduct specific Asset inspections at any time.
The Superintendent’s reviews will in no way limit the Contractor’s responsibility to develop, implement and manage a Contractor’s compliance monitoring system.
5.3.1 Management Performance Measures
For each Management Performance Measure, delivery of the Services in accordance with the Contract Standards and Delivery Times is required for compliance. Compliance is required in respect of each discreet deliverable.
The Contractor shall develop and implement a Contractor’s compliance monitoring system which reports the timeliness of deliverables for each Management Performance Measure.
The Superintendent’s review will include the standard and timeliness of deliverables, and may be undertaken by the Superintendent or others engaged by the Superintendent for this purpose.
5.3.2 Key Performance Measures
The Contractor shall demonstrate compliance with Key Performance Measures in accordance with Maintenance Specification Section 3. This will provide a direct input in to the non-compliance system as described in Maintenance Specification Clause 5.4
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 113
5 5.3.3 Operational Performance Measures
The Contractor shall develop and implement a Contractor’s compliance monitoring system which reports achievement of Contract Standards and Response Times for each Operational Performance Measure.
5.3.3.1 Inspection Methodology
Within two months of completion of the Operational Performance Measure benchmarking inspection, in accordance with Maintenance Specification 5.2.3, the Contractor shall present to the Management Board an inspection procedure for each Operational Performance Measure proposed to demonstrate compliance with Contract Standards at any time throughout the duration of the PBC.
The Management Board shall satisfy itself to the extent that the proposed inspection procedure will satisfactorily demonstrates compliance with Contract Standards for each Operational Performance Measure and shall decide the inspection methodology to be adopted. The following is provided as a guide to the Management Board:
Where an Operational Performance Measure Contract Standard depends on a percentage non-compliance, for example ‘no defects shall exist within 95% of the total number of 100m sections’ the inspection methodology for compliance demonstration as part of the Contractor’s compliance monitoring system or Superintendent’s reviews may be based on any of the following inspection methodologies:
a) 100% Asset inspection of the total population: Under this inspection methodology the Management Board shall decide the frequency at which a 100% Asset inspection of the total population is undertaken. Following the 100% inspection of the total population the requirement for the demonstration of compliance with the specified minimum Contract Standard (CS%) is:
%% CSP ≥ …………………………….………….. Equation (a) where Z = the total number of units in the population z = the total number of units inspected that have no Defects
P% = total population % compliant = 100xZz
The following example is provided for the avoidance of doubt: For Shoulder Potholes the Contract Standard is defined for road groups 1 and 2 as ‘95% of all 100m sections shall be without Defect’ so that CS% = 95%.
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 114
5 As, at the time of the inspection, there is 122km of road group 1 and 2 the total number of 100m sections in the population Z = 122 x 10 = 1,220. From equation (a) the requirement for the demonstration of compliance becomes:
%95100220,1
≥xz
and rearranging for z:
159,1220,195.0 =≥ xz
In this case, compliance with the Contract Standard means that at least 1,159 of the 1,220 - 100m sections, all of which have been inspected, shall have no Defects in terms of Shoulder Potholes at each inspection.
b) Statistically Significant Asset Sample
Under this inspection methodology the Management Board shall decide the size of a randomly selected sample from the total population, which the Management Board considers will represent satisfactorily the total population. The Management Board shall also decide the frequency at which the inspection of the sample is undertaken.
The requirement for the demonstration of compliance with the specified minimum Contract Standard (CS%) is then determined in accordance with equation a) above by substituting the sample population % properties for the total population properties. The following example is provided for the avoidance of doubt: Continuing from the example in a) for Shoulder Potholes the Management Board decides that a randomly selected 40km of road group 1 and 2 is a statistically significant sample to represent the total population such that the total number of 100m sections in the sample population Zs = 40 x 10 = 400. From equation (a) the requirement for the demonstration of compliance becomes:
%95100400
≥xzs
and rearranging for zs the total number of units inspected that have no Defects:
38040095.0 =≥ xz
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 115
5 In this case, compliance with the Contract Standard means that at least 380 of the 400 randomly selected 100m sections inspected have no Defects in terms of Shoulder Potholes.
c) Statistical Inference from Asset Sample
Using statistical inference the % compliance of the total population (P%) is estimated from the % compliance derived from a randomly selected sample from the total population (Ps%).
