contract no. 2/02-005/601 data collection contract … high speed lux 8 ramm condition rating 9...

260
Contract No. 2/02-005/601 Data Collection Contract DCC-01 ‘Bay Roads’ Contract Documents

Upload: lamanh

Post on 10-May-2018

222 views

Category:

Documents


7 download

TRANSCRIPT

Page 1: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Contract No. 2/02-005/601Data Collection Contract

DCC-01 ‘Bay Roads’Contract Documents

Page 2: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

Contract Cover Sheet

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT i Printed 26/08/02

Data Collection ContractDCC-01 ‘Bay Roads’

Contract No. 2/02-005/601

Contractor:

Address:

Contact Numbers: Phone:

Fax:

Engineer:

Address:

Contact Numbers: Phone:

Fax:

Tender Close

Refer to Clause 105.1 of the Schedule to Conditions of Tendering for tender closing details (Section3 of the Instructions for Tendering).

Document Deposit

Refer to Clause 102.2 of the Schedule to Conditions of Tendering for document deposit details(Section 3 of the Instructions for Tendering). If a deposit is required, it shall be refunded inaccordance with Clause 102.2 of the Conditions of Tendering.

Set No. _____

Page 3: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

Table of Contents

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT ii Printed 26/08/02

Contract Cover Sheet i

Table of Contents ii

Instructions for Tendering (White) IFT 11 Key Information for Tenderers2 Conditions of Tendering3 Schedule to Conditions of Tendering4 Non Price Attributes7 Tender Information Schedule8 Tender Evaluation Procedure9 Tender Acceptance and Debriefing

10 Tender Evaluation Marking Forms11 Tender Form (Yellow) TF 1

Schedule of Prices (Pink) SP 1

Basis of Payment (White) BP 11 Preamble2 Certificates and Payment3 Valuing Scope Changes4 Basis of Measurement and Payment

Conditions of Contract (Purple) CC 11 General Conditions of Contract2 First Schedule – Special Conditions of Contract3 Second Schedule – Contract Agreement4 Third Schedule – Form of Contractor’s Performance Bond5 Forth Schedule – Form of Principal’s Bond6 Fifth Schedule – Form of Contractor’s Bond in Lieu of Retentions7 Sixth Schedule – Form of Producer Statement - Construction8 Seventh Schedule – Certificate as to Contractor’s Insurances9 Eighth Schedule – Certificate as to Principal’s Insurances

10 Ninth Schedule – Cost FluctuationProject Specification (Green) PS 1

1 General Requirements2 Management Requirements3 High Speed Data4 Falling Weight Deflectometer5 Unsealed Structural Condition6 Dust Generation7 High Speed Lux8 RAMM Condition Rating9 Routine Traffic Counts

10 Network Video11 Performance Appraisal

Page 4: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

Table of Contents

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT iii Printed 26/08/02

Appendices (White) A 1App 1 General RequirementsApp 2 Management RequirementsApp 3 High Speed DataApp 4 Falling Weight DeflectometerApp 5 Dust GenerationApp 6 High Speed LuxApp 7 Network VideoApp 8 Performance Appraisal

Consultant Quality Record

Compiled by: 25 June 2002 Scott Bready

Reviewed by: 25 June 2002 Kevin Doherty

Released by: 25 June 2002 Martin Bloxam

Document prepared by: Bloxam Burnett & Olliver, Level 5, 18 London St, Hamilton, NEW ZEALAND

File No: 131900-01

Document Release No: 2 Document Release Date: 25 June 2002

Computer Ref: K:\131900 PSMC Expert Advisor\01 - PBC01 Bay Roads\DCC-01\ContractDocuments\Final\DCC-01 ift.doc

Page 5: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 1 Printed 26/08/02

Inst

ruct

ion

s F

or

Ten

der

ing

DCC-01 ‘BAY ROADS’ Data Collection ContractContract No. 2/02-005/601

Page 6: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

Table of Contents Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 2 Printed 26/08/02

1. KEY INFORMATION FOR TENDERERS IFT 41.1 Description of Contract Works IFT 41.2 Joint Principal Several Liability IFT 41.3 Contract Type IFT 41.4 Principal’s Expectations IFT 51.5 Tender Submission IFT 51.6 Key Contract Data IFT 51.7 Communications between Tenderer and the Principal’s Consultant IFT 61.8 Site Visit IFT 71.9 Electronic Information IFT 71.10 Quality Assurance IFT 71.11 Privacy Act IFT 81.12 State Highway Locational Referencing System IFT 81.13 Miscellaneous Requirements IFT 8

2. CONDITIONS OF TENDERING IFT 9

3. SCHEDULE TO CONDITIONS OF TENDERING IFT 10

4. NON-PRICE ATTRIBUTES IFT 124.1 Attribute Submission and Weighting IFT 124.2 Tenderer and Tenderer’s Subcontractor Information IFT 124.3 Relevant Experience IFT 124.4 Track Record IFT 134.5 Technical Skills IFT 154.6 Resources IFT 164.7 Management Skills IFT 164.8 Methodology IFT 17

5. TENDER INFORMATION SCHEDULE IFT 195.1 General IFT 195.2 Proposed Subcontractors IFT 195.3 Acknowledgement of Notices to Tenderers IFT 195.4 Proposed Programme IFT 195.5 Outline Quality Plan IFT 195.6 Contractor’s Occupational Health and Safety Management Information IFT 20

6. TENDER EVALUATION PROCEDURE IFT 226.1 Overview IFT 226.2 Tender Evaluation Team IFT 226.3 Envelope 1: Non-price Attribute Evaluation IFT 226.4 Interviews IFT 236.5 Agreement of Non-price Attribute Grades IFT 236.6 Non-price Attribute Evaluation Report IFT 236.7 Envelope 2 – Price IFT 236.8 Tender Evaluation Report IFT 24

7. TENDER ACCEPTANCE AND DEBRIEFING IFT 267.1 Tender Acceptance IFT 267.2 Tender Debriefing IFT 26

Page 7: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

Table of Contents Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 3 Printed 26/08/02

8. TENDER EVALUATION MARKING FORMS IFT 278.1 Tender Evaluation Marking Forms IFT 27

9. TENDER FORM TF 1

Page 8: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

1 Key Information for Tenderers

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 4 Printed 26/08/02

1. Key Information for Tenderers

1.1 Description of Contract Works

1.1.1 To further improve the efficiency of road network management and maintenance withinthe Western Bay of Plenty region, the Western Bay of Plenty District Council (WBoPDC)and Transit New Zealand (Transit) have collaborated to combine their respective roadnetworks for the purpose of effecting a joint Performance Based Contract (PBC), PBC-01‘Bay Roads’. It is anticipated that PBC-01 will be awarded by 1 August 2002.

1.1.2 PBC-01 Tender Documents specify that an independent data collection contract (DCC) belet for the purposes of collecting accurate and repeatable data to benchmark the ContractStandards and permitting the PBC-01 Contractor to demonstrate compliance with thespecified Key Performance Measures.

1.1.3 The output from this Contract will provide direct inputs into:

a) measurement of the PBC-01 Contractor’s compliance with the specified KeyPerformance Measures

b) the PBC-01 non-compliance system

c) annual determination of the roads included in each of the WBoPDC road groups,which have differing performance criteria to be met under the PBC.

1.2 Joint Principal Several Liability

1.2.1 Tenderers are advised that the WBoPDC, Transit and the PBC-01 Contractor shall act asjoint Principal to the ‘Bay Roads’ Data Collection Contract and herein shall be referred toas ‘the Principal’.

1.2.2 The liability of the WBoPDC, Transit and the PBC-01 Contractor under the ContractDocuments shall be several and shall be limited to those respective parts of the services forwhich each is responsible with that several liability as set out in the Contract Documents.

1.2.3 All three parties to the Principal therefore aspire to the accurate split of the tender sum toensure that only reasonable and appropriate costs/overheads and profits are attributable tothe respective parties as limited to those respective parts of the services for which each isresponsible under the Contract Documents.

1.2.4 To establish that a fair apportionment of costs is provided a verification process of theTenderers documented tender sum shall be undertaken in parallel with the pre-awarddiscussions with the preferred Tenderer. This verification process will include an externalauditor, engaged by the Principal, performing verification audits in an open bookenvironment.

1.3 Contract Type

1.3.1 This contract is a ‘Measure and Value’ contract as defined by General Conditions ofContract, Clause 2.1.1.

Page 9: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

1 Key Information for Tenderers

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 5 Printed 26/08/02

1.4 Principal’s Expectations

1.4.1 The Principal is seeking a contractor who will:

a) Promote its goals of providing a safe and more efficient network, minimising costs andincreasing user satisfaction with the network;

b) Provide value for money and increased price certainty in the procurement and deliveryof this project;

c) Implement proactive strategies to enable the timely completion of the Contract Works;

d) Develop and implement innovative work methods and/or materials that result inenhanced performance and a cost effective design;

e) Supply high quality repeatable data within the specified time frames and safetyparameters.

1.4.2 Tenderers should demonstrate in their submissions that they understand the requirementsof the Tender Documents. They should also show that they can provide the necessaryresources and commitment to successfully complete the Contract Works to meet the aboveexpectations.

1.5 Tender Submission

1.5.1 The Principal requires conforming tenders for this contract. Tenderers shall ensure thattheir tenders meet all the requirements of the Tender Documents.

1.5.2 In accordance with Clause 105.7 of the Conditions of Tendering (Section 2 of thisInstructions for Tendering), the Principal will not consider Alternative Tenders for thiscontract.

1.5.3 Tenders shall be submitted in accordance with the Schedule to Conditions of Tendering,Clause 105.1 (Section 3 of this Instructions for Tendering).

1.5.4 Any suitably and qualified party is eligible to submit a tender, irrespective of theirinvolvement in any tender for PBC-01. Conditions of Tendering, Clause 105.8 andInstructions for Tendering, Clause 6.5.3 make provision to avoid the parallel procurementof PBC-01 compromising the independence of the Contractor and the integrity of thisContract.

1.5.5 For purposes of this contract, a conforming tender must offer to complete the ContractWorks in their entirety, being Separable Portions 1 to 19 inclusive.

1.6 Key Contract Data

1.6.1 The following table summarises the key features of the contract. The information anddetail contained elsewhere within the Tender Documents shall over-rule this table if thereis any ambiguity or conflict with the following information.

Page 10: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

1 Key Information for Tenderers

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 6 Printed 26/08/02

Description Key Contract Data Document Reference

The Contract Works Collection of roughness,rutting, skid resistance(SCRIM), texture, fallingweight deflectometer, GPS,geometry, unsealed pavementcharacteristics, dustgeneration, illuminance,RAMM condition rating,traffic count and videomapdata

IFT Section 1.1

Type of contract Measure and Value IFT Section 1.3

Closing date for tenderqueries

3 days prior to tender close IFT Section 1.7

Tenders close 4:00pm on Tuesday, 6 August2002

IFT Section 3

Supplier selection method Weighted Attributes IFT Section 6

Conditions of Contract NZS 3910:1998 CC General Conditions

Contract Period 3 years with provision for 2one year extensions

CC 1st schedule 10.2.1

Liquidated Damages $700 per working day forSeparable Portions 2, 5, 7, 10,13, 15, 18$250 per working day forSeparable Portions 3, 8, 11,16, 19

CC 1st Schedule 10.5.1

Defect Liability Period 12 weeks for SeparablePortions 2, 3, 5, 7, 8, 10, 11,13, 15, 16, 18, 19

CC 1st Schedule 11.1.1

Cost fluctuations Apply after 1 year CC 1st Schedule 12.8.2

1.7 Communications between Tenderer and the Principal’s Consultant

1.7.1 All communications between the Principal’s professional services consultant (theConsultant) and Tenderers must be in writing. For the purposes of this IFT, this includesfacsimile communications.

1.7.2 When Tenderers receive the Tender Documents, they shall notify the Consultant of thename and contact details of the person within their own organisation with whom theConsultant will direct all communications during the tender period (the Tenderer’sNominated Person).

Page 11: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

1 Key Information for Tenderers

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 7 Printed 26/08/02

1.7.3 Communication must be clearly labelled with the assigned contract number and name.Communication not so addressed may be delayed and/or not actioned. All Tenderer’squeries shall be addressed to:

Bloxam Burnett & OlliverLevel 5, 18 London StPO Box 9041HamiltonNEW ZEALAND

For the Attention of: Kevin Doherty

Fax: +64 7 838 0431

1.7.4 Tenderer’s queries shall be raised with the Principal’s Consultant as soon as possible butnot later than three Working Days before the tender closing date. The Consultant willendeavour to respond to all queries within 48 hours of receiving them.

1.8 Site Visit

1.8.1 Tenderers may conduct independent site visits by arrangement with the incumbent NMAconsultant.

1.9 Electronic Information

1.9.1 Electronic copies of the following documentation will be provided by Bloxam Burnett &Olliver and can be obtained from Kevin Doherty via e-mail: [email protected]. Thedocuments are:

a) Schedule of Prices;

b) Tender Form;

c) Tender Information Schedules;

d) Tender Evaluation Marking Forms;

e) Conditions of Contract Schedules;

1.9.2 To assist with the tender evaluation, Tenderers may submit sections of their tender, such asthe Schedule of Prices, in both hard copy and electronic format.

1.9.3 The electronic copies are provided in good faith, to assist Tenderers. If there is adiscrepancy between the electronic copy and the hard copy supplied with these TenderDocuments, the hard copy shall take precedence over the electronic version. Only the hardcopy will be used for tender acceptance.

1.10 Quality Assurance

1.10.1 The Contractor shall be required to complete the Contract Works in accordance with TNZQ/4:1995, Specification for High Quality Assurance Level Contracts.

1.10.2 Where the Contract Works are to be completed in accordance with TNZ Q/4:1995,Tenderers are required to supply, with their Tender, evidence of certification to Transit

Page 12: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

1 Key Information for Tenderers

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 8 Printed 26/08/02

New Zealand Quality Standard TQS1: 1995 or an acceptable quality assurance alternative.Acceptable alternatives include NZS 9002:1994.

1.10.3 The Quality Assurance requirements applicable to completing the Contract Works aredescribed in the Project Specification.

1.11 Privacy Act

1.11.1 The Principal requires the consent and authority of the Tenderer to discuss and verify theTenderer’s stated Relevant Experience and Track Record with all the parties associatedwith that Relevant Experience and Track Record. This requirement also applies to theTenderer’s subcontractors.

1.11.2 Where the Tenderer is a company, the authorised signatory of the company who hasexecuted the Form of Tender authorises the Principal (or its designated representative) tomake enquiries concerning the performance of the tendering company. These enquirieswill concern the works and/or projects listed as Relevant Experience and Track Record bythe company in the Non-price Attributes section of their tender. The Principal may contactparties named as having involvement in the works/projects and other parties involved inthe works/projects.

1.11.3 The Tenderer gives up any claim to confidentiality for the works and/or projects they listas Relevant Experience or Track Record in the Non-price Attributes section of theirtender.

1.12 State Highway Locational Referencing System

1.12.1 Tenderers must familiarise themselves with the proposed changes to the State HighwayLocation Referencing System as outlined in Project Specification, Clause 1.2.5 and thedocumentation available on the project website (www.lrms.co.nz)

1.12.2 Tenderers must make allowance in their tendered sum for any costs associated withimplementing any changes required to their survey methodology or data processingsystems to accommodate the revised State Highway Location Referencing Systems.

1.13 Miscellaneous Requirements

1.13.1 Tenderers shall submit with their Tender all information requested in the TenderInformation Schedule (Section 5 of this Instructions for Tendering).

Page 13: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

2 Conditions of Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 9 Printed 26/08/02

2. Conditions of Tendering

The Conditions of Tendering are those included in NZS 3910: 1998 - Conditions of Contract forBuilding and Civil Engineering Construction as amended below.Clause numbers refer to conditions of tendering clauses

104 Ambiguities in Tender Documents

Add the following clause 104.4

104.4 Should any conflict arise between the Transfund Competitive Pricing ProceduresManual (CPP) and the Tender Documents (TD), the order of precedence will be CPP, TD,except for Instructions for Tendering, Clause 6.1.2.

105 Submission of tenders

Clause 105.2 is deleted and replaced with the following

105.2 Late tenders will be processed in accordance with Transit’s Contract Procedure’sManual.

Add the following Clause 105.7

105.7 Alternative tenders will not be considered

Add the following Clause 105.8

105.8 In submitting a tender, the tenderer acknowledges that it is the intent of thePrincipal to engage an independent Contractor. A tenderer may withdraw its tender inwriting if it becomes aware of a conflict of interest arising after the close of tenders. ThePrincipal may at its sole discretion reject any tender where it can be shown that a conflictof interest exists.

Add the following Clause 105.9

105.9 A tenderer shall, at the Principal’s request, provide an open book disclosure toallow verification that the apportionment of the tendered sum between the entities formingthe Principal is limited to those respective parts of the Contract Works for which each isresponsible.

107 Notification of acceptance

Clause 107.1 is deleted and replaced with the following

107.1 If no tender has been accepted within two Months after closing of tenders, eachtenderer shall be notified in writing by the Principal or its agent whether its tender is or isnot still under consideration.

Page 14: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

3 Schedule to Conditions of Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 10 Printed 26/08/02

3. Schedule to Conditions of Tendering

The Conditions of Tendering are those set out in NZS 3910:1998

Clause numbers refer to Conditions of Tendering clauses

102.2 (a) A Tender Documents deposit is not required

103.1 (b) No appointment need be made to view the Site.

105.1 Tenders shall close at: Transit New Zealand, Level 4, BNZ Building, 354 VictoriaStreet, Hamilton, NEW ZEALAND at 4:00 p.m, (local time) on Tuesday, 6 August2002.

The tender submission must be submitted in three envelopes as follows:

a) Envelope 1: Proposal Excluding Priceb) Envelope 2: Pricec) Envelope 3: Tender Submission.

Envelopes 1 and 2 must be marked on the outside of the envelope with the tenderer’sname and:

i.) Tender for Contract 2/02-005/601: DCC-01 ‘Bay Roads’ Data Collection Contract– Envelope 1: Proposal Excluding Price.

ii.) Tender for Contract 2/02-005/601: DCC-01 ‘Bay Roads’ Data Collection Contract– Envelope 2: Price

Envelopes 1 and 2 must be submitted together in a third envelope (Envelope 3) andaddressed to:

Tenders SecretaryTransit New ZealandLevel 4, BNZ Building354 Victoria StreetPO Box 973HamiltonNEW ZEALAND

Envelope 3 must be marked on the outside Tender for Contract 2/02-005/601: DCC-01‘Bay Roads’ Data Collection Contract

105.1 (b) Fax tenders or tenders submitted via electronic means (email) will not be acceptable.

105.3 (a) The percentage for On-Site Overheads shall be nominated in the tender.

105.3 (c) The percentage for Off-Site Overheads and Profit shall be nominated in the tender.

105.3 (e) The rate per Working Day in compensation for time related Cost and Profit incurred inrelation to an extension of time shall be nominated in the tender.

Page 15: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

3 Schedule to Conditions of Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 11 Printed 26/08/02

105.3 (g) Supplementary information required to be submitted with the tender is:

Envelope No. 1: Proposal Excluding Price – shall include:

Item Description of Documents or Information Reference Page Limit

A Tenderer’s Non-price AttributesTenderers must provide four (4) identical copies of their non-priceattribute submission. One copy must be marked original and theothers marked copy.The non-price attribute submission must not exceed 40 pages ofsingle sided A4 size pages of ordinary type (12 point Times Romanor similar typeface). The page limit includes all subcontractorattribute information. A3 size paper shall be deemed to be two A4pages, and shall be numbered accordingly.Tenderers shall number the pages, and for any submissions thatexceed the page limit, the first 40 pages, excluding the additionalpages, only will be considered for the tender evaluation.Additional pages may be included as follows:

• Title Page (one page)

• Index (one page)

• CVs (two pages for each person nominated in the tender)

• Quality assurance certification (one page)

• Survey Equipment Description – See Appendices

IFT Section 4 60

B Completed Tender Information Schedule IFT Section 5 Unlimited

C All tags and/or clarifications as appropriate. (Tags and/orclarifications included in Envelope 2 will not be considered)

Unlimited

D Compliance Monitoring Procedure

Envelope No 2: Price – shall include:

Item Description of Documents or Information IFT Reference Page Limit

E Completed and signed Tender Form Page TF 1 1

F Completed Schedule of Prices N/A Unlimited

Page 16: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

4 Non Price Attributes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 12 Printed 26/08/02

4. Non-price Attributes

4.1 Attribute Submission and Weighting

4.1.1 The Tenderer shall provide information on the six Non-price Attributes listed below. Theinformation must be based on the definitions of these attributes as set out in Table E1 ofAppendix E of the Transfund CPP Manual Volume 1.

4.1.2 Sufficient relevant information shall be provided for each attribute in relation to theContractor and proposed key subcontractors to allow the Tender Evaluation Team (TET)to mark the attribute as provided for in the table below.

Attribute Overall Attribute Weighting %

Relevant Experience 4

Track Record 6

Technical Skills 4

Resources 3

Management Skills 5

Methodology 8

Price 70

4.2 Tenderer and Tenderer’s Subcontractor Information

4.2.1 The submission for each attribute shall clearly distinguish the attributes of the Tendererand the Tenderer’s subcontractors.

4.2.2 The Methodology shall clearly define the role of each key subcontractor and the role of theContractor for each key part of the Contract Works. The key parts of the Contract Worksare:

a) high speed data collection;

b) falling weight deflectometer surveys;

c) unsealed pavement characteristics surveys;

d) dust generation surveys;

e) high speed lux surveys;

f) RAMM condition rating surveys;

g) traffic counting;

h) videomapping.

4.3 Relevant Experience

4.3.1 Tenderers must provide details of a maximum of ten projects that demonstrate thesuitability of their experience and that of their subcontractors to complete the ContractWorks.

Page 17: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

4 Non Price Attributes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 13 Printed 26/08/02

4.3.2 At least three out of the ten projects must be the same as submitted for Track Record.

4.3.3 Tenderers shall provide the following details for each project nominated for RelevantExperience:

a) Project name, location, contract value and when the project was completed;

b) The Engineers name, company and contact telephone number(s).

4.3.4 For each factor the Tenderer must provide detail of the percentage of work carried out bytheir own directly employed labour and resources, and the percentage undertaken bysubcontract.

4.3.5 Tenderers shall provide the following details for each factor nominated for RelevantExperience. A separate table must be included for each factor:

Relevance:

Provide details of your Relevant Experience for the following factors on your nominatedprojects. Provide a description of the work carried out and its relevance to this tender

• Programming, progress monitoring and contingency planning• Equipment calibration and validation• Traffic management• Data collection• Data processing, verification and delivery• Compliance monitoring• Reporting• Knowledge of New Zealand conditions and practices

Currency:

For each factor, provide detail of when the work was carried out, or the % completed sofar if still under construction.

Scale:

For each factor, provide detail of the value of the work carried out, or the value of workcompleted so far if still under construction.

4.4 Track Record

4.4.1 Tenderers must provide details of five projects under construction or completed, thatdemonstrate their Track Record. Tenderers must provide the same information for theirkey subcontractors detailing successfully completed projects of a similar nature. Thescoring for projects which are less than 80 percentage complete, or more than five yearsold will be downgraded.

4.4.2 At least three out of the five projects must be the same as submitted for RelevantExperience.

Page 18: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

4 Non Price Attributes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 14 Printed 26/08/02

4.4.3 Tenderers shall provide the following details for each project nominated for TrackRecord:

a) Project name, location, contract value and when the project was completed;

b) The Engineer’s name, company and contact telephone number(s).

4.4.4 The Tenderer shall supply names and current contact telephone numbers of two persons toact as referees. Referees shall be from the client organisation and/or the client’s agent andmust have been directly responsible for supervising or overseeing the nominated projects.Providing inadequate contact information or non-applicable referees may result indowngraded scoring.

4.4.5 Tenderers must provide the following details for each project nominated for TrackRecord:

Performance: Provide the following details

Health & Safety: Provide the following details of Serious Harm accidents (as defined bythe HSE Act) for your company for the last five years. National companies shall providedata both for work carried out in the same region as the Contract Works and for workcarried out nationally. This information will be evaluated as part of the Tenderer’sperformance for all projects nominated under Track Record.• Serious Harm accidents per 100,000 man-hours expended.• Man-hours Expended• In addition provide details of any Serious Harm accidents requiring reporting to OSH

(as per Section 25 (3) of the HSE Act) that occurred on any of the nominated projects.

Environmental: For each project give details of all environmental incidences, abatementnotices, prosecutions by environmental regional and territorial authorities. Include thedate of incident and the outcome.• Project Name• Detail of environmental incident, abatement notice or prosecution• Outcome

Joint Venture Companies and Subcontractors: Identify which of your nominatedproject were joint ventures (JV). Identify the JV partner(s) and the proportion and natureof the work undertaken by the Tenderer’s company. Identify which major portions of thework (i.e. greater than 10 percent of the contract value) were carried out by subcontractors.

Contractor Performance: The Tenderer shall detail their performance in the nominatedproject.

Page 19: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

4 Non Price Attributes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 15 Printed 26/08/02

Cost: Provide the following details for each project nominated for Track Record:

Where work was for specific components of a project, prices must relate to the nominatedcomponent (e.g. the bridge) and not the project of which it is a part.• Project name• Tender price• Final contract price• Where the tender price differs from the final contract price, please explain why

Time: Provide the following details for each project nominated for Track Record:

• Project Commencement Date• Original Due Date for Completion• Extended Due Date for Completion• Actual Completion Date• Where the completion dates differ from each other, please explain why

4.5 Technical Skills

4.5.1 Attach a curriculum vitae (CV) for each of the key positions identified below (two pagesper CV). The CVs need to demonstrate specific experience relevant to the position andshould separately identify technical and managerial skills where relevant to the position.

4.5.2 The Tenderer must state the percentage of time and over what duration each of the abovenominated persons will be allocated to the contract and whether they will be based on oroff the Site.

4.5.3 The Tenderer must nominate the following personnel and state (in no more than half apage per person) the key Practical Experience and Technical (formal qualifications andtraining) skills of each.

Position

Contractor's Representative (as NZS 3910, Clause 5.2)

Senior Engineer responsible for technical and planning aspects

Contracts Manager

Operations Manager

Quality Manager

Survey Equipment Operators

Validation Engineer

Data Processing Personnel

Software Engineer

Traffic Control Personnel

Page 20: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

4 Non Price Attributes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 16 Printed 26/08/02

4.6 Resources

4.6.1 The Tenderer must submit details of the resources to be provided for carrying out each ofthe key parts of the Contract Works and demonstrate its suitability for the activity.

4.6.2 In addition, the Tenderer shall provide the following information for the resources listed:

a) Information on the availability of backup resources;

b) Age and condition of the plant;

c) Details whether the plant is leased or partially owned or fully owned by the Tenderer.

4.7 Management Skills

4.7.1 Attach a CV for each of the key positions identified in the “Management Skills Personnel”section below (two page per CV). The CVs need to demonstrate specific experiencerelevant to the position and should separately identify Technical and Management Skills.Where the personnel are the same as those named in the Technical Skills section only onetwo-page CV is required.

4.7.2 The Tenderer must state the percentage of time and over what duration each of thenominated persons will be allocated to the contract and whether they will be based on oroff the Site.

4.7.3 The Tenderer must nominate the following personnel and state (in no more than half apage per person) the key Management Skills each will contribute to the project in terms oftheir management experience and management qualifications and training.

Management Skills Personnel

Contractor's Representative (as NZS 3910, Clause 5.2)

Senior Engineer

Contract Manager(responsible for the Contract Works’ overall implementation and management)

Operations Manager

Quality Manager (responsible for the CQP’s preparation, implementation and management)

4.7.4 Tenderers must describe the management systems and skills they will use to successfullycomplete the Contract Works. The description should include but need not be limited to:

Page 21: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

4 Non Price Attributes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 17 Printed 26/08/02

Management Skills Company Systems: Organisational Structure

Provide a project staff structure for this contract. Do this using a diagram showing howboth internal and external staff relate. Also show which positions would have personneldedicated on site, and which position will act as the Contractor’s Representative (as NZS3910: 1998).

Within this structure describe the communication links between key parties (managementteam, site staff, subcontractors, Engineer, Principal etc), and indicate the proportion oftime each person will be dedicated to this contract.

Management Skills Company Systems: Quality Management System (QMS)

Describe the procedures you would include in your Quality Management System to ensurethat the requirements of the contract would be met during the, construction andmaintenance phases, including the management of subcontractors.

Describe how you would ensure that the works are carried out in order to meet thePrincipal’s requirements.

Management Skills Company Systems: Programming

Describe the project programming systems and procedures you would use for this contract.

Management Skills Company Systems: Financial Management

Describe the financial management systems and reporting you would use for this contract.

Management Skills Company Systems: Health and Safety

Give a statement of your policy on health and safety including the training and welfare ofstaff at construction sites and your method for controlling on-site safety performance.

4.8 Methodology

4.8.1 Tenderers must describe the Methodology they will use to carry out the Contract Works ontime and to the standards and requirements specified in the Contract Documents.

4.8.2 The Methodology should highlight any special features of the way the Tenderer intends towork and their management of quality. It should also highlight how the Tenderer willmanage the perceived significant risks.

4.8.3 The Principal seeks a “no surprises” financial management and reporting strategy. TheTenderer’s Methodology shall describe how they would co-operate with the Principal toachieve this. In particular, Tenderers shall describe their proposed financial managementand reporting methodology for this contract and their approach to minimising the risk tothe Principal of additional costs, this being one of the Principal’s key objectives.

4.8.4 The Methodology shall clearly define the role of each key subcontractor and the role of theContractor for each key part of the Contract Works. The Methodology must cover thefollowing key parts of the Contract Works:

a) Preparing and implementing the Contract Quality Plan,

b) Programming, progress monitoring and contingency planning (including proceduresfor maximising output during periods of inclement weather);

Page 22: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

4 Non Price Attributes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 18 Printed 26/08/02

c) Preparing and implementing the Traffic Management Plan;

d) Supplying, calibrating and validating all survey, data processing and reportingequipment and software;

e) Completing the surveys;

f) Data processing and delivery (raw and processed data)

g) Compliance monitoring

h) Reporting

4.8.5 The Tenderer’s Methodology must not take precedence over the requirements of theProject Specification in any respect.

Page 23: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

5 Tender Information Schedule

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 19 Printed 26/08/02

5. Tender Information Schedule

5.1 General

5.1.1 Tenderer’s shall complete the following Tender Information Schedule and include inEnvelope No. 1.

5.2 Proposed Subcontractors

5.2.1 The Tenderer must complete the following table about their proposed Subcontractors.

Proposed Subcontractor Type and Extent of Works to be Completed

5.3 Acknowledgement of Notices to Tenderers

5.3.1 The Tenderer must circle the number of each Notice to Tenderer received during thetender period.

Number: 1 2 3 4 5 6 7 8 9 10

5.3.2 The Tenderer must allow for the impact of changes from the Notices in their Tender.

5.4 Proposed Programme

5.4.1 The Tenderer shall attach an outline programme in Gantt chart form identifying andsequencing all the key parts of the Contract Works. The programme shall be based on thecontract period, showing and linking the relevant construction tasks, the critical path, andany activities, which require additional information or decisions from the Engineer.

5.5 Outline Quality Plan

5.5.1 Tenderers shall provide an outline of the Contract Quality Plan they would use ifundertaking the Contract Works. The Plan should demonstrate the scope and format of theQuality Management System that the Tenderer would adopt and should include but not belimited to:

a) Contractor Management and Organisation.

i) The organisation of the contract management team including the line ofcommand and communication links between all parties including Contractor,Principal, Engineer, any external quality verification authorities, consentingauthorities, affected local territorial authorities and other key projectstakeholders in the form of an annotated chart

ii) List of management procedures to be included in Contract Quality Plan

Page 24: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

5 Tender Information Schedule

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 20 Printed 26/08/02

b) Contractor's Method Statements (details not required, only a Table of Contents)

i) List of Method Statements for each key work activity

ii) List of construction procedures from Contractor's company QualityManagement System to be incorporated into Quality Plan

iii) List of Environmental Management procedures

c) Contractor’s Supervision of the Contract Works

i) A statement of the Contractor's responsibilities and delegated authorities tosupervise the Contract Works

ii) Number, level and position of personnel involved in supervision of theContract Works

d) Contractor's Construction Quality Control

i) A statement of the Contractor's organisation for quality control

ii) List of procedures for execution of quality control

5.5.2 The Tenderer is required to submit outline detail only. The information the Tendererprovides as part of the Non-price Attribute submission can be cross-referenced and neednot be duplicated.

5.6 Contractor’s Occupational Health and Safety Management Information

5.6.1 The Tenderer is to complete the information below and return it with their tender.Tenderer’s may also be asked to prove responses or send copies of the documents referredto below.

Page 25: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

5 Tender Information Schedule

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 21 Printed 26/08/02

1 Safety Policy & Management Commitment

1.1 Do you have a written a Health and Safety Management Plan (which will remain inforce and not be cancelled during this contract) which meets the generalrequirements of the Health & Safety in Employment Act.

Yes / No

2 Safety Training

2.1 Please supply details of the staff that will be responsible for safety, and safetytraining on this contract, their responsibilities and formal safety qualifications.(Personnel substituted for those nominated will need to have equivalentexperience and qualifications.)

Attached

2.2 Do you have a safety manual, including written working practices and safetyinstructions, which is available to all staff?

Yes / No

2.3 Is formal safety training given to all employees? Yes / No

2.4 Do you have procedures for managing the safety performance of subcontractors? Yes / No

3 Hazard Identification and Management

3.1 Do you have a system to identify, isolate, minimise and where possible eliminatesignificant hazards throughout the duration of this contract?

Yes / No

4 Safety Records

4.1 Supply your organisation’s safety record for the last five years.

4.1.1 Fatalities No.____

4.1.2 Lost days from injury to worker/s No.____

4.1.3 Lost days from machinery failure No.____

4.1.4 Accidents resulting in environmental damage or pollution No.____

4.2 Have you or your company received any caution or been prosecuted by anenforcement authority (including OSH) in the last five years?

Yes / No

5 Accident Investigation

5.1 Does your organisation maintain a register for recording accidents and/or caseswhere any employee suffers serious harm?

Yes / No

5.2 Do you conduct an investigation into any accident, which results in harm to anemployee?

Yes / No

5.3 Do you advise the following parties of the accidents:

5.3.1 the employees? Yes / No

5.3.2 where relevant, OSH? Yes / No

6 Emergency Procedures

6.1 Do you have an Emergency Plan that identifies responsibilities and procedures tobe followed?

Yes / No

6.2 Have all staff received training in emergency procedures within the last 12 months Yes / No

Name: Date:

Name Printed: Position

Page 26: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

6 Tender Evaluation Procedure

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 22 Printed 26/08/02

6. Tender Evaluation Procedure

6.1 Overview

6.1.1 Tenders for this contract will be evaluated using the ‘Weighted Attribute Method’ asprescribed in Transfund’s CPP Manual.