Under this methodology the Management Board shall decide the size of a randomly selected sample from the total population, however the sample is not necessarily required to be statistically significant. The Management Board shall also decide the frequency at which the inspection of the sample is undertaken.
As the sample properties generally do not exactly represent the properties of the total population a sampling error is considered. The larger the sample size the smaller the sampling error becomes and subsequently the closer the sample will represent the total population.
Through setting an upper and lower bound confidence limit to Ps%, it is possible to predict to a level of confidence, that P% falls within the bounds of Ps% +/- confidence interval. For the purpose of compliance demonstration an 85% confidence limit shall be used to set the width of the confidence interval.
For the Contractor’s compliance monitoring system to demonstrate that P% is greater than %CS the lower bound of the 85% confidence limit must be shown to be above the % CS such that the criteria for compliance demonstration becomes:
%%85% CSCLPS ≥− ………………………….….. Equation (b)
where ZS = the total number of units in the sample zS = the total number of units inspected that have no Defects
PS% = sample % compliant = 100xZz
S
S
85% CL = the 85% Confidence LevelS
SS
ZPPx %)100%(44.1 −
=
and 1.44 is a constant which results from the assumptions of 85% confidence and the normal distribution of Defects over the total population.
The following examples are provided for the avoidance of doubt:
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 116
5 Continuing from the example in a) for Shoulder Potholes a sample of 200 of the 100m sections (ZS) are randomly selected from the total population of 1,220 sections. As a result it is found that 193 sections (zS) have no Defects in terms of Shoulder Potholes. From the sample results the % compliant (PS%) is determined as:
%5.96100200193% == xPS
and the 85% Confidence Level (CL) as:
%87.1200
)5.96100(5.9644.1 =−
=xx
From equation (b) the criteria for the demonstration of compliance:
%95%63.94%87.1%5.96 <=−
is not achieved so that compliance has not been demonstrated in this case. To illustrate the effect of increasing the sample size to reduce sampling error now consider the scenario where the sample size is doubled to 400 sections (XS) and the resulting % compliant (PS%) is as previously at 96.5% due to 386 sections (xS) found to have no Defects in terms of Shoulder Potholes. The 85% CL becomes:
%32.1400
)5.96100(5.9644.1 =−
=xx
and from equation (b) the criteria for the demonstration of compliance becomes:
%95%18.95%32.1%5.96 >=−
Clearly compliance has been demonstrated in this case.
Where the inspection procedure relies on statistical inference, a sufficient sample to permit the assumption of a normal distribution of Defects over the total population is required.
Under the Superintendent’s review to demonstrate non-compliance of the total population from a random sample using statistical inference the upper bound of the 85% CI must be below the % CS such that the criteria for non compliance demonstration becomes:
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 117
5
%%85% CSCLPS ≤+ ……………………….…..….. Equation (c)
The following examples are provided for the avoidance of doubt: Continuing from the example in a) for Shoulder Potholes the Superintendent randomly selects 200 of the 100m sections (ZS) from the total population of 1,220 sections where his review finds that 193 sections (zS) have no Defects in terms of Shoulder Potholes.
From the sample results the % compliant (PS%) is determined as:
%5.96100200193% == xPS
and the 85% CL as:
%87.1200
)5.96100(5.9644.1 =−
=xx
From equation (c) the criteria for the demonstration of non-compliance becomes:
%95%37.98%87.1%5.96 >=+
In the previous example (with the same zS and ZS) the Contractor was unable to demonstrate compliance, but the Superintendent’s review has not conclusively demonstrated that the total population is non compliant. In this case a non-compliance Notice would not be issued.
Now consider if six months following the previous audit the Superintendent performs another random 200 sample inspection however as a result of this audit only 183 sections (zS) are found to have no Defects in terms of Shoulder Potholes. From the sample results the % compliant (PS%) is determined as:
%5.91100200183% == xPS
and the 85% CL as:
%84.2200
)5.91100(5.9144.1 =−
=xx
From equation (c) the criteria for the demonstration of non-compliance becomes:
%95%34.94%84.2%5.91 <=+
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 118
5 In this case the Superintendent’s review has demonstrated the total population to be non compliant and a non-compliance Notice would be issued.