6.1.2 The requirements of Transfund’s CPP Manual, Clause 2.7.2 shall be increased for thepurposes of this tender evaluation process, such that any tender that scores 60 or less onany single non-price attribute shall be excluded from further consideration.

6.2 Tender Evaluation Team

6.2.1 The Tender Evaluation Team (TET), formed to evaluate tenders, will be:

Tender Evaluation Team (TET)

Dave Robertson (Transit)

Scott Bready (Bloxam, Burnett & Olliver Ltd) – Chairperson

Representative from PBC-01 Contractor

6.2.2 Tenderers shall be notified in writing of any changes to the TET. The TET will besupported by other expert advisors as required.

6.2.3 Tenderers who believe there is a conflict of interest with a member of the TET shallcontact the PBC-01 probity auditor (Lyn Daken, Audit New Zealand) in writing, outliningthe basis of their concerns in order that appropriate action can be taken.

6.3 Envelope 1: Non-price Attribute Evaluation

6.3.1 The TET will individually read, evaluate and grade the Non-price Attributes using theevaluation forms in this Instructions for Tendering.

6.3.2 For the evaluation of Relevant Experience, Track Record, Technical and ManagementSkills they will take into account:

a) The Principal’s records of contracts the Tenderers have completed;

b) Their personal knowledge of any of the Tenderers experience;

c) Information from referees of other organisations the Tenderers have worked for.

6.3.3 For the evaluation of the Tenderer's Resources attribute, they will take into account theirpersonal views about the suitability of the Tenderer's resources to adequately carry out thework.

6.3.4 For the evaluation of the Tenderer's Methodology attribute, they will take into accounttheir personal views about best practice and the appropriate methodology to complete theContract Works.

Page 27: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

6 Tender Evaluation Procedure

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 23 Printed 26/08/02

6.4 Interviews

6.4.1 Interviews with individual Tenderers may be held during the evaluation period should anyfurther clarification be required regarding the Tenderer's submission.

6.5 Agreement of Non-price Attribute Grades

6.5.1 The TET will meet to agree each Tenderer’s Non-price Attribute scores and overall grade.The TET will evaluate the proposals based on a direct comparison of each tendersubmission, and rank each tender in order based on the markings gained in the evaluation.

6.5.2 Assistance from expert advisors will be requested as required. The TET will endeavour toreach a consensus. If the TET cannot reach a consensus, the TET Chairperson shallconsider the team’s attribute scores and decide the final attribute score.

6.5.3 The following process shall be followed if the TET consider that a conflict of interestexists between any tender and PBC-01:

a) the TET will request in writing, that the Tenderer either submit a statementestablishing their independence from the PBC-01 Contractor or withdraw their tender.Any submitted statements of independence shall not modify the tender.

b) the TET shall determine the independence of the tender, taking into account anysubmitted statement of independence.

c) if the TET consider that a conflict of interest persists, the Tenderer will be requested,in writing, to withdraw their tender

d) if a Tenderer fails to withdraw their tender at the TET’s request, the TET mayrecommend to the Principal that the tender be rejected

6.6 Non-price Attribute Evaluation Report

6.6.1 The TET will complete a Non-price Attribute evaluation report.

6.7 Envelope 2 – Price

6.7.1 Following the Non-price Attribute evaluation process described above, the TET will openEnvelope 2: Price, for each acceptable tender.

6.7.2 Using the information provided by the Tenderer on the Tender Form, the TET willcomplete the following calculations to determine the Tenderer’s price grade

a) The percentages and the rate per Working Day as determined from the tender form willbe entered in the appropriate rate column of the following table;

b) The percentage or rate entered will be multiplied by the quantity shown for each row.The three amounts from will be added to determine the Total Amount;

c) The Total Amount from the following table will be added to the tendered price todetermine the price grade for the ranking of tenders prior to the award of the contract;

Page 28: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

6 Tender Evaluation Procedure

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 24 Printed 26/08/02

d) The quantities stated in the following table are not to be taken as bearing anyrelationship to the value or extent of Variation work, or of occurrences treated as aVariation, that may occur on this contract.

Description Quantity Unit Rate Amount$

A. On-Site Overheads $50,000 %

B Off-Site Overheads and Profit $50,000 %

C Rate per Working Day 100 $ per Day

Total Amount

6.7.3 For any item where no percentage or no rate is provided the Tenderer will be deemed tohave nominated zero percent or zero dollars per Working Day as the case may be.

6.8 Tender Evaluation Report

6.8.1 The TET will prepare a tender evaluation report. The Principal will use this report inaccepting and awarding the contract according to its contract administration procedures.

6.8.2 The report will include recommendations regarding the preferred tender and Tenderer, andany applicable terms or conditions relating to the tender acceptance.

6.8.3 If the Principal accepts the recommendation of the TET, it will either award the contract tothe preferred Tenderer or, if appropriate, seek pre-award discussions with the preferredTenderer.

6.8.4 During the pre-award discussions the Principal may verify the fair apportionment oftendered sum between the entities forming the Principal as follows:

a) At the commencement of the pre-award discussions, the preferred Tenderer shall makeavailable to an external financial auditor engaged by the Principal, the fullydocumented composition of their tender sum, including;

• the structured and systematic apportionment of the cost of services separatelyreported for State Highways for which Transit has statutory responsibility (roadgroups 1 and 2) and local roads for which the WBoPDC has statutory responsibility(road groups 3 to 7) as described in the Schedule of Prices and in ProjectSpecification Clause 1.2;

• the structured and systematic apportionment of overheads, managerial costs andshared systems etc;

• a declaration that the costs for the works associated with the WBoPDC and Transitnetworks have been developed from first principles.

b) To ensure confidentiality, the fair apportionment of cost verification audit shall beundertaken at the offices of the preferred Tenderer. The external financial auditor shall

Page 29: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

6 Tender Evaluation Procedure

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 25 Printed 26/08/02

not remove any documentation from offices of the preferred Tenderer unless writtenapproval to do so has been provided by the preferred Tenderer. The external financialauditor can be bound by suitable confidentiality agreements if required by the preferredTenderer.

c) During the pre-award discussions, the external financial auditor shall audit thedocumented information to provide assurance that the declaration can be supported.

d) In the event that the declaration can not be supported, the apportionment of the tendersum will become the subject of the pre-award discussions and/or may result in thetender being rejected.

Page 30: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

7 Tender Acceptance and Debriefing

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 26 Printed 26/08/02

7. Tender Acceptance and Debriefing

7.1 Tender Acceptance

7.1.1 Should the Principal encounter delays in the award process Tenderers will be advisedwhether or not their tender is still being considered.

7.1.2 The Principal will write to the successful Tenderer at the earliest opportunity to informthem that their tender has been accepted.

7.1.3 All Tenderers will be advised of the following:

a) Name of successful Tenderer;

b) Price of successful tender;

c) Tenderers’ names with no identification as to each Tenderer’s price;

d) Tender prices in ascending order with no identification as to the Tenderer’s identity;

e) Range of grades for each Non-price Attribute;

f) For each Tenderer, their own individual attribute scores.

7.2 Tender Debriefing

7.2.1 Within two weeks of the contract award, Tenderers may request a meeting with theConsultant that includes at least one member of the TET. The purpose of the meeting willbe to discuss the Tenderers submission including in particular the adequacy of thesubmitted information and scoring of Non-price Attributes. Other Tenderer’s tendersubmission information and details will not be disclosed. The discussions will beconfidential and will not be formally minuted.

Page 31: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

8 Tender Evaluation Marking Sheets

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 27 Printed 26/08/02

8. Tender Evaluation Marking Forms

8.1 Tender Evaluation Marking Forms

8.1.1 The TET will use the following tender evaluation marking forms to evaluate eachTenderer’s Non-price Attribute submission.

Page 32: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

8 Tender Evaluation Marking Sheets

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 28 Printed 26/08/02

Relevant Experience (Weighting 4%)

Factors Relevance (70%) Currency (20%)(Years ago or % complete if under construction)

Scale (10%) (% of Estimate)

Wei

ghtin

g

35 or less: Not related40, 45: Barely related50, 55: Related60, 65, 70: Particularly related75, 80, 85: Very related90, 95, 100: Extremely related

35 or less: 5+ years or < 50% complete40, 45: 4–5 years or 50-60% complete50, 55: 3-4 years or 60-70% complete60, 65, 70: 2-3 years or 70-80% complete75, 80, 85: 1-2 years or 80-90% complete90, 95, 100: 0-1 years or 90-99% complete

35 or less: <35% of estimate40, 45: 5-50% of Estimate50, 55: 50-70% of Estimate60, 65, 70: 70-90% of Estimate75, 80, 85: 90-100% of Estimate90, 95, 100: > or = Estimate

Programming, progressmonitoring andcontingency planning

10

Equipment calibration andvalidation

15

Traffic management 10

Data collection 15

Data processing,verification and delivery

15

Compliance monitoring 15

Reporting 10

Knowledge of NewZealand conditions andpractices

10

Summary Rating

Tenderer Relevant Experience Rating

Evaluators Comments (Continue on Separate Sheet if Necessary)

TET Note: Relevant Experience relates to company not individuals, and should include Relevant Experience of keysubcontractors if appropriate.

Page 33: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

8 Tender Evaluation Marking Sheets

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 29 Printed 26/08/02

Track Record (Weighting 6%)

Project Performance (60%) (includes QA, Environmental, Safety,partnering and cooperation)

Cost (20%) Time (20%)

35 or less: Unsatisfactory40, 45: Needs Improvement50, 55: Acceptable60, 65, 70: Requirements fully met75, 80, 85: Exceeds Requirements90, 95, 100: Superlative

35 or less: Significantly exceeds budget40, 45: Exceeds budget50, 55: On budget60, 65, 70: Within budget75, 80, 85: Well within budget90, 95, 100: Significantly within budget

35 or less: Frequently misses deadline40, 45: Misses deadline50, 55: On time60, 65, 70: Occasionally exceeds75, 80, 85: Frequently ahead of deadline90, 95, 100: Consistently ahead of deadline

Project 1

Project 2

Project 3

Project 4

Project 5

Summary Rating

Tenderer Track Record Rating

Evaluators Comments (Continue on Separate Sheet if Necessary)

TET Note: Track Record relates to company not individuals, and should include Track Record of key subcontractors.

Page 34: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

8 Tender Evaluation Marking Sheets

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 30 Printed 26/08/02

Technical Skills (Weighting 4%)

Personnel Practical Experience (60%) Technical (40%)(Formal Qualifications and Training)

Wei

gh

tin

g

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 85: Good90, 95, 100: Excellent

35 or less: Barely adequate40, 45: Adequate50, 55: Meets requirements60, 65, 70: Related75, 80, 85: Very Related90, 95, 100: Directly Applicable

Contractors Representative 10

Senior Engineer 10

Contracts Manager 10

Operations Manager 10

Quality Manager 10

Survey Equipment Operators 10

Validation Engineer 10

Data Processing Personnel 10

Software Engineer 10

Traffic Control Personnel 10

Summary Rating

Tenderer Technical Skills Rating

Evaluators Comments (Continue on Separate Sheet if Necessary)

TET Note: Technical Skills relates to individuals not company, and should include Technical Skills of keysubcontractors if the positions listed are to be filled by subcontractors.

Page 35: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

8 Tender Evaluation Marking Sheets

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 31 Printed 26/08/02

Resources (Weighting 3%)

Factors Plant (70%)(Equipment and Facilities)

Labour (30%)W

eig

hti

ng

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 85: Good90, 95, 100: Excellent

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 85: Good90, 95, 100: Excellent

Survey Equipment 40

Backup Equipment 20

Systems 40

Summary Rating

Tenderer Resources Rating

Evaluators Comments (Continue on Separate Sheet if Necessary)

TET Note: Resources relates to company not individuals, and should include Resources of keysubcontractors if the factors listed are to be carried out by subcontractors.

Page 36: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

8 Tender Evaluation Marking Sheets

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 32 Printed 26/08/02

Management Skills Personnel (Weighting 3%)

Personnel ManagementExperience (60%)

ManagementQualifications and Training (40%)

Wei

gh

tin

g35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 85: Good90, 95, 100: Excellent

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 85: Good90, 95, 100: Excellent

Contractors Representative 25

Senior Engineer 20

Contracts Manager 20

Operations Manager 20

Quality Manager 15

Summary Rating

Management Skills - Personnel Rating Carried Forward

Management Skills Company Systems (Weighting 2%)

OrganisationalStructure

(inc. focus/commitment)

(10%)

QMS

(25%)

Programming

(20%)

FinancialManagement

(20%)

Health andSafety

(25%)35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 80: Good90, 95, 100: Excellent

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 80: Good90, 95, 100: Excellent

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 80: Good90, 95, 100: Excellent

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 80: Good90, 95, 100: Excellent

35 or less: Poor40, 45: Below Average50, 55: Average60, 65, 70: Above Average75, 80, 80: Good90, 95, 100: Excellent

Summary Rating

Management Skills Company Systems Rating Carried Forward

Tenderer Management Skills Overall Rating

Evaluators Comments (Continue on Separate Sheet if Necessary)

TET Note: Management Skills relates to company and individuals. Company Systems marked are those proposedfor this project, not those used on previous contracts.

Page 37: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Instructions for Tendering

8 Tender Evaluation Marking Sheets

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page IFT 33 Printed 26/08/02

Methodology (Weighting 8%)

Factor Standard (100%)

Wei

gh

tin

g

35 or less: Poor40, 45: Below Average50, 50: Average60, 65, 70: Above Average75, 80, 85: Good90, 95, 100: Excellent

Submission Quality 5

Co-operative Environment 5

Systems Approach 5

Management Requirements – ContractQuality Plan preparation andimplementation

10

Management Requirements –Programme preparation, monitoring andcontingency planning

10

Management Requirements – TrafficManagement Plan preparation andimplementation

10

Equipment Supply and Establishment 5

Equipment Calibration 10

Surveys 15

Data Processing and Analysis 10

Reporting 5

Compliance Monitoring 10

Summary Rating

Tenderer Methodology Rating

Evaluators Comments (Continue on Separate Sheet if Necessary)

Note for TET: Methodology relates to the proposed method of carrying out the contract works, and shouldinclude Methodology of key subcontractors if work to be carried out by subcontractors.

Page 38: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Tender Form

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A4 Issue 2: 15 April 2002DCC-01 ift.doc Page TF 1 Printed 26/08/02

9. Tender Form

TENDER FOR: DCC-01 ‘Bay Roads’ Data Collection ContractContract No. 2/02-005/601

Tenders SecretaryTransit New ZealandPO Box 973HamiltonNEW ZEALAND

1. I/We (the undersigned):

(Hereinafter called the Tenderer) hereby offer to make and execute the above-mentioned work inaccordance with the drawings, specifications and conditions of contract for the sum (in words) of

$( ) excluding GST

split between the entities comprising the Principal as set out in the Schedule of Prices andConditions of Contract, Clause 1.7, for the delivery of the services in accordance with and asdescribed in the Contract Documents.

2. The Tenderer is/is not (delete as applicable) a registered person in terms of the Goods andServices Act 1985.

The Tenderer's GST registration number is:

3 In accordance with Clause 105.3 of the Schedule to Conditions of Tendering, Tenderers shallcomplete the Variations Schedule belowThe % nominated in the tender for On-Site Overheads according to 105.3(a)

of the Schedule to Conditions of Tendering %

The % nominated in the tender for Off-Site Overheads and Profit accordingto 105.3 (c) of the Schedule to Conditions of Tendering %

The rate per Working Day nominated in the tender according to 105.3 (e) ofthe Schedule to Conditions of Tendering

$ Per Day

4. The Tenderer nominates the following as surety for any optional bond in lieu of retentions specifiedin the Contract and upon request furnish a certificate signed by the nominated surety that it willexecute should the Tenderer be awarded the Contract

Details Bond in Lieu of Retentions

Name

Postal Address

City

Tenderer’s Signature

Contact Name

Postal Address

Telephone No. Fax No:

Page 39: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 1 Printed 26/08/02

Sch

edu

le o

f P

rice

s

DCC-01 ‘BAY ROADS’ Data Collection ContractContract No. 2/02-005/601

Page 40: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

1 Preamble

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 2 Printed 26/08/02

The Schedule of Prices includes the following sections:

a) Part 1: Separable Portions

b) Part 2: Additional Services

c) Part 3: Tender Summary

The term of this Contract is for three years with the potential for 2 one-year extensions,dependent on the Contractor’s performance during the term of the Contract (see Clause14.4 of the General Conditions of Contract). The Schedule of Prices is based on quantitiesfor a five-year contract. Quantities for years 4 and/or 5 are provisional and will only applyif Separable Portions 14, 15, 16 and/or 17, 18, 19 form part of the Contract.