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 119
5 5.4 Non-Compliance System
5.4.1 System Description
The system is based on non-compliance Notices which may be issued by the Superintendent in two forms:
a) major non-compliance Notice
b) minor non-compliance Notice
Prior to issuing a major non-compliance notice the Superintendent must present the circumstances under which the non-compliance Notice is to be issued to the Management Board.
Following such presentation the process to be followed defining the requirements for issue of the major non-compliance Notice shall be as defined by the major non-compliance issue flow-chart in Appendix A7.1.
A non-compliance Notice can only be closed by the Superintendent. The Contractor must demonstrate, to the satisfaction of the Superintendent, that the conditions required to close the non-compliance Notice have been fulfilled.
The number and status of both types of non-compliance Notice shall be reported at every meeting of the Management Board.
The issue of a non-compliance Notice shall take no account of the of the outcome of any performance deduction made in accordance with Basis of Payment Clause 3.3.
The Principal may, at its sole discretion, terminate the Contract if:
a) five major non-compliance Notices are open at any time; or
b) a Key Performance Measure for which a major non-compliance Notice has been issued in accordance with Maintenance Specification Clause 5.4.2 c) is not met within twelve months of the issue of the major non-compliance Notice; or
c) as provided for elsewhere in the Contract.
5.4.2 Major Non-Compliance
The following describes the circumstances in which a major non-compliance Notice may be issued and closed out:
a) Multiple minor non-compliance Notices
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 120
5 • Issued – at any time when a total of ten minor non-compliance Notices,
whether related or not, are open.
Following the issue of such a major non-compliance Notice, any further minor non-compliance Notices that are issued shall contribute towards another major non-compliance Notice regardless of whether any of the ten minor non-compliance Notices making up the preceding major non-compliance Notice have been closed out.
• Closed out – when all ten minor non-compliance Notices comprising the major non-compliance Notice have been closed out and the Performance Criteria to which those minor non-compliance Notices relate have been maintained for one year.
b) Failure to complete Benchmarking Surveys
• Issued – when the Contractor has failed to complete the benchmarking surveys identified within the timeframes specified in Maintenance Specification Clauses 5.2.2 and 5.2.3.
An additional major non compliance Notice may be issued for every two months a benchmarking survey has not been implemented following this issue of the initial major non compliance Notice.
• Closed out – when the Contractor has presented the results of the benchmarking survey to the Management Board, for which the initial major non compliance Notice was issued, and the Management Board has accepted the results.
c) Failure to meet Key Performance Measures
• Issued – when the Contractor has failed to meet a Key Performance Measure by a margin greater or equal to that listed in Table 5.4.1.
Separate major non compliance Notices may be issued for individual Contract Standards specified for road group/sub-groups. For example if for the Roughness – Mean NAASRA Key Performance Measure the Contract Standard is not achieved by a margin greater than the specified tolerance of 2 NAASRA for both road group 1, sub-group all and for road group 6 & 7, sub group urban the Superintendent may issue two major non compliance Notices following consultation with the Management Board.
• Closed out – when the Contractor has demonstrated to the satisfaction of the Superintendent that the Key Performance Measure has been met, sustained and verified in accordance with the close out requirements
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 121
5 identified in Table 5.4.1 and for the avoidance of doubt not merely brought back within the tolerance.
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 122
5
Table 5.4.2: Major Non-compliance Tolerances and Close Out Requirements for Key Performance Measures
Key Performance Measure Tolerance
Maintenance
Specification
Reference
Close out requirements
Roughness – Mean NAASRA 2 NAASRA
3.3.1
Roughness – Percent with Roughness > NAASRA Threshold
1.00% 3.3.2
Roughness – Smooth Travel Exposure 2 % 3.3.3 Texture – Mean Texture Depth 0.20mm 3.4.1 Texture – Percent with Mean Profile Depth < Threshold Level
0.20% 3.4.2
Texture – Percent with Mean Profile Depth < Investigatory Level
0.00% 3.4.3
Skid Resistance – Percent with Skid Resistance < Threshold Level
1.00% 3.5.1
Skid Resistance – Percent with Skid Resistance < Investigatory Level
0.00% 3.5.2
Rutting – Percent with depth > 20mm 0.25% 3.6
Subsequent DCC HSDC indicates compliance
achieved
Surfacing & Pavement Defects – Surfacing Defects Index (Sealed)
0.2 3.7.1.1
Surfacing & Pavement Defects – Length with condition rating ≥ 4
0 km 3.7.1.2
Surfacing & Pavement Defects - Length with condition rating = 5
0 km 3.7.1.3
DCC HSDC and RAMM Rating surveys indicate
compliance achieved for 12 month duration
Surfacing & Pavement Defects – Surfacing Defects Index (Unsealed)
0.2 3.7.2 DCC RAMM Rating surveys indicate compliance achieved
for 12 month duration Surfacing- Minimum Annual Resurfacing Length
10% 3.8.2
Surfacing- Seal Extension 0.5 km/year
3.8.3
RAMM indicates the contracted quantity
completed for the year the major non compliance was issued and for the following
12 months Structural Condition (sealed) – m3 overlay (road groups 1 and 2) overlay thickness (road group 3)
3 %
0.2 mm
3.9.1.1 3.9.1.2
Subsequent DCC FWD indicates compliance
achieved (year 3, 6 or 8)
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 123
5 Table 5.4.2: Major Non-compliance Tolerances and Close Out Requirements for Key
Performance Measures
Key Performance Measure Tolerance
Maintenance
Specification
Reference
Close out requirements
Structural Condition (sealed) - Minimum Annual Rehabilitation Length
10% 3.9.2 RAMM indicates the contracted quantity
completed for the year the major non compliance was issued and for the following
12 months Structural Condition (unsealed) – Mean Pavement Depth
2 mm 3.10.1
Structural Condition (unsealed) – Pavement Need
3 % 3.10.2
DCC unsealed characteristics survey indicate compliance
achieved for 12 month duration
Table 5.4.2: Major Non-compliance Tolerances and Close Out Requirements for Key Performance Measures
Key Performance Measure Tolerance
Maintenance
Specification
Reference
Close out requirements
Dust – Maximum Dust Generated 0.1 mgm/m3/h
r
3.11.1 DCC dust generation survey indicates compliance
achieved for 12 month duration
Component Condition Rating - Bridge Drainage - Culvert Drainage – Surface Water Channel Minor structure Carriageway Light Rural Bus Shelter Urban Tree
0 0 0 0 0 0 0
3.12.1
3.13.1.1 3.13.2.1 3.14.1 3.15.1 3.17.1 3.22.1
Profile - Bridge Drainage – Culvert Drainage – Surface Water Channel Minor structure Carriageway Light Rural Bus Shelter Urban Tree
0 0 0 0 0 0 0
3.12.2
3.13.1.2 3.13.2.2 3.14.2 3.15.2 3.17.2 3.22.2
Subsequent structural inspections undertaken within the next 12 months indicate
compliance
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 124
5 Table 5.4.2: Major Non-compliance Tolerances and Close Out Requirements for Key
Performance Measures
Key Performance Measure Tolerance
Maintenance
Specification
Reference
Close out requirements
Stock Index - Bridge Drainage– Culvert Drainage – Surface Water Channel Minor structure Carriageway Light Rural Bus shelter
0.2
3.12.3
3.13.1.3 3.13.2.3 3.14.3 3.15.3 3.17.3
Carriageway Lighting – Average Lux per Community
0.2 Lux.m/m
3.15.4
Carriageway Lighting –Max Lux 0 Lux 3.15.5
DCC HSL survey indicates compliance achieved for 12
month duration
Rural Flag Lighting – Intersection with through lane ADT>500 and sum of legs>100
2 intersectio
ns
3.16.1
Rural Flag Lighting – Intersection with through lane ADT>2500
2 intersectio
n
3.16.2
Contractor’s inspections demonstrate compliance for
12 month duration
Footpath – Length for Renewal (summed over all communities)
0 m 3.18.1
Footpath – New Footpath Construction (at the completion of each 3 year rolling programme)
250 m 3.18.2
RAMM indicates the contracted quantity
completed for the year the major non compliance was issued and for the following
12 months Safety Performance – Safety Performance Index (sealed)
0.2 3.19.1 Contractor’s inspections demonstrate compliance for
12 month duration