Page 41: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 3 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

1. Separable Portion 11.1 Contract Quality Plan/Programme

Preparation and ImplementationLS 20% 80%

1.2 Reporting Included in tendered rates1.3 Traffic Management Plan

PreparationLS 20% 80%

1.4 High Speed Data

1.4.1 Roughness/Rutting/TextureCalibration (Year 1)

LS 15% 85%

1.4.2 Roughness/Rutting/TextureValidation (Year 1)

LS 15% 85%

1.4.3 Skid ResistanceCalibration (Year 1)

PS 5,000 100% 5,000 0% 0

1.4.4 Skid ResistanceValidation (Year 1)

PS 5,000 100% 5,000 0% 0

1.5 Unsealed Structural Condition

1.5.1 Calibration (Year 1) LS 0% 0 100%

1.5.2 Validation (Year 1) LS 0% 0 100%1.6 Dust Generation (Provisional Item)

1.6.1 Calibration (Year 1) LS 0% 0 100%

1.6.2 Validation (Year 1) LS 0% 0 100%1.7 High Speed Lux

1.7.1 Calibration (Year 1) PS 2,500 0% 0 100% 2,500

1.7.2 Validation (Year 1) PS 2,500 0% 0 100% 2,5001.8 RAMM Condition Rating

1.8.1 Validation (Year 1) LS 5% 95%1.9 Network Video

1.9.1 Calibration (Year 1) LS 10% 90%

1.9.2 Validation (Year 1) LS 10% 90%

Separable Portion 1 – transfer to Schedule of Prices Part 3

Page 42: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 4 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

2. Separable Portion 22.1 High Speed Data

2.1.1 Traffic Management PlanImplementation – Level 1 Roads

2.1.1.1 Mobile Operation – no pilot vehicle lane.km 150 0 0

2.1.2 Traffic Management PlanImplementation – Level 2 Roads

2.1.2.1 Mobile Operation – 1 attenuator lane.km 94 0 0

2.1.3 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 1424

2.1.4 Roughness/Rutting/Texture Survey(Year 1) – see Project Specification,Clause 3.2.3

2.1.4.1 road groups 1 to 2 lane.km 244 0 0

2.1.4.2 road groups 3 to 7 (sealed) lane.km 0 0 1424

2.1.5 Skid Resistance Survey (Year 1) –see Project Specification, Clause3.2.3

PS 15,000 100% 15,000 0% 0

2.2 Unsealed Structural Condition

2.2.1 Traffic Management PlanImplementation – road groups 3 to 7

km 0 0 330

2.2.2 Survey (Year 1) km 0 0 330

2.3 High Speed Lux (Provisional Sum)

2.3.1 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 252

2.3.2 Survey (Year 1) PS 7,500 0% 0 100% 7,500

2.4 RAMM Condition Rating

2.4.1 Road Condition Rating Survey(Year 1)

2.4.1.1 road groups 1 to 2 km 12 0 0

2.4.1.2 road groups 3 to 7 (sealed) km 0 0 70

Page 43: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 5 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

2.4.1.2 road groups 3 to 7 (unsealed) km 0 0 120

2.4.2 Footpath Condition Rating Survey(Year 1)

LS 0% 0 100%

2.5 Network Video

2.5.1 Traffic Management PlanImplementation – Level 1 Roads

2.5.1.1 Mobile Operation – no pilot vehicle lane.km 150 0 0

2.5.2 Traffic Management PlanImplementation – Level 2 Roads

2.5.2.1 Mobile Operation – 1 attenuator lane.km 94 0 0

2.5.3 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 2084

2.5.4 Survey (Year 1)

2.5.4.1 road groups 1 to 2 lane.km 244 0 0

2.5.4.2 road groups 3 to 7 lane.km 0 0 2084

Separable Portion 2 – transfer to Schedule of Prices Part 3

Page 44: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 6 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

3. Separable Portion 33.1 Dust Generation (Provisional Item)

3.1.1 Survey (Year 1) No. 0 0 20

3.2 Routine Traffic Counts

3.2.1 Traffic Management PlanImplementation – road groups 3 to 7

No. 0 0 853

3.2.2 Survey (Year 1) No. 0 0 853

Separable Portion 3 – transfer to Schedule of Prices Part 3

Page 45: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 7 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

4. Separable Portion 44.1 Falling Weight Deflectometer

4.1.1 Calibration (Year 1) LS 0% 0 100%

4.1.2 Validation (Year 1) LS 0% 0 100%

Separable Portion 4 – transfer to Schedule of Prices Part 3

Page 46: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 8 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

5. Separable Portion 55.1 Falling Weight Deflectometer

5.1.1 Traffic Management PlanImplementation – road group 3

lane.km 0 0 480

5.1.2 Survey (Year 1)

5.1.2.1 road group 3 (sealed) lane.km 0 0 480

Separable Portion 5 – transfer to Schedule of Prices Part 3

Page 47: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 9 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

6. Separable Portion 66.1 Contract Quality Plan/Programme

Review and AuditLS 20% 80%

6.2 Reporting Included in tendered rates

6.3 Traffic Management PlanReview and Audit

LS 20% 80%

6.4 High Speed Data

6.4.1 Roughness/Rutting/TextureCalibration (Year 2)

LS 15% 85%

6.4.2 Roughness/Rutting/TextureValidation (Year 2)

LS 15% 85%

6.4.3 Skid ResistanceCalibration (Year 2)

PS 5,000 100% 5,000 0% 0

6.4.4 Skid ResistanceValidation (Year 2)

PS 5,000 100% 5,000 0% 0

6.5 Unsealed Structural Condition

6.5.1 Calibration (Year 2) LS 0% 0 100%

6.5.2 Validation (Year 2) LS 0% 0 100%

6.6 Dust Generation (Provisional Item)

6.6.1 Calibration (Year 2) LS 0% 0 100%

6.6.2 Validation (Year 2) LS 0% 0 100%

6.7 RAMM Condition Rating

6.7.1 Validation (Year 2) LS 5% 95%

Separable Portion 6 – transfer to Schedule of Prices Part 3

Page 48: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 10 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

7. Separable Portion 77.1 High Speed Data

7.1.1 Traffic Management PlanImplementation – Level 1 Roads

7.1.1.1 Mobile Operation – no pilot vehicle lane.km 150 0 0

7.1.2 Traffic Management PlanImplementation – Level 2 Roads

7.1.2.1 Mobile Operation – 1 attenuator lane.km 94 0 0

7.1.3 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 1424

7.1.4 Roughness/Rutting/Texture Survey(Year 2) - see Project Specification,Clause 3.2.3

7.1.4.1 road groups 1 to 2 lane.km 244 0 0

7.1.4.2 road groups 3 to 7 (sealed) lane.km 0 0 1424

7.1.5 Skid Resistance Survey (Year 2) –see Project Specification, Clause3.2.3

PS 15,000 100% 15,000 0% 0

7.2 Unsealed Structural Condition

7.2.1 Traffic Management PlanImplementation – road groups 3 to 7

km 0 0 330

7.2.2 Survey (Year 2) km 0 0 330

7.3 RAMM Condition Rating

7.3.1 Road Condition Rating Survey(Year 2)

7.3.1.1 road groups 1 to 2 km 12 0 0

7.3.1.2 road groups 3 to 7 (sealed) km 0 0 70

7.3.2 Footpath Condition Rating Survey(Year 2)

LS 0% 0 100%

Separable Portion 7 – transfer to Schedule of Prices Part 3

Page 49: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 11 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

8. Separable Portion 88.1 Dust Generation (Provisional Item)

8.1.1 Survey (Year 2) No. 0 0 20

8.2 RAMM Condition Rating

8.2.1 Road Condition Rating Survey(Year 2)

8.2.1.1 road groups 3 to 7 (unsealed) km 0 0 120

8.3 Routine Traffic Counts

8.3.1 Traffic Management PlanImplementation – road groups 3 to 7

No. 0 0 853

8.3.2 Survey (Year 2) No. 0 0 853

Separable Portion 8 – transfer to Schedule of Prices Part 3

Page 50: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 12 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

9. Separable Portion 99.1 Contract Quality Plan/Programme

Review and AuditLS 20% 80%

9.2 Reporting Included in tendered rates

9.3 Traffic Management PlanReview and Audit

LS 20% 80%

9.4 High Speed Data

9.4.1 Roughness/Rutting/TextureCalibration (Year 3)

LS 35% 65%

9.4.2 Roughness/Rutting/TextureValidation (Year 3)

LS 35% 65%

9.4.3 Skid ResistanceCalibration (Year 3)

PS 5,000 100% 5,000 0% 0

9.4.4 Skid ResistanceValidation (Year 3)

PS 5,000 100% 5,000 0% 0

9.5 Dust Generation (Provisional Item)

9.5.1 Calibration (Year 3) LS 0% 0 100%

9.5.2 Validation (Year 3) LS 0% 0 100%

9.6 High Speed Lux

9.6.1 Calibration (Year 3) PS 2,500 0% 0 100% 2,500

9.6.2 Validation (Year 3) PS 2,500 0% 0 100% 2,500

9.7 RAMM Condition Rating

9.7.1 Validation (Year 3) LS 10% 90%

Separable Portion 9 – transfer to Schedule of Prices Part 3

Page 51: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 13 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

10. Separable Portion 1010.1 High Speed Data

10.1.1 Traffic Management PlanImplementation – Level 1 Roads

10.1.1.1 Mobile Operation – no pilot vehicle lane.km 150 0 0

10.1.2 Traffic Management PlanImplementation – Level 2 Roads

10.1.2.1 Mobile Operation – 1 attenuator lane.km 94 0 0

10.1.3 Traffic Management PlanImplementation – road group 3

lane.km 0 0 482

10.1.4 Roughness/Rutting/Texture Survey(Year 3) - see Project Specification,Clause 3.2.3

10.1.4.1 road groups 1 to 2 lane.km 244 0 0

10.1.4.2 road group 3 (sealed) lane.km 0 0 482

10.1.5 Skid Resistance Survey (Year 3) –see Project Specification, Clause3.2.3

PS 15,000 100% 15,000 0% 0

10.2 High Speed Lux

10.2.1 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 252

10.2.2 Survey (Year 3) PS 7,500 0% 0 100% 7,500

10.3 RAMM Condition Rating

10.3.1 Road Condition Rating Survey(Year 3)

10.3.1.1 road groups 1 to 2 km 12 0 0

10.3.1.2 road group 3 (sealed) km 0 0 25

10.3.2 Footpath Condition Rating Survey(Year 3)

LS 0% 0 100%

Separable Portion 10 – transfer to Schedule of Prices Part 3

Page 52: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 14 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

11. Separable Portion 1111.1 Dust Generation (Provisional Item)

11.1.1 Survey (Year 3) No. 0 0 20

11.2 RAMM Condition Rating

11.2.1 Road Condition Rating Survey(Year 3)

11.2.1.1 road groups 3 to 7 (unsealed) km 0 0 120

11.3 Routine Traffic Counts

11.3.1 Traffic Management PlanImplementation – road groups 3 to 7

No. 0 0 853

11.3.2 Survey (Year 3) No. 0 0 853

Separable Portion 11 – transfer to Schedule of Prices Part 3

Page 53: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 15 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

12. Separable Portion 1212.1 Falling Weight Deflectometer

12.1.1 Calibration (Year 3) LS 35% 65%

12.1.2 Validation (Year 3) LS 35% 65%

Separable Portion 12 – transfer to Schedule of Prices Part 3

Page 54: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 16 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

13. Separable Portion 1313.1 Falling Weight Deflectometer

13.1.1 Traffic Management PlanImplementation – Level 1 Roads

lane.km 150 0 0

13.1.2 Traffic Management PlanImplementation – Level 2 Roads

lane.km 94 0 0

13.1.3 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 480

13.1.4 Survey (Year 3)

13.1.4.1 road groups 1 to 2 lane.km 244 0 0

13.1.4.2 road group 3 (sealed) lane.km 0 0 480

Separable Portion 13 – transfer to Schedule of Prices Part 3

Page 55: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 17 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

14. Separable Portion 1414.1 Contract Quality Plan/Programme

Review and AuditLS 20% 80%

14.2 Reporting Included in tendered rates

14.3 Traffic Management PlanReview and Audit

LS 20% 80%

14.4 High Speed Data

14.4.1 Roughness/Rutting/TextureCalibration (Year 4)

LS 15% 85%

14.4.2 Roughness/Rutting/TextureValidation (Year 4)

LS 15% 85%

14.4.3 Skid ResistanceCalibration (Year 4)

PS 5,000 100% 5,000 0% 0

14.4.4 Skid ResistanceValidation (Year 4)

PS 5,000 100% 5,000 0% 0

14.5 Unsealed Structural Condition

14.5.1 Calibration (Year 4) LS 0% 0 100%

14.5.2 Validation (Year 4) LS 0% 0 100%

14.6 Dust Generation (Provisional Item)

14.6.1 Calibration (Year 4) LS 0% 0 100%

14.6.2 Validation (Year 4) LS 0% 0 100%

14.7 RAMM Condition Rating

14.7.1 Validation (Year 4) LS 5% 95%

Separable Portion 14 – transfer to Schedule of Prices Part 3

Page 56: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 18 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

15. Separable Portion 1515.1 High Speed Data

15.1.1 Traffic Management PlanImplementation – Level 1 Roads

15.1.1.1 Mobile Operation – no pilot vehicle lane.km 150 0 0

15.1.2 Traffic Management PlanImplementation – Level 2 Roads

15.1.2.1 Mobile Operation – 1 attenuator lane.km 94 0 0

15.1.3 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 1424

15.1.4 Roughness/Rutting/Texture Survey(Year 4) - see Project Specification,Clause 3.2.3

15.1.4.1 road groups 1 to 2 lane.km 244 0 0

15.1.4.2 road groups 3 to 7 (sealed) lane.km 0 0 1424

15.1.5 Skid Resistance Survey (Year 4) –see Project Specification, Clause3.2.3

PS 15,000 100% 15,000 0% 0

15.2 Unsealed Structural Condition

15.2.1 Traffic Management PlanImplementation – road groups 3 to 7

km 0 0 330

15.2.2 Survey (Year 4) km 0 0 330

15.3 RAMM Condition Rating

15.3.1 Road Condition Rating Survey(Year 4)

15.3.1.1 road groups 1 to 2 km 12 0 0

15.3.1.2 road groups 3 to 7 (sealed) km 0 0 70

15.3.2 Footpath Condition Rating Survey(Year 4)

LS 0% 0 100%

Separable Portion 15 – transfer to Schedule of Prices Part 3

Page 57: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 19 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

16. Separable Portion 1616.1 Dust Generation (Provisional Item)

16.1.1 Survey (Year 4) No. 0 0 20

16.2 RAMM Condition Rating

16.2.1 Road Condition Rating Survey(Year 4)

16.2.1.1 road groups 3 to 7 (unsealed) km 0 0 120

16.3 Routine Traffic Counts

16.3.1 Traffic Management PlanImplementation – road groups 3 to 7

No. 0 0 853

16.3.2 Survey (Year 4) No. 0 0 853

Separable Portion 16 – transfer to Schedule of Prices Part 3

Page 58: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 20 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

17. Separable Portion 1717.1 Contract Quality Plan/Programme

Review and AuditLS 20% 80%

17.2 Reporting Included in tendered rates

17.3 Traffic Management PlanReview and Audit

LS 20% 80%

17.4 High Speed Data

17.4.1 Roughness/Rutting/TextureCalibration (Year 5)

LS 35% 65%

17.4.2 Roughness/Rutting/TextureValidation (Year 5)

LS 35% 65%

17.4.3 Skid ResistanceCalibration (Year 5)

PS 5,000 100% 5,000 0% 0

17.4.4 Skid ResistanceValidation (Year 5)

PS 5,000 100% 5,000 0% 0

17.5 Dust Generation (Provisional Item)

17.5.1 Calibration (Year 5) LS 0% 0 100%

17.5.2 Validation (Year 5) LS 0% 0 100%

17.6 RAMM Condition Rating

17.6.1 Validation (Year 5) LS 10% 90%

17.7 Network Video

17.7.1 Calibration (Year 5) LS 10% 90%

17.7.2 Validation (Year 5) LS 10% 90%

Separable Portion 17 – transfer to Schedule of Prices Part 3

Page 59: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 21 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

18. Separable Portion 1818.1 High Speed Data

18.1.1 Traffic Management PlanImplementation – Level 1 Roads

18.1.1.1 Mobile Operation – no pilot vehicle lane.km 150 0 0

18.1.2 Traffic Management PlanImplementation – Level 2 Roads

18.1.2.1 Mobile Operation – 1 attenuator lane.km 94 0 0

18.1.3 Traffic Management PlanImplementation – road group 3

lane.km 0 0 482

18.1.4 Roughness/Rutting/Texture Survey(Year 5) - see Project Specification,Clause 3.2.3

18.1.4.1 road groups 1 to 2 lane.km 244 0 018.1.4.2 road group 3 (sealed) lane.km 0 0 48218.1.5 Skid Resistance Survey (Year 5) –

see Project Specification, Clause3.2.3

PS 15,000 100% 15,000 0% 0

18.2 RAMM Condition Rating18.2.1 Road Condition Rating Survey

(Year 5)18.2.1.1 road groups 1 to 2 km 12 0 018.2.1.2 road group 3 (sealed) km 0 0 25

18.2.2 Footpath Condition Rating Survey(Year 5)

LS 0% 0 100%

18.3 Network Video

18.3.1 Traffic Management PlanImplementation – Level 1 Roads

18.3.1.1 Mobile Operation – no pilot vehicle lane.km 150 0 0

18.3.2 Traffic Management PlanImplementation – Level 2 Roads

18.3.2.1 Mobile Operation – 1 attenuator lane.km 94 0 0

Page 60: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 22 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

18.3.3 Traffic Management PlanImplementation – road groups 3 to 7

lane.km 0 0 2084

18.3.4 Survey (Year 5)18.3.4.1 road groups 1 to 2 lane.km 244 0 018.3.4.2 road groups 3 to 7 lane.km 0 0 2084

Separable Portion 18 – transfer to Schedule of Prices Part 3

Page 61: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

2 Separable Portions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 23 Printed 26/08/02

State Highways Local RoadsItem Description Unit Rate

Quantity Amount($)

Quantity Amount($)

19. Separable Portion 1919.1 Dust Generation (Provisional Item)

19.1.1 Survey (Year 5) No. 0 0 20

19.2 RAMM Condition Rating

19.2.1 Road Condition Rating Survey(Year 5)

19.2.1.1 road groups 3 to 7 (unsealed) km 0 0 120

19.3 Routine Traffic Counts

19.3.1 Traffic Management PlanImplementation – road groups 3 to 7

No. 0 0 853

19.3.2 Survey (Year 5) No. 0 0 853

Separable Portion 19 – transfer to Schedule of Prices Part 3

Page 62: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering
Page 63: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

3 Additional Services

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 25 Printed 26/08/02

Item Description Unit Quantity Rate Amount($)

1. Additional Services1.1 Personnel

1.1.1 Contractors Representative Hr 75

1.1.2 Senior Engineer Hr 60

1.1.3 Contract Manager Hr 175

1.1.4 Operations Manager Hr 175

1.1.5 Quality Manager Hr 60

1.1.6 Validation Engineer Hr 100

1.1.7 Software Engineer Hr 125

1.1.8 Survey Equipment Operators Hr 200

1.1.9 Data Processing Staff Hr 150

1.1.10 Survey Vehicle Driver Hr 200

1.1.11 Administration Personnel Hr 501.2 Survey Equipment

1.2.1 High Speed Data Survey Vehicle – Running km 100

1.2.2 High Speed Data Survey Vehicle – Hire Day 5

1.2.3 Falling Weight Deflectometer – Hire Day 5

1.2.4 Dust Generation Survey Equipment – Hire Day 10

1.2.5 High Speed Lux Survey Equipment – Running Km 50

1.2.6 High Speed Lux Survey Equipment – Hire Day 5

1.2.7 Network Video Survey Vehicle – Running km 100

1.2.8 Network Video Survey Vehicle – Hire Day 5

1.3 Other Personnel (Tenderer to Nominate)

1.3.1 Hr

1.3.2 Hr

Additional Services – transfer to Schedule of Prices Part 3

Page 64: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Schedule of Prices

4 Tender Summary

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 sp.doc SP Page 26 Printed 26/08/02

Part Number and Description State Highways($)

Local Roads($)

Total($)

1. Separable Portions (from Part 1)

Separable Portion 1

Separable Portion 2

Separable Portion 3

Separable Portion 4

Separable Portion 5

Separable Portion 6

Separable Portion 7

Separable Portion 8

Separable Portion 9

Separable Portion 10

Separable Portion 11

Separable Portion 12

Separable Portion 13

Separable Portion 14

Separable Portion 15

Separable Portion 16

Separable Portion 17

Separable Portion 18

Separable Portion 19

Cost Fluctuation (Provisional Sum) 30,000 115,000 145,000

2. Additional Services (from Part 2)

Additional Services

Sub-totals

Total Tender Sum

Page 65: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 1 Printed 26/08/02

Bas

is o

f P

aym

ent

DCC-01 ‘BAY ROADS’ Data Collection ContractContract No. 2/02-005/601

Page 66: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

Table of Contents Basis of Payment

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 2 Printed 26/08/02

1. PREAMBLE BP 31.1 Introduction BP 31.2 Definitions BP 31.3 Item Description BP 31.4 Item Quantity BP 31.5 Item Rate BP 41.6 Item Unit BP 41.7 Provisional Items BP 41.8 Provisional Sums BP 5

2. CERTIFICATES AND PAYMENT BP 62.1 Monthly Statements BP 62.2 Payment Date BP 62.3 Quality Assurance BP 6

3. VALUING SCOPE CHANGES BP 73.1 Variations BP 73.2 Changes to Lump Sum Amounts BP 73.3 Unscheduled Work BP 7

4. BASIS OF MEASUREMENT AND PAYMENT BP 84.1 Separable Portions BP 84.2 Additional Services BP 11

Page 67: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

1 Preamble

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 3 Printed 26/08/02

1. Preamble

1.1 Introduction

1.1.1 This section outlines the basis of payment for this contract. The following overrides anybasis of payment specified or implied elsewhere in the Contract Documents or in anyTransit standard specification, WBoPDC standard specification, other standard, manual orpublication referred to.

1.1.2 All payments made shall have cost fluctuation and retentions applied in accordance withthe Conditions of Contract.

1.2 Definitions

1.2.1 The defined terms in this Basis of Payment shall have the same meanings as defined in theConditions of Contract.

1.3 Item Description

1.3.1 In the Schedule of Prices the item description identifies the work covered and shall be readin conjunction with the Basis of Payment. The Contractor shall determine the nature andextent of the work from the Drawings, Project Specifications and Conditions of Contract.

1.4 Item Quantity

1.4.1 Metric units shall be used for measurement throughout this contract.

1.4.2 The Contractor shall not rely on the quantities provided in the schedule of prices forordering Materials or pricing.

1.4.3 The quantities for years 4 and 5 are provisional and only apply if the Contractor is grantedpossession of Site for Separable Portions 14, 15, 16 and/or 17, 18, 19 (see GeneralConditions of Contract, Clause 14.4).

1.4.4 The quantity specified for State Highways shall be multiplied by the rate to obtain theAmount for State Highways. Where a percentage is specified instead of a quantity, the rate(a Lump Sum) shall be multiplied by the specified percentage to obtain the Amountapportioned to State Highways.

1.4.5 The quantity specified for local roads shall be multiplied by the rate to obtain the Amountfor local roads. Where a percentage is specified instead of a quantity, the rate (a LumpSum) shall be multiplied by the specified percentage to obtain the Amount apportioned tolocal roads.

Page 68: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

1 Preamble

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 4 Printed 26/08/02

1.5 Item Rate

1.5.1 Each item in the schedule of prices shall have a rate entered against it. rates shall be in NZDollars to two decimal places. Where no rate is entered, it shall be deemed to be $0.00.The same rate shall apply to both State Highways and local roads.

1.5.2 The rate tendered in the schedule of prices shall be deemed to include the costs of meetingall conditions, obligations and liabilities in the Contract Documents. It shall be deemed tobe inclusive of, but not limited to, supplying all Plant, labour, Materials and transportationrequired to complete the item of work.

1.5.3 Unless scheduled separately, all rates for items shall include: allowances for miscellaneousitems, accommodation, supervision, contingencies, normally expected risks, transport ofequipment, incidental work, temporary works, survey, setting out, inspections, reporting,attendances at meetings, communications, programming, records, quantity measurement,claims for payment, testing and quality control measures, permits, administration, plus On-Site Overheads and Off-Site Overheads and Profit, and the like.

1.5.4 In addition to the payments made to the Contractor under this schedule of prices, thePrincipal will pay the applicable Goods and Services Tax. The Contractor must firstsupply the Principal with an appropriate GST invoice. Alternatively, the Engineer’scertificate must be issued as a “Buyer Created Tax Invoice”.

1.6 Item Unit

1.6.1 Units of measurement shown in the “unit” column of the schedule of prices have beenabbreviated as follows:

Abbreviation Description

PS Provisional SumLS Lump SumDay Calendar DayNo. NumberHr Hour% Percentkm Kilometre

lane.km Lane kilometre

1.7 Provisional Items

1.7.1 Provisional Items provide for work that may or may not be carried out by the Contractor,but which must still to be priced by the Contractor. This work shall only be performed onthe instruction of the Engineer.

1.7.2 The amount payable to the Contractor for work covered by provisional items shall be forthe quantity or work directed by the Engineer, at the tendered rate.

Page 69: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

1 Preamble

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 5 Printed 26/08/02

1.7.3 The tendered rate for provisional items shall fully compensate the Contractor for all theircosts for that item, including but not limited to: labour, Plant, Materials, On-SiteOverheads, Off-Site Overheads and Profit.

1.8 Provisional Sums

1.8.1 Provisional Sums are amounts of money the Principal enters in the schedule of prices.These sums provide for work that may or may not be carried out by the Contractor. Suchwork shall only be performed on the written instruction of the Engineer.

Page 70: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

2 Certificates and Payment

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 6 Printed 26/08/02

2. Certificates and Payment

2.1 Monthly Statements

2.1.1 Unless the Principal and the Contractor agree otherwise in writing, the Contractor shalleach month submit to the Engineer three copies of a progress payment certificate. Thefirst certificate shall be submitted within one month after the date the Contract Worksbegins. The progress payment certificates shall:

(a) Claim the appropriate payment for each item identified in the Schedule of Prices.

(b) Apportion the total value between the entities forming the Principal, in accordancewith their several liabilities described in Conditions of Contract, Clause 1.7

2.1.2 Before payment, the Engineer will check all amounts claimed by the Contractor for work,in accordance with Clause 12.2 of the General Conditions of Contract.

2.2 Payment Date

2.2.1 Progress payments will be made in accordance with Clause 12.2 of the General Conditionsof Contract

2.3 Quality Assurance

2.3.1 Unless scheduled separately, all costs incurred by the Contractor in undertaking andcompleting all quality assurance testing as outlined in the Contract Documents shall bedeemed to be included in the tendered rates.

Page 71: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

3 Valuing Scope Changes

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 7 Printed 26/08/02

3. Valuing Scope Changes

3.1 Variations

3.1.1 Variations, including Dayworks, that constitute a change to the scope of the ContractWorks may be ordered by the Engineer. Variations must be in writing and valuedaccording to the procedures outlined in section 9 of the General Conditions of Contract.

3.1.2 Variations may be valued as positive (increased scope), or negative (reduced scope)

3.2 Changes to Lump Sum Amounts

3.2.1 Lump sum amounts in the schedule of prices shall not be changed because of anyextensions in the due date for completion, or ordered variation to the Contract Works. Thevalue of any changes to lump sum items will be paid as variations to the Contract.

3.2.2 Where the Contractor identifies a possible change in scope of a lump sum item they shalladvise the Engineer in writing prior to carrying on with the revised scope of work.

3.3 Unscheduled Work

3.3.1 In general, payment for unscheduled work shall be made on a lump sum basis. No paymentshall be made for any unscheduled work without the Engineer’s written approval.

3.3.2 Where payment is made on Dayworks, the Contractor’s representative shall certify andprovide to the Engineer the priced “daily job record sheet(s)” for all unscheduled worksundertaken to meet the project specification. The representative must provide the originalrecord sheet within 24 hours of the work being carried out.

3.3.3 Each record sheet shall contain:i) Description of the work undertaken, including date undertaken, location and extentii) Type of plant, total plant hours, rate and total value claimed for each item of plantiii) All invoices for Materials used, certified by the Contractor as being accurate.

Invoices for materials used which are not available within 24 hours of the workbeing carried out shall be forwarded to the Engineer within 48 hours of receipt ofthese invoices from the supplier

iv) Signature, and name of the Contractor’s personnel supervising the work.

Page 72: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

4 Basis of Measurement and Payment

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 8 Printed 26/08/02

4. Basis of Measurement and Payment

4.1 Separable Portions

The tendered rates must include all the Contractor’s costs associated with completing allwork according to Project Specification, Section 1.

4.1.1 Separable Portions 1, 4, 6, 9, 12, 14, and 17

4.1.1.1 Contract Quality Plan (CQP)

The tendered rates must include all the Contractor’s costs associated with the preparationand implementation, including reviewing and updating the CQP according to ProjectSpecification, Clause 2.2.

4.1.1.2 Programming and Reporting

The tendered rates must include all the Contractor’s costs associated with providing andupdating all programmes and reports according to Project Specification, Clauses 2.3 and2.4.

4.1.1.3 Traffic Management Plan (TMP) - Preparation

The tendered rates must include all the Contractor’s costs associated with preparing,including reviewing and updating the TMP according to Project Specification, Clause 2.5.

4.1.1.4 Calibration

Payment will be made annually for each type of survey completed.

The tendered unit rate must fully compensate for completely calibrating all components ofall survey equipment and all reference data collection devices according to ProjectSpecification, Clauses 3.1.3, 4.1.3, 5.1.3, 6.1.3, 7.1.3 and 10.1.3.

Payment will be made on the acceptance of all required calibration certificates by theEngineer.

4.1.1.5 Validation

Payment will be made annually for each validation satisfactorily completed. This includesundertaking the re-validations at monthly intervals during the survey period, whererequired.

The tendered unit rate must fully compensate for completing all validation for all surveyequipment according to Project Specification, Clauses 3.1.4, 4.1.4, 5.1.4, 6.1.4, 7.1.4,8.1.2, and 10.1.4, including all required traffic management and reporting.

60% of the unit rate will be payed on the acceptance of the pre-validation and validationreports. The remaining 40% will be paid on the completion of each type of survey to thesatisfaction of the Engineer.

Page 73: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

4 Basis of Measurement and Payment

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 9 Printed 26/08/02

4.1.2 Separable Portions 2, 7, 10, 15 and 18

4.1.2.1 Traffic Management Plan - Implementation

Payment will be made for each lane kilometre, kilometre or survey site, as applicable,surveyed where the TMP is implemented and managed according to Project Specification,Clause 2.5.

The tendered unit rate must fully compensate for the TMP’s complete implementation andmanagement, including, if required preparing site specific traffic management plans asspecified.

No payment will be made for any lane kilometre or survey site where the Contractor’soperation does not comply in all respects with Project Specification, Clause 2.5. Noncompliance includes:

a) unsafe or inappropriate work practices

b) inappropriate and/or incomplete signage

c) personnel working on the Contract Works without wearing appropriate clothing

4.1.2.2 High Speed Data Surveys

Payment will be made for each lane kilometre surveyed and data delivered to thesatisfaction of the Engineer according to Project Specification, Clause 3.2.

The tender unit rate must fully compensate for completely surveying each lane kilometre,including all establishment, data processing, analysis and delivery, all reporting, and ifrequired, the resurveying of sections of the networks as specified.

4.1.2.3 Unsealed Structural Condition Surveys

Payment will be made for each kilometre surveyed and data delivered to the satisfaction ofthe Engineer according to Project Specification, Clause 5.2.

The tender unit rate must fully compensate for completely surveying each kilometre,including all establishment, data processing, analysis and delivery, all reporting, and ifrequired, the resurveying of sections of the networks as specified.

4.1.2.4 High Speed Lux Surveys

Payment will be made for each lane kilometre surveyed and data delivered to thesatisfaction of the Engineer according to Project Specification, Clause 7.2.

The tender unit rate must fully compensate for completely surveying each lane kilometre,including all establishment, data processing, analysis and delivery, all reporting, and ifrequired, the resurveying of sections of the networks as specified.

Page 74: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

4 Basis of Measurement and Payment

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 10 Printed 26/08/02

4.1.2.5 RAMM Condition Rating Surveys

Payment will be made for each kilometre surveyed and data delivered to the satisfaction ofthe Engineer according to Project Specification, Clause 8.2.

The tender unit rate must fully compensate for a 100% survey of each scheduled kilometre,including all establishment, data processing, analysis and delivery and all reporting.

4.1.2.6 Network Video Surveys

Payment will be made for each lane kilometre surveyed and video delivered to thesatisfaction of the Engineer according to Project Specification, Clause 10.2.

The tender unit rate must fully compensate for completely surveying each lane kilometre,including all establishment, data processing and delivery, all reporting, and if required, theresurveying of sections of the networks as specified.

4.1.3 Separable Portions 3, 8, 11, 16 and 19

4.1.3.1 Traffic Management Plan - Implementation

Payment will be made for each kilometre or survey site, as applicable, surveyed where theTMP is implemented and managed according to Project Specification, Clause 2.5.

The tendered unit rate must fully compensate for the TMP’s complete implementation andmanagement, including, if required preparing site specific traffic management plans asspecified.

No payment will be made for any kilometre or survey site where the Contractor’soperation does not comply in all respects with Project Specification, Clause 2.5. Noncompliance includes:

a) unsafe or inappropriate work practices

b) inappropriate and/or incomplete signage

c) personnel working on the Contract Works without wearing appropriate clothing

4.1.3.2 Dust Generation Surveys

This item is provisional and may be omitted from this contract at the Principals discretion.

Payment will be made for each instructed survey completed and data delivered to thesatisfaction of the Engineer according to Project Specification, Clause 6.2.

The tender unit rate must fully compensate for completely surveying each site, includingall establishment, data processing, analysis and delivery and all reporting.

4.1.3.3 RAMM Condition Rating Surveys

Payment will be made for each kilometre surveyed and data delivered to the satisfaction ofthe Engineer according to Project Specification, Clause 8.2.

Page 75: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

4 Basis of Measurement and Payment

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 11 Printed 26/08/02

The tender unit rate must fully compensate for a 100% survey of each scheduled kilometre,including all establishment, data processing, analysis and delivery and all reporting.

4.1.3.4 Routine Traffic Count Surveys

Payment will be made for each kilometre surveyed and data delivered to the satisfaction ofthe Engineer according to Project Specification, Clause 9.2.

The tender unit rate must fully compensate for completely surveying each kilometre,including all establishment, data processing, analysis and delivery and all reporting.

4.1.4 Separable Portions 5 and 13

4.1.4.1 Traffic Management Plan - Implementation

Payment will be made for each lane kilometre surveyed where the TMP is implementedand managed according to Project Specification, Clause 2.5.

The tendered unit rate must fully compensate for the TMP’s complete implementation andmanagement, including, if required preparing site specific traffic management plans asspecified.

No payment will be made for any lane kilometre where the Contractor’s operation does notcomply in all respects with Project Specification, Clause 2.5. Non compliance includes:

a) unsafe or inappropriate work practices

b) inappropriate and/or incomplete signage

c) personnel working on the Contract Works without wearing appropriate clothing

4.1.4.2 Falling Weight Deflectometer Surveys

Payment will be made for each lane kilometre surveyed and data delivered to thesatisfaction of the Engineer according to Project Specification, Clause 4.2.

The tender unit rate must fully compensate for completely surveying each lane kilometre,including all establishment, data processing, analysis and delivery, all reporting, and ifrequired, the resurveying of sections of the networks as specified.

4.1.5 Cost Fluctuation

The provisional sum provides for the payment of cost fluctuations. Payment will be madeaccording to First Schedule, Clause 12.8.2.

4.2 Additional Services

Any payment for additional services deemed to be a variation shall be paid by either of thetwo methods detailed below, at the Engineers discretion. The Engineers agreement mustbe obtained in advance for any additional services.

Page 76: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Basis of Payment

4 Basis of Measurement and Payment

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A7 Issue 2: 15 April 2002DCC-01 bp.doc BP Page 12 Printed 26/08/02

4.2.1 Method 1: Timewriting

The Contractor shall record all costs against each task in terms of the rates priced in theAdditional Services Schedule, and where applicable, shall provide the Engineer with anitemised assessment of the expected totals and final cost. A ceiling for expenditure may beset by the Engineer. The Contractor shall allow for the complete disclosure of all itemswhich comprise a priced task if so requested by the Engineer.

Payment will be made monthly based on agreed work completed.

4.2.2 Method 2: Fixed Price Quote

Where requested, the Contractor shall provide a fixed price quote based on the rates pricedin the Additional Services Schedule.

Payment will be made as a Lump Sum on completion of the additional service. Where theContractor has entered a zero rate for any item, or part thereof, payment for any workinstructed under this item is deemed to be included elsewhere in the schedule rates and noadditional payment shall be made until the hours or km specified against the item havebeen exceeded.

Page 77: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 1 Printed 26/08/02

Co

nd

itio

ns

of

Co

ntr

act

DCC-01 ‘BAY ROADS’ Data Collection ContractContract No. 2/02-005/601

Page 78: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

C Contents

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 2 Printed 26/08/02

Table of Contents Page

GENERAL CONDITIONS OF CONTRACT CC 3

FIRST SCHEDULE TO GENERAL CONDITIONS OF CONTRACT CC 4Special Conditions of Contract CC 4

SECOND SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 14Contract Agreement CC 14

THIRD SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 16Form of Contractor’s Performance Bond CC 16

FOURTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 17Form of Principal’s Bond CC 17

FIFTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 18Form of Contractor’s Bond In Lieu of Retentions CC 18

SIXTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 20Form of Producer Statement - Construction CC 20

SEVENTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 21Certificate as to Contractor’s Insurances CC 21

EIGHTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 22Certificate as to Principal's Insurances CC 22

NINTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACT CC 23Cost Fluctuation CC 23

Page 79: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

1 General Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 3 Printed 26/08/02

GENERAL CONDITIONS OF CONTRACT

The General Conditions of Contract shall be NZS 3910: 1998 CONDITIONS OF CONTRACT FORBUILDING AND CIVIL ENGINEERING CONSTRUCTION.

Page 80: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 4 Printed 26/08/02

FIRST SCHEDULE TO GENERAL CONDITIONS OF CONTRACTSpecial Conditions of Contract(Clause numbers refer to General Conditions)

Contract for: TNZ 2/02-005/601 ‘Bay Roads’ Data Collection Contract

1.2There is a joint Principal for this contract, as described in Clause 1.7. The Principal is:

(i) Transit New Zealand, a statutory authority established by the Transit Act 1989of Investment House, 20 – 26 Balance Street, Wellington, NEW ZEALAND

(ii) Western Bay of Plenty District Council, a body corporate constituted pursuant to the provisions of theLocal Government Act 1974of Barkes Corner, Cameron Road, Tauranga, NEW ZEALAND

(iii) TBAof TBA

(a) There are Separable Portions as described in Clause 5.4.1

2.1.1This contract is a:(b) Measure and value contract;

2.5This contract is:(c) Neither a roading construction nor a roading maintenance contract;

2.7.1Two sets of Contract Documents shall be supplied free of charge to the Contractor upon the acceptance of tenderin addition to tender, consent, and Contract Agreement sets.

3.1.1A Contractor’s bond:(b) Is not required.

Note - Bonds and insurances are accepted in principle from those insurance companies and banks approved byTransit. The current approved list is scheduled in Transit’s “Contract Procedures Manual”.

3.2.1A Principal’s bond:(a) Is not required;

Page 81: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 5 Printed 26/08/02

5.4.1Subject to Clause 14.4, the Contractor shall be given possession of the Site on:

(b) for Separable Portion 1: Contract Set-up (Contract Quality Plan, Programme, Traffic Management Plan,Calibration and Validation) – the Date of Acceptance of Tender

for Separable Portion 2: Year 1 High Speed Data, Unsealed Structural Condition, High Speed Lux,RAMM Condition Rating and Network Video Survey – the 1st January 2003, the Date of PracticalCompletion of Separable Portion 1 or the date Quality Assurance certification is achieved (see Instructions forTendering, Clause 1.10), whichever is later

for Separable Portion 3: Year 1 Dust Generation and Routine Traffic Counts Survey – the 1st January2003, the Date of Practical Completion of Separable Portion 1 or the date Quality Assurance certification isachieved (see Instructions for Tendering, Clause 1.10), whichever is later

for Separable Portion 4: Year 1 Falling Weight Deflectometer Calibration and Validation – the 1st March2003

for Separable Portion 5: Year 1 Falling Weight Deflectometer Survey – the 15th May 2003 or the Date ofPractical Completion of Separable Portion 4, whichever is later

for Separable Portion 6: Year 2 Calibration and Validation – the 1st November 2003

for Separable Portion 7: Year 2 High Speed Data, Unsealed Structural Condition and RAMM ConditionRating (Sealed) Survey – the 1st January 2004 or the Date of Practical Completion of Separable Portion 6,whichever is later

for Separable Portion 8: Year 2 Dust Generation, RAMM Condition Rating (Unsealed) and RoutineTraffic Counts Survey – the 1st January 2004 or the Date of Practical Completion of Separable Portion 6,whichever is later

for Separable Portion 9: Year 3 Calibration and Validation – the 1st November 2004

for Separable Portion 10: Year 3 High Speed Data, High Speed Lux and RAMM Condition Rating(Sealed) Survey – the 1st January 2005 or the Date of Practical Completion of Separable Portion 9,whichever is later

for Separable Portion 11: Year 3 Dust Generation, RAMM Condition Rating (Unsealed) and RoutineTraffic Counts Survey – the 1st January 2005 or the Date of Practical Completion of Separable Portion 9,whichever is later

for Separable Portion 12: Year 3 Falling Weight Deflectometer Calibration and Validation – the 1st March2005

for Separable Portion 13: Year 3 Falling Weight Deflectometer Survey – the 15th May 2005 or the Date ofPractical Completion of Separable Portion 12, whichever is later

for Separable Portion 14: Year 4 Calibration and Validation – the 1st November 2005

for Separable Portion 15: Year 4 High Speed Data, Unsealed Structural Condition and RAMM ConditionRating (Sealed) Survey – the 1st January 2006 or the Date of Practical Completion of Separable Portion 14,whichever is later

for Separable Portion 16: Year 4 Dust Generation, RAMM Condition Rating (Unsealed) and RoutineTraffic Counts Survey – the 1st January 2006 or the Date of Practical Completion of Separable Portion 14,whichever is later

for Separable Portion 17: Year 5 Calibration and Validation – the 1st November 2006

for Separable Portion 18: Year 5 High Speed Data, RAMM Condition Rating (Sealed) and Network VideoSurvey – the 1st January 2007 or the Date of Practical Completion of Separable Portion 17, whichever is later

Page 82: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 6 Printed 26/08/02

for Separable Portion 19: Year 5 Dust Generation, RAMM Condition Rating (Unsealed) and RoutineTraffic Counts Survey – the 1st January 2007 or the Date of Practical Completion of Separable Portion 17,whichever is later

5.6.5(g) Risks specifically excepted are Nil

6.1.2The Engineer is TBA

whose professional qualification is TBA

8.1, 8.3 and 8.5(a) The Contractor shall insure as provided in 8.1 and 8.3;Note - Bonds and insurances are accepted in principle from those insurance companies and banks approved byTransit. The current approved list is scheduled in Transit’s “Contract Procedures Manual”.

8.1.2 or 8.5.2Insurance is not required in respect of the Contract Works and Materials.

8.2.1Contractor’s Plant insurance is required for all Plant owned by the Contractor that has a market value of more than$50,000

8.3.1Public liability insurance shall be effected for an amount not less than $2,000,000

8.3.2Motor vehicle third party liability insurance shall be effected for an amount not less than $1,000,000

8.5The existing structures are:

(i) N/A(ii) N/A(iii) N/A

10.4.5(b) A producer statement is not required.

Page 83: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 7 Printed 26/08/02

10.5.1Liquidated damages shall be applied as follows: (b) In respect of Separable Portions

(i) Separable Portion 2 : $700 per working day

(ii) Separable Portion 3 : $250 per working day

(iii) Separable Portion 5 : $700 per working day

(iv) Separable Portion 7 : $700 per working day

(v) Separable Portion 8 : $250 per working day

(vi) Separable Portion 10 : $700 per working day

(vii) Separable Portion 11 : $250 per working day

(viii) Separable Portion 13 : $700 per working day

(ix) Separable Portion 15 : $700 per working day

(x) Separable Portion 16 : $250 per working day

(xi) Separable Portion 18 : $700 per working day

(xii) Separable Portion 19 : $250 per working day

NOTE - Where liquidated damages are provided for, the amount must be a genuine pre-estimate of the likely lossthat would result from delay of completion. Where liquidated damages are provided for Separable Portions it maybe necessary to provide different rates for each Separable Portion.

Where liquidated damages are not provided, the Principal can recover and the Contractor will be liable only forsuch actual loss as the Principal can prove has resulted from the late completion, being loss of a kind reasonablyforeseeable to the parties at the time the contract was made as being likely to result.

11.1.1The Periods of Defects Liability shall be:(b) In respect of Separable Portions

(i) Separable Portions 1, 4, 6, 9, 12, 14 and 17: Nil Weeks

(ii) Separable Portions 2, 3, 5, 7, 8, 10, 11, 13, 15, 16, 18 and 19: 12 Weeks after the Date of PracticalCompletion of each Separable Portion

11.5.1(b) No guarantees are required.

12.1.2(d)(b) Advances for Temporary Works, Plant or Materials not yet on Site shall not be made to the Contractor.

12.3.1The percentage to be retained from each progress payment and the limit of the total sums retained shall be nil ifthe Contractor provides a Bond in Lieu of Retentions (see Fifth Schedule). The value of the bond shall be theapplicable retention amount plus a further 10%. Otherwise the total sums retained shall be:

(b) In respect of the Contract Works: Total retention 5% of the first $200,000, plus 2.5% of the next $800,000,plus 1% of any amount in excess of $1,000,000 with a maximum of $1,000,000 when aggregated. Defectsliability retention 50% of total retention

(c) Where there are Separable Portions, the amount to be retained in respect of the Contract Works inaccordance with (b) of this clause shall be reduced upon the completion of each Separable Portion by thefollowing percentages:(i) In respect of Separable Portions 2, 3, 5, 7, 8, 10, 11, 13, 15, 16, 18, 19 by 50%

Page 84: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 8 Printed 26/08/02

12.8.2Cost fluctuation adjustments:(a) Shall not be paid for Separable Portions 1, 2, 3, 4 and 5;(c) Shall be paid for Separable Portions 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18 and 19 as set out in the

Ninth Schedule.

12.9.1(a) Provisional Sums are included in the schedule of quantities.

12.10.1(c) There are no Prime Cost Sums.

12.11.1The contingency sum to be included in the contract is $ Nil

15.1.2For the purpose of service of notices, the postal addresses of:

(a) The Principal are:

Transit New Zealand, PO Box 5084, Wellington, NEW ZEALAND .....................................................

Fax No.+64 4 496 6666 ...........................................................................................................................

AND

Western Bay of Plenty District Council, Private Bag 12 803, Tauranga, NEW ZEALAND ...............

Fax No.+64 7 577 9820 ...........................................................................................................................

AND

TBA..........................................................................................................................................................

Fax No. TBA ............................................................................................................................................

(b) The Engineer is TBA

Fax No. TBA

NOTE - The General Conditions of Contract also provide in the following clauses for matters which may be dealt with bythe Special Conditions of Contract:2.4.1 Cost reimbursement contract details2.6.2 Execution of Contract Agreement2.7.3 Variation or modification of General Conditions5.4.3 Access to adjoining properties5.5 Separate contractors5.9.1 Exceptions to Contractor’s obligation to supply5.9.3 Advances for Plant or Materials5.10.1 Construction programme7.1.2(d) Risks specifically excepted9.4.2 Variations carried out on Daywork basis12.1.1 Frequency of payment claims12.3.3 Contractor’s bond in lieu of retentions

Page 85: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 9 Printed 26/08/02

The following are additions to, deletions from or modifications to the General Conditions of Contract:

Delete definition of Special Conditions in 1.2 and replace with:

SPECIAL CONDITIONS means the First Schedule.

Note 1- The following special conditions (8.1.4 (c) to 8.5.3(b) inclusive) modify the general conditions ofcontract NZS 3910:1998 so that the contract has the same insurance provisions as Section 8 ofNZS 3915:2000 for Contract Works and Materials, Contractor’s Plant, public liability and motorvehicle liability.

Note 2- These Conditions of Contract include a form of Seventh Schedule whose format has been basedon the form of the Seventh Schedule included in NZS 3915:2000. This modified form of SeventhSchedule is to apply to this contract.

Add new 1.7:

1.7 Principal Entities1.7.1 References to the Principal in the Contract Documents are references to Transit New Zealand (“Transit”)

and Western Bay of Plenty District Council (“WBoPDC”) and the contractor for PBC-01 (“PBC-01Contractor”). Subject to the provisions of this clause 1.7, and subject to those provisions of the ContractDocuments where the entities comprising the Principal are referred to individually, all provisions in theContract Documents relating to the Principal shall be deemed to the references to the entities comprisingthe Principal acting jointly.

1.7.2 Notwithstanding the provisions of clause 1.7.1, the liability of each of Transit, the WBoPDC and the PBC-01Contractor under the Contract Documents shall not be joint, nor a joint and several liability but shall be aseveral liability, to the intent that:

a) Transit’s several liability is limited to 50% of the liability arising from acts, omissions, liabilities andobligations of the Principal in relation to those State Highways for which Transit has statutoryresponsibility as described in the Schedule of Prices and Project Specification, Clause 1.2.

b) The WBoPDC’s several liability is limited to 50% of the liability arising from acts, omissions, liabilitiesand obligations of the Principal in relation to those local roads for which the WBoPDC has statutoryresponsibility as described in the Schedule of Prices and Project Specification, Clause 1.2.

c) The PBC-01 Contractor’s several liability is limited to:

• 50% of the liability arising from acts, omissions, liabilities and obligations of the Principal in relationto those State Highways for which Transit has statutory responsibility; and

• 50% of the liability arising from acts, omissions, liabilities and obligations of the Principal in relationto those local roads for which the WBoPDC has statutory responsibility

all as described in the Schedule of Prices and Project Specification, Clause 1.2.

d) Neither the PBC-01 Contractor, nor Transit, nor the WBoPDC are liable to the Contractor for theseparate acts or omissions of any of them.

e) Neither the PBC-01 Contractor, nor Transit, nor the WBoPDC are liable for any breach of any obligationor warranty in the Contract Documents by the other two of them.

1.7.3 In accordance with the principle of several liability of those entities comprising the Principal, payment forservices by the Principal is divided into three separate amounts referable to the services being provided by

Page 86: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 10 Printed 26/08/02

the Contractor to Transit (in respect of State Highways) and to the WBoPDC (in respect of local roads) andto the PBC-01 Contractor (in respect of both State Highways and local roads) respectively, the separateamounts being specified in the Contract Agreement, and all provisions in the Contract Documents relatingto payment for services and adjustment to payment for the services shall be deemed to be the references topayments by the respective entities comprising the Principal, and adjustments to those payments. Accordingly, Basis of Payment, Clause 2.1.1, in relation to claims for payment for services by theContractor, require the Contractor to apportion the value of such claims to the respective entities comprisingthe Principal in accordance with their respective several obligations and liabilities specified in clause 1.7.2.

1.7.4 If the Contractor becomes entitled at common law or pursuant to the Contractual Remedies Act 1979 orotherwise to terminate the Contract Agreement for breach by the Principal, in circumstances where suchbreach is referable to the act or omissions of only one entity comprising the Principal (“DefaultingPrincipal”) and exercises that right of termination then and in such case:

a) the right of termination shall apply only to the Contract Agreement and Contract Documents as theyaffect the Defaulting Principal and that part of the Services which relate to the Assets for which theDefaulting Principal has statutory responsibility, as described in clause 1.7.2;

b) the Contract Agreement and Contract Documents shall remain in full force and effect as between theContractor and the other entities comprising the Principal (“Surviving Principal”) in respect of theAssets for which those entities have statutory responsibility as described in clause 1.7.2; and

c) thereafter, the Contract Documents shall take effect as if:

• the Surviving Principal shall be the sole Principal;

• the Assets and Limit of Works shall be deemed to exclude the Assets of the Defaulting Principal;

• payment for the Services shall be limited to that amount required to be paid by the Surviving Principalas specified in the Contract Documents;

• the Contract Document shall be deemed to be modified to the extent required to give effect to theprovisions of this clause 1.7.4;

d) (consistent with clause 1.7.2) the Surviving Principal shall have no residual liability or obligation inrelation to prior acts or omissions, liabilities and obligations of the Defaulting Principal.

1.7.5 In the event of any conflict between the provisions of this clause 1.7 and any other provision in the ContractDocuments, the provisions of this clause 1.7 shall prevail.

Delete 8.1.4 (c) and replace with

8.1.4(c) The direct cost of remedying loss or damage caused by defective Materials or workmanship or Contractor’s

design, electrical or mechanical breakdown, wear and tear or gradual deterioration. This exclusion shall belimited to the defective items in the Contract Works or Materials and shall not extend to other itemsconsequently lost or damaged

Add new 8.1.4 (e):

8.1.4(e) Any risk, or any loss or damage not covered by reason of a term or condition of insurance cover, and which is

not insurable or very difficult to insure

Page 87: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 11 Printed 26/08/02

Delete 8.2.1 and replace with:

8.2.1 The Contractor shall insure in the joint names of the Principal and the Contractor the Plant which is ownedby the Contractor and has a current market value of more than the sum stated in the Special Conditions while onthe Site to at least its current market value

Add new 8.2.3 (d ):

8.2.3(d) Any risk, or any loss or damage not covered by reason of a term or condition of insurance cover, and which is

not insurable or very difficult to insure.

Add new 8.3.4 (e)

8.3.4(e) Any risk, or any loss or damage not covered by reason of a term or condition of insurance cover, and which is

not insurable or very difficult to insure

Delete 8.4.3 and replace with:

8.4.3 The Contractor shall, prior to the commencement of the Contract Works, deposit with the Engineercertificates from insurers that all the insurances required by the General Conditions and Special Conditions, otherthan any insurance required under 8.5, are in force. The certificates shall be in the form set out in the SeventhSchedule. In lieu of a certificate of insurance for all the Plant which is owned by the Contractor the certifier mayattach a list of such Plant which is insured, and certify for those items of Plant listed.

Delete 8.5.3 (b) and replace with:

8.5.3(b) The direct cost of remedying loss or damage caused by defective Materials or workmanship or Contractor’s

design, electrical or mechanical breakdown, wear and tear or gradual deterioration. This exclusion shall belimited to the defective item in the Contract Works or Materials and shall not extend to other itemsconsequently lost or damaged;

Delete 9.3.12 (b) and 9.3.12(c) and replace with:

9.3.12(b) Where the Conditions of Tendering provide for a rate per Working Day to be nominated in the tender then

such rate shall be deemed to provide for time related On-Site Overheads, Off-Site Overheads and Profit andshall be used to determine the amount to which the Contractor is entitled for time related On-Site Overheads,Off-Site Overheads and Profit.

(c) Where the Conditions of Tendering do not provide such a rate, or where the nature of the Variation is suchthat it would be clearly inequitable to use the nominated rate, the Contractor shall be entitled to reasonablecompensation for time related On-Site Overheads, Off-Site Overheads and Profit.

Add 9.3.16

9.3.16 When valuing a Variation, the percentages and the rate per Working Day referred to in 9.3.8, 9.3.9 and9.3.11 will not be varied from those nominated in the tender for this purpose unless the nature or circumstances ofthe Variation being valued are an extreme case so different from the nature or circumstances which couldreasonably have been contemplated by an experienced contractor when preparing the Schedule of Prices at timeof tendering as to make it clearly inequitable to use the percentages or the rate per Working Day referred to in9.3.8, 9.3.9 and 9.3.12 in the valuation.

Page 88: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 12 Printed 26/08/02

Delete General Conditions of Contract, Clause 10.2.1 and replace with:

10.2.1Subject to Clause 14.4, the Due Dates for Completion are:In respect of Separable Portions

(i) Separable Portion 1: 31st December 2002(ii) Separable Portion 2: 31st March 2003(iii) Separable Portion 3: 31st December 2003(iv) Separable Portion 4: 14th May 2003(v) Separable Portion 5: 15th June 2003(vi) Separable Portion 6: 31st December 2003(vii) Separable Portion 7: 31st March 2004(viii) Separable Portion 8: 31st December 2004(ix) Separable Portion 9: 31st December 2004(x) Separable Portion 10: 31st March 2005(xi) Separable Portion 11: 31st December 2005(xii) Separable Portion 12: 14th May 2005(xiii) Separable Portion 13: 15th June 2005(xiv) Separable Portion 14: 31st December 2005(xv) Separable Portion 15: 31st March 2006(xvi) Separable Portion 16: 31st December 2006(xvii) Separable Portion 17: 31st December 2006(xviii) Separable Portion 18: 31st March 2007(xix) Separable Portion 19: 31st December 2007

Delete General Conditions of Contract, Clause 10.3.1 and replace with:

10.3.1The Engineer shall grant an extension of the time for completion of the Contract Works or for any SeparablePortion if the Contractor is fairly entitled to an extension by reason of:

(a) The net effect of any Variation; or

(b) Any strike, lockout or other industrial action; or

(c) Loss or damage to the Contract Works or Materials; or

(d) Any circumstances not reasonably foreseeable by an experienced contractor at the time of tendering and notdue to the fault of the Contractor.

No time extension, without exception, shall be granted for inclement weather. The Contract Works shall beprogrammed for completion by the Contractor to make full allowance for any and all possible delays due toweather sufficiently inclement to interfere with the progress of the Contract Works.

Add 14.4

14.4 Inadequate Performance by the Contractor

14.4.1 In the event of the performance of the Contractor for any given Separable Portion being judgedinadequate by the Principal:

a) All subsequent Separable Portions for years 4 and/or 5 will not form part of the Contract Works.

b) The Certificate of Completion for Separable Portion 13 shall constitute the Certificate of Completion for theContract Works.

Page 89: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

2 Special Conditions of Contract

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 13 Printed 26/08/02

14.4.2 The adequacy of the performance of the Contractor will be determined through the use of the appraisalsystem outlined in Section 11 of the Project Specification.

Page 90: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

3 Contract Agreement

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 14 Printed 26/08/02

SECOND SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTContract Agreement

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

THIS AGREEMENT is made on 20

BETWEEN

("the Contractor")

AND Transit New Zealand; and

Western Bay of Plenty District Council; and

("the Principal")

IT IS AGREED as follows:

1. THE Contractor shall carry out the obligations imposed on the Contractor by the Contract Documentsincluding any to design, construct, complete and deliver, and remedy defects in, the works and thingsdescribed in the Contract Documents.

2. TRANSIT NEW ZEALAND shall pay the Contractor the sum of $ ______________________ or suchgreater or less sum as shall become payable under the Contract Documents together with Goods andServices Tax at the times and in the manner provided in the Contract Documents.

3. WESTERN BAY OF PLENTY DISTRICT COUNCIL shall pay the Contractor the sum of$ ______________________ or such greater or less sum as shall become payable under the ContractDocuments together with Goods and Services Tax at the times and in the manner provided in the ContractDocuments.

4. shall pay the Contractor the sum of $ ______________________or such greater or less sum as shall become payable under the Contract Documents together with Goodsand Services Tax at the times and in the manner provided in the Contract Documents.

5. THE Contractor acknowledges that the liability of Transit New Zealand, the Western Bay of Plenty DistrictCouncil and as Principal is a several liability and not a joint or a jointand several liability and this provision shall prevail in the event of any inconsistency between this clauseand any other provision of the Contract Documents.

6. EACH of the parties comprising the Contractor acknowledges and agrees that its obligations to the Principalunder the Contract Documents shall be owed by all of those parties jointly and by each of them severally(delete if the Contractor is a single entity).

7. EACH party shall carry out and fulfil all other obligations imposed on that party by the Contract Documents.

8. THE Contract Documents are this Contract Agreement and the following which form part of this agreement:

(a) The Conditions of Tendering

(b) Notices to Tenderers (give details with dates):

Page 91: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

3 Contract Agreement

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 15 Printed 26/08/02

……………………………..

………………………………

………………………………

(c) The Contractor’s tender;

(d) The notification of acceptance of tender;

(e) The General Conditions of Contract, NZS 3910:1998

(f) The Special Conditions of Contract;

(g) The Specifications;

(h) The Drawings;

(i) The Schedule of Prices (delete if not applicable)

(j) The following additional documents: (Identify any additional documents to be included for exampleagreed correspondence)

…………………………………………………………………………………………...

…………………………………………………………………………………………...

…………………………………………………………………………………………...

…………………………………………………………………………………………...

…………………………………………………………………………………………...

…………………………………………………………………………………………...

…………………………………………………………………………………………...

WITNESS to signatureof the Contractor

Contractor

WITNESS to the signatureof the Principal:

Transit New Zealand

Western Bay of Plenty District Council

Page 92: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

4 Form of Contractor’s Performance Bond

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 16 Printed 26/08/02

THIRD SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTForm of Contractor’s Performance Bond

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

This Section Not Used

Page 93: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

5 Form of Principal’s Bond

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 17 Printed 26/08/02

FOURTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTForm of Principal’s Bond

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

This Section Not Used

Page 94: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

6 Form of Contractor’s Bond in Lieu of Retentions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 18 Printed 26/08/02

FIFTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTForm of Contractor’s Bond In Lieu of Retentions

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

THIS DEED is made on ......................................

BY .......................................................................

of .........................................................................(“the Contractor”)

AND ....................................................................

of .........................................................................(“the Sureties”)

IT IS MADE IN THE FOLLOWING CIRCUMSTANCES:

A The Contractor has entered into an agreement with:

(a) Transit New Zealand of Investment House, 20-26 Balance St, Wellington, New Zealand; and

(b) Western Bay of Plenty District Council of Barkes Corner, Cameron Rd, Tauranga, NewZealand; and

(c) ................................................................ of ...........................................................................................

(“the Principal”) to carry out and fulfil the obligations imposed on the Contractor by the Contract Documentsforming part of the agreement including any to design, construct, complete, and deliver, and remedy defectsin, certain works described in the Contract Documents.

B The Contractor has agreed to provide the Principal with security in the form of a bond in lieu of retentionsadditional to any other bond required under the Contract Documents.

BY THIS DEED

1. THE Contractor and Sureties are jointly and severally held and bound to the Principal in the sum of$NZ............................................................................................. and bind themselves, their successors andassigns jointly and severally for the payment of that sum.

2. THE condition of this bond is that it shall be null and void if:

(a) The Contractor duly carries out and fulfils all the obligations imposed on the Contractor by theContract Documents prior to the issue of the Defects Liability Certificate referred to in the ContractDocuments; or

(b) The Contractor satisfies and discharges the damages sustained by the Principal in respect of alldefaults by the Contractor up to the commencement of the Period of Defects Liability or thetermination of the contract; or

(c) The Sureties satisfy and discharge up to the amount of the bond the damages sustained by thePrincipal in respect of all defaults by the Contractor up to the commencement of the Period ofDefects Liability or the termination of the contract.

Page 95: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

6 Form of Contractor’s Bond in Lieu of Retentions

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 19 Printed 26/08/02

3. EXCEPT as provided in clause 2 above this bond shall be and remain in full force and effect.

4. THE Sureties shall not be released from any liability under this bond:

(a) By any alteration in the terms of the contract between the Principal and the Contractor;

(b) By any alteration in the extent or nature of the Contract Works to be completed, delivered and havingdefects remedied;

(c) By any allowance of time by the Principal or by the Engineer appointed by the Principal under theContract Documents;

(d) By any forbearance or waiver by the Principal or by the Engineer in respect of any of the Contractor’sobligations or in respect of any default on the part of the Contractor.

5. THIS bond shall be governed by New Zealand law.

THE COMMON SEAL of ))

was affixed in the presence of: )

THE COMMON SEAL of ))

was affixed in the presence of: )

SIGNED by ))

in the presence of: )

SIGNED by ))

in the presence of: )

NOTE - This bond must be executed by the Contractor and by the Surety or Sureties in the manner required for execution of a deed. Any of these parties which is a company or body corporate must execute by affixing its seal, which may be attested in themanner provided in its articles of association or other constitution. Alternatively, a company may execute the bond by having itsigned, under the name of the company, by two or more directors. If there is only one director, it is sufficient if the bond issigned under the name of the company by that director, but the signature must be witnessed. In the case of a party who is anindividual, the party must sign and the signature must be witnessed by another person. The witness must not only sign butmust also add his or her occupation and address

Page 96: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

7 Form of Producer Statement - Construction

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 20 Printed 26/08/02

SIXTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTForm of Producer Statement - Construction

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

This Section Not Used

Page 97: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

8 Certificate as to Contractor's Insurances

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 21 Printed 26/08/02

SEVENTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTCertificate as to Contractor’s Insurances

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

Principal Transit New Zealand and Western Bay of Plenty District Council and(Insert name of Principal)

Contractor: ....................................................................................................(Insert name of Contractor)

From: .............................................................................................................(Insert name of insurer giving the certificate)Whereas the Principal has warranted that the general conditions of contract of the above contract areNZS3910:1998 modified by special conditions so that the contract has the same insurance provisions assection 8 of NZS3915:2000 for Contract Works and Materials, Contractor’s Plant, public liability and motorvehicles liability.

WE CERTIFY that we have issued/arranged (delete whichever does not apply) insurance cover with thefollowing insurers for the purposes of the above contract, and that it satisfies all the requirements of theconditions of contract as warranted by the Principal, including clauses 8.1.2 and 8.4.2:

Clause Type of insurance Insurer

8.1 Contract Works and Materials

8.2 Contractor’s Plant

8.3 Public liability

8.3 Motor vehicles liability

The certifier does not warrant that the insurances are effected with insurers acceptable to the Principal andin terms approved by the Principal.

Instead of certifying that all the Plant owned by the Contractor is insured, the certifier may list those itemsof the Plant which are insured

(Where annual policies apply, expiry dates are to be shown.)

Signed on behalf of(Name of insurer, giving the certificate)

by

Signatory’s title

Date

NOTE - If one insurance company is giving the certificate for all the insurances then one certificate canbe issued. Where there is more than one certifier, additional certificates are to be issued so that all typesof insurance are certified

Page 98: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

9 Certificate as to Principal's Insurances

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 22 Printed 26/08/02

EIGHTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTCertificate as to Principal's Insurances

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

This Section Not Used

Page 99: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

10 Cost Fluctuation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 23 Printed 26/08/02

NINTH SCHEDULE TO THE GENERAL CONDITIONS OF CONTRACTCost Fluctuation

Contract for: DCC-01 ‘Bay Roads’ Data Collection Contract No. 2/02-005/601

1 The provisions of this schedule shall apply when provided for in the Special Conditions.

2 The amounts payable by the Principal, to the Contractor under the contract shall be adjusted up or down byamounts calculated in accordance with the following formula:

′′

′′

′′

′′

′′

′′

F

)F-f(F+

R

)R-e(R+

T

)T-d(T+

B

)B-c(B+

G

)G-b(G+

W

)W-a(WV=C

Where: The sum given by the equation in square brackets shall be rounded to four decimal placesbefore final multiplication with valuation of work, V.

C = Cost fluctuation adjustment for the quarter under consideration.

V = Valuation of work certified for payment as having been completed during the quarter underconsideration, subject to clause 4, but without deduction of retentions and excluding the CostFluctuation adjustment.

W = Labour Cost Index - All Salary and Wage Rates: All Sections Combined, All IndustriesCombined published by Statistics New Zealand for the quarter under consideration.

G = Producers Price Index Inputs - Industry Group 10 Non-Metallic Mineral Products, published byStatistics New Zealand for the quarter under consideration.

B = Producers Price Index Inputs - Industry Group 15 Construction, published by Statistics NewZealand for the quarter under consideration.

T = Producers Price Index Inputs - Industry Group 17, Part 1 Transport and Storage, published byStatistics New Zealand for the quarter under consideration.

R = Producers Price Index Inputs - Industry Group 17, Part 2 Road Transport, published byStatistics New Zealand for the quarter under consideration.

F = Farm Expenses Price Index - All Farms - Fuel published by Statistics New Zealand for thequarter under consideration.

W’, G’, B’, T’, R’, F’ = As defined for W, G, B, T, R, F respectively, but applying for the quarter duringwhich tenders close.

a, b, c, d, e, f = The proportions of inputs W, G, B, T, R, F respectively in the contract.

Page 100: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Conditions of Contract

10 Cost Fluctuation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ SM031 App A8 Issue 2: 15 April 2002DCC-01 cc.doc Page CC 24 Printed 26/08/02

3 The proportions of each input, represented by a, b, c, d, e and f in Clause 2, shall be as specified in thetable below.

Proportion of Each Input

Weekly WageRate, a

Non-MetallicMinerals, b

Construction,c

Transport andStorage, d

RoadTransport, e

Fuel andOil, f

0.50 0.10 0.20 0.05 0.05 0.10

4 No cost fluctuation provision shall apply in the first 12 months from the commencement of the contractperiod. Thereafter cost fluctuations shall be calculated quarterly in accordance with the Ninth Schedule andonly applied for payment of work done under Separable Portions 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18and 19 subsequent to the initial 12-month period.

5 Further to note 4 above, an escalation adjustment shall be made if one or more of the indices used in theCost fluctuation formula (see note 2) moves by more than 100 index points in any quarter within the first 12months. This will involve applying to the formula the weighted proportion of the affected input (as outlined innote 3) and 80% of the index movement. The unaffected inputs will remain at their original values for theadjustment calculation. The contractor shall be paid the lesser of the amount a) the adjustment made on theindex that moved more than 100 points, as outlined above or b) the amount calculated by the application ofthe entire formula.

6 For the purpose of calculating the Cost fluctuation adjustment in Clause 2, any Daywork, Prime Cost Sums,Variations and other payment items which are based on actual cost, or current prices and any advancesshall be excluded from the Engineer's valuation.

7 No other Cost fluctuation adjustment shall be made by reason of any inaccuracy in the proportions of inputsspecified.

8 The Contractor shall not be entitled to claim or have deducted any Cost fluctuation adjustment for anyfurther changes in indices which occur after the Due Date for Completion of the Contract.

9 The indices to be used in the calculation of fluctuation shall be those first published by the Statistics NewZealand for the appropriate quarter.

10 Where indices for the quarter have not yet been published, interim payments shall be made on the basis ofthe indices for the most recent quarter for which indices are available.

11 If at any time any of the indices referred to in Clause 2 are no longer published by the Statistics NewZealand, or if the basis of any index is materially changed, the adjustment shall thereafter be calculated byusing such other index or in such other manner, as will fairly reflect the changes as previously measured bythat index

Page 101: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 1 Printed 26/08/02

Pro

ject

Sp

ecif

icat

ion

DCC-01 ‘BAY ROADS’ Data Collection ContractContract No. 2/02-005/601

Page 102: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Contents

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 2 Printed 26/08/02

1. GENERAL REQUIREMENTS PS 41.1 Contract Description PS 41.2 Limit of Works PS 61.3 Information PS 91.4 Working Hours PS 91.5 Communication PS 91.6 Existing Services PS 101.7 Publications and Standards PS 111.8 Contract Completion PS 111.9 Defects Liability Completion PS 11

2. MANAGEMENT REQUIREMENTS PS 122.1 Scope PS 122.2 Contract Quality Plan (CQP) PS 122.3 Contractor’s Programmes PS 142.4 Contractor’s Reports PS 152.5 Traffic Management PS 17

3. HIGH SPEED DATA PS 193.1 Equipment PS 193.2 Road Condition Surveys PS 453.3 Data and Exception Reporting PS 47

4. FALLING WEIGHT DEFLECTOMETER PS 584.1 Equipment PS 584.2 Pavement Structure Surveys PS 664.3 Data Reporting PS 69

5. UNSEALED STRUCTURAL CONDITION PS 735.1 Equipment PS 735.2 Unsealed Structural Condition Surveys PS 745.3 Data Reporting PS 76

6. DUST GENERATION PS 786.1 Equipment PS 786.2 Dust Generation Surveys PS 816.3 Data Reporting PS 83

7. HIGH SPEED LUX PS 867.1 Equipment PS 867.2 High Speed Lux Surveys PS 927.3 Data and Exception Reporting PS 94

8. RAMM CONDITION RATING PS 998.1 Equipment PS 998.2 RAMM Condition Rating Surveys PS 100

Page 103: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Contents

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 3 Printed 26/08/02

8.3 Data Reporting PS 102

9. ROUTINE TRAFFIC COUNTS PS 1059.1 Equipment PS 1059.2 Routine Traffic Count Surveys PS 1069.3 Data and Exception Reporting PS 108

10. NETWORK VIDEO PS 11110.1 Equipment PS 11110.2 Network Video Surveys PS 11310.3 Data Reporting PS 115

11. PERFORMANCE APPRAISAL PS 11711.1 Scope PS 11711.2 Objectives PS 11711.3 Appraisal Process PS 117

Page 104: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 4 Printed 26/08/02

11. GENERAL REQUIREMENTS

1.1 Contract Description

This Contract is a three year contract (with provision for 2 one year extensions) for thecollection, processing and reporting of mainly road condition data over the combinedWestern Bay of Plenty District Council (WBoPDC) and Transit New Zealand (Transit)roading networks in the Western Bay of Plenty region. The WBoPDC network comprisesapproximately 712km of sealed and 330km of unsealed road including 125km of urbanroad with a speed limit of 70km/hr or less. Transit’s roading network length consists ofapproximately 122km of State Highway including approximately 8km of urban StateHighway with a speed limit of 70 km/hr or less.

The data required to be collected as part of the Contract includes:

a) roughness (both wheelpaths) (sealed roads)

b) transverse profile (rut depth) (sealed roads)

c) SCRIM (both wheelpaths) (sealed roads)

d) texture (both wheelpaths and mid lane) (sealed roads)

e) geometry (gradient, crossfall and curvature) (sealed roads)

f) GPS coordinates for mid lane (sealed roads)

g) pavement deflection (sealed roads)

h) unsealed structural condition (unsealed roads)

i) dust generation (unsealed roads)

j) illuminance (urban areas)

k) RAMM condition rating

l) traffic counts (WBoPDC roads)

m) network video

1.1.1 Contract Works

The Contract Works include all activities associated with completing and reporting thesurveys. This work includes:

a) providing and agreeing the Contract Quality Plan (CQP), all programmes and reportsand the Traffic Management Plans (TMP) – see Project Specification, Section 2

Page 105: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 5 Printed 26/08/02

1b) supplying, calibrating and validating all survey, data processing and reporting

equipment and software – see Project Specification, Section 3.1 – 10.1

c) completing the surveys as required – see Project Specification, Section 3.2 – 10.2

d) providing the raw and processed data. The raw data must be in a format that enablesthe Engineer to re-process the data. The processed data must be provided in thespecified format so it can be directly loaded into the Road Asset MaintenanceManagement System (RAMM) – see Project Specification, Section 3.3 – 10.3

e) reporting – see Project Specification, Section 3.3 – 10.3

1.1.2 Contract Objectives

The objectives of the Contract are for the Contractor and the Engineer to work together ina cooperative environment to:

a) collect high quality, reliable data using leading edge technologies to benchmark thecontract standards for PBC-01;

b) collect high quality, reliable data using leading edge technologies to measure the PBC-01 Contractor’s compliance with the Performance Criteria specified in PBC-01;

c) encourage joint ownership of the PBC-01 roading network;

d) avoid unnecessary repetition of data collection.

1.1.3 Roles and Responsibilities

The Contractor must:

a) Relationships – work with the Engineer and Principal in a co-operative environmentto provide the highest quality data possible, and ensure mutual success for all parties

b) Systems and Compliance – take a systems approach to the delivery of this Contract.This requires the Contractor to develop and implement systems and procedures thatdemonstrate the Contract Work’s compliance and, if required, implementingappropriate corrective actions

c) Safety – complete all work safely and in accordance with the agreed trafficmanagement plans

d) Value – complete all surveys and associated data processing and reporting within thetendered sums

e) Quality and Timeliness – provide sufficient resources and appropriate systems toensure that accurate quality data is delivered on time

Page 106: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 6 Printed 26/08/02

1The General Conditions of Contract define the Engineer’s role. In particular, in thisContract, the Engineer will audit the Contractor’s systems, procedures and records toensure sufficient checks etc. are completed and the contract requirements are met.

Initially, the audits will concentrate on non-conformance identification and correction. Ifthis is not working, the audits will consider all procedures and work activities and mayalso involve specific inspections.

1.2 Limit of Works

Appendix 1.1 sets out the Carriageway Sections, as defined in the RAMM database, withinthe network at the beginning of the Contract, comprising the combined WBoPDC andTransit roading networks in the Western Bay of Plenty region (Limit of Works).

The roads on Matakana Island and those within the Tauranga City Council region are notincluded within the Limit of Works.

The Limit of Works may expand over the duration of the Contract in the form ofsubdivisional roads and associated assets.

1.2.1 Road Groups

Each Carriageway Section within the Limit of Works is categorised as within a road groupfrom 1 to 7. This categorisation is primarily based on the function and/or traffic exposureof the Carriageway Section under consideration in accordance with the following:

a) State Highway Carriageway Sections within the Limit of Works are either categorisedas being within road group 1 or road group 2. State Highways north of Paengaroa arecategorised as road group 1 including State Highways 2 and 29. State Highways southof Paengaroa are categorised as road group 2 including State Highways 2 and 33.

b) WBoPDC local road Carriageway Sections within the Limit of Works are categorisedas being within a road group from 3 to 7. This categorisation is in accordance with theAverage Daily Traffic (ADT) being the statistical mean of averaged daily traffic countsfrom the three calendar years prior (refer Table 1.2.1) as taken from the RAMMCarriageway Table. Consequently, individual local roads may comprise variousCarriageway Sections of differing road group classification. The road groupcategorisation of any Carriageway Section may change according to changes in ADTrecorded by routine traffic count data collected as part of this Contract.

Page 107: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 7 Printed 26/08/02

1Table 1.2.1: Road Grouping

Road Group Average Daily Traffic (ADT)

3 ADT ≥ 5004 200 ≤ ADT<5005 100 ≤ ADT<2006 30 ≤ ADT<1007 ADT<30

For a full description of road groups 3 to 7 refer to the WBoPDC document AssetManagement Plan, Clause 6.3.1.

1.2.2 Sub-Group

Carriageway Sections categorised as road group 1 to 7 are further sub-grouped as eitherlocated within an urban or rural area. For the purposes of this Contract, urban areas arethose where the posted speed limit is 70km/hr or less. All other areas are rural areas.

Each Carriageway Section within road groups 3 to 7 are further sub-grouped by function(collector, residential, industrial), and/or its community area and the terrain through whichit passes (level, hilly, mountainous). The sub-group categorisation of each CarriagewaySection within road groups 3 to 7 is available within the RAMM database.

Carriageway Sections within urban areas in road groups 1 and 2 are further sub-groupedinto the community area through which they pass.

1.2.3 Changes in Road Groups/Sub-Groups

Changes in the length of road in each road group and/or sub-group or in the number ofassets in any asset group may result from, but are not limited to, the following causes:

a) increases or decreases in ADT;

b) seal extension;

c) road widening;

d) road construction;

e) changes in posted speed limit; and

f) any combination of the above

Implications of changes in road group and/or sub-group include, but are not limited to, thefollowing:

a) increase/reduction in the number of assets or length of road to be surveyed

b) increase/reduction in survey frequency

Page 108: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 8 Printed 26/08/02

1Data for local roads must be collected based on road groups determined on the basis of thestatistical mean of averaged daily traffic counts for the previous three calendar years. i.e.the current year’s traffic counts should not be used in determining road groups for thepurposes of the current year’s data collection.

1.2.4 Statutory Responsibility

WBoPDC and Transit have a statutory responsible for all assets associated with theirrespective road networks in accordance with the following:

Transit is responsible for all assets associated with Carriageway Sections categorised aswithin road groups 1 and 2 with the exception of assets, associated with CarriagewaySections in urban areas, which are located outside of the kerb lines or where no kerb lineor equivalent exists outside of:

a) 1.0m outside of the invert of the existing surface water channel, of whatever form or

b) 5.0m beyond the edge of seal

whichever is greater.

The WBoPDC is responsible for all assets associated with Carriageway Sectionscategorised as within road groups 3, 4, 5, 6 and 7 in addition to assets associated withCarriageway Sections categorised as within road groups 1 and 2 in urban areas for whichTransit has been identified as not responsible above.

At intersections the definition of responsibility shall be as set out in the Transit NewZealand State Highway Control Manual.

1.2.5 State Highway Locational Referencing System

A number of changes are proposed to the way the State Highway Location ReferenceSystem is managed. These changes are to phased in from year 2 of the surveys. Details andtimelines for the changes will be communicated to the successful Contractor at least 6months prior to their implementation.

Following implementation, all data shall conform to the new positional definitions andfield requirements. Saved data used in subsequent collection runs (e.g. inertialnormalising or comparative data) shall be recalibrated to conform to equivalent positionsor discarded and reacquired.

Some of the major changes that may affect the surveys are:

a) roundabouts are to be separate roads with break in main road referencing

b) lane numbering convention is to be changed

c) the methodology for referencing of ramps and interchanges is to be changed

Page 109: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 9 Printed 26/08/02

1d) locational referencing signage is to be improved

Details of the current and proposed Location Referencing System can be found on theTransits LRMS (Location Reference Management System) project website(www.lrms.co.nz). The following documents available for download from the website areof particular relevance to this contract:

i) Report: Task 2300 – Location Referencing Requirements

ii) Presentation: Roadshow #2 Presentation

1.3 Information

Appendix 1.2 lists the information that will be provided to the Contractor.

1.4 Working Hours

The Contract Works may be completed at any time with the following exceptions:

a) In urban areas, no work affecting the traffic lanes may be carried out during periods ofpeak traffic flow

b) The requirement to provide photographs for exception reporting and to complete anetwork video (Project Specification, Section 10) are to be noted. These requirementsmay dictate the hours during which survey can be undertaken.

c) High speed lux surveys may only be completed at the times specified in ProjectSpecification, Clause 7.2.3.

1.5 Communication

1.5.1 Meetings

Before the date of possession of Site for Separable Portion 2, the Contractor must contactthe Engineer to arrange the initial contract meeting. The meeting will be held at an agreedtime and venue.

Monthly meetings will be held at an agreed time and venue. The purpose of the meetingsis to work on common problems, agree to implement new ideas and ensure the efficientoperation of the road network.

1.5.2 Contractor's Communications

The Contractor must maintain an effective communication system including provision ofall contact personnel and numbers. This information must be provided at the initialmeeting.

Page 110: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 10 Printed 26/08/02

1At least two weeks before the programmed date of starting each survey, the Contractormust provide the Engineer with:

a) their proposed survey programme

b) the name and contact details of their site representative

c) their traffic management plan, see Project Specification, Clause 2.5

During the survey period, the Contractor must advise the Engineer daily of theirprogramme for the day.

1.5.3 Public Complaints

The Contractor must establish a system for receiving, logging and notifying the Engineerof all public complaints. The log must record the substance of the complaint, timereceived and the time and details of actions taken to resolve it.

1.5.4 Publicity

The Contractor:

a) may not publish or provide to any third party copies of photographs or other details ofthe Contract Works without the prior approval of the Engineer

b) must allow access to the Site to any person(s) designated by the Engineer to collectinformation and/or take photographs

c) may display non-illuminated signs attached to their site accommodation giving thename of their firm and contact numbers. No other promotional publicity is permitted

d) must not release any survey data or information without the written consent of theEngineer

e) must make allowances for survey equipment to be available for publicity purposeswhen requested by the Principal

1.6 Existing Services

All damage to existing service(s), including private services e.g. domestic water supply,must be immediately reported to the Engineer and the appropriate service authority. TheContractor must meet all costs associated with the repair of the service(s) which arise as aresult of any act or omission of the Contractor or any breach of the Contract Documents bythe Contractor.

Page 111: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 11 Printed 26/08/02

11.7 Publications and Standards

The following standard specifications and other publications form part of, but are notreproduced in, the Contract Documents:

• Transfund New Zealand RAMM Condition Rating Manual

• Transit New Zealand State Highway Control Manual

• Transit New Zealand State Highway Database Operation Manual

• Transit New Zealand Code of Practice for Temporary Traffic Management

• Transit New Zealand State Highway Distance Marking Manual

• TNZ Q/4 High Level QA Contracts

If there is any ambiguity or contradiction between this Project Specification and anypublication or standard specification, this Project Specification will take precedence.

1.8 Contract Completion

Within 7 days of completing each Separable Portion or the Contract Works (seeConditions of Contract, First Schedule, Clause 10.2.1), the Contractor must write advisingthe Engineer that all works:

a) are complete and comply with the Contract Documents; and

b) request the Certificate of Practical Completion for each Separable Portion or theContract Works.

The Completion Certificate will not be issued until the Contractor has demonstrated theContract Works comply with the Contract Documents.

1.9 Defects Liability Completion

A minimum of 7 days before the completion of the Period of Defects Liability for eachSeparable Portion or the Contract Works (see Conditions of Contract, First Schedule,Clause 11.1.1), the Contractor must write advising the Engineer that all works:

a) are complete and comply with the Contract Documents; and

b) request the Defects Liability Certificate for each Separable Portion or the ContractWorks.

The Certificate will not be issued until the Contractor has demonstrated the ContractWorks comply with the Contract Documents.

Page 112: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 12 Printed 26/08/02

22. MANAGEMENT REQUIREMENTS

2.1 Scope

This Section sets out the management requirements for this Contract.

2.2 Contract Quality Plan (CQP)

2.2.1 Purpose

The CQP’s purpose is to integrate the Contract Document’s requirements and theContractor’s quality, health and safety and environmental management systems to deliverthe Contract Works. TNZ Q/4 defines the CQP.

2.2.2 Minimum Requirements

The CQP must be prepared according to TNZ Q/4 and include or reference documentedsystems and procedures for at least the following:

a) Systems, Procedures and Methods that will be used to deliver the Contract Worksand determine their compliance

b) Audits that will be completed

c) Compliance Monitoring – including daily pre and post survey checks, equipmentcalibration, data quality checks etc.

The compliance monitoring system must describe:

• the methods to determine contract compliance. This includes