Table 5.4.2: Major Non-compliance Tolerances and Close Out Requirements for Key Performance Measures
Key Performance Measure Tolerance
Maintenance
Specification
Reference
Close out requirements
Safety Performance – Safety Performance Index (unsealed)
0.2 3.19.2
Accidents – Percent with Road Related Factors
1 % 3.20.1
Accidents – Social Cost 1 % 3.20.2
Compliance for 12 month duration
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 125
5 Table 5.4.2: Major Non-compliance Tolerances and Close Out Requirements for Key
Performance Measures
Key Performance Measure Tolerance
Maintenance
Specification
Reference
Close out requirements
Visibility – Length with Inadequate Available Sight Distance
0.2 km 3.21.1 Contractor’s inspections demonstrate compliance for
12 month duration Carriageway Width – Unsealed Length with Width < 5m
0.5 km 3.23.1
Carriageway Width – Total Deficient Exposed to > 1m Underwidth
500 m2 .veh/day.k
m
3.23.2
RAMM indicates the contracted quantity
completed for the year the major non compliance was issued and for the following
12 months
5.4.3 Minor Non-Compliance
A minor non-compliance Notice may be issued in the following circumstances:
a) Failure to meet Management Performance Measures
• Issued – when the Superintendent determines that the Contractor has failed to comply with a Management Performance Measure Contract Standard or Delivery Time.
Separate minor non-compliance Notices may be issued for each occasion of late delivery and for each instance of non compliance with the Contract Standards, for any meeting, report or management plan or for any quality control, asset management, planning, network control or communications function.
A separate minor non-compliance Notice may be issued for every month the Management Performance Measure remains in non-compliance.
• Closed out – when the Contractor’s compliance monitoring system and any audits performed by the Superintendent indicate that the Management Performance Measure is met.
b) Failure to meet Key Performance Measures
• Issued – when the Contractor has failed to meet a Key Performance Measure by a margin less than the tolerance listed in Table 5.4.2. A minor non-compliance Notice may be issued in respect of a Key Performance Measure for which a major non-compliance Notice is already open.
Maintenance Specification 1 Compliance Monitoring
Issue 2: WORKING PBC-01 ‘Bay Roads’ MS 126
5 Separate minor non compliance Notices may be issued for individual Contract Standards specified for road group/sub-groups.
• Closed out – when the Contractor has demonstrated to the satisfaction of the Superintendent that the Key Performance Measure has been met, sustained and verified in accordance with the close out requirements identified in Table 5.4.2 and for the avoidance of doubt not merely brought back within the tolerance.
c) Failure to meet Operational Performance Measures
• Issued – when the Superintendent demonstrates, by inspection of the Assets, that the Contractor has failed to comply with a Contract Standard or Response Time of an Operational Performance Measure.
In the event of continuous non-compliance with respect to a Contract Standard, a separate minor non-compliance Notice relating to a particular Operational Performance Measure may be issued two months after the preceding minor non-compliance Notice relating to the same related Operational Performance Measure.
In the event of continuous non-compliance with respect to Response Time, a separate minor non-compliance Notice relating to a particular Operational Performance Measure may be issued if from the date of the proceeding minor non compliance Notice (relating to the same Operational Performance Measure) the Response Time is again exceeded prior to the Defect being rectified.
• Closed out – when the Contractor’s compliance monitoring system and any inspections performed by the Superintendent indicate that the Contractor has complied with the related Operational Performance Measure for a continuous period of six months.
d) Failure to Rectify System Failure
• Issued – when the Superintendent determines, by inspection of the Contractor’s Compliance monitoring system that a systematic correction has not been implemented to remedy a self determined non compliance.
In the event of continuous non-compliance, a separate minor non-compliance Notice relating to a particular system failure may be issued two months after the preceding minor non-compliance Notice relating to the same related systematic failure.
• Closed out – when the Contractor’s has remedied the systematic failure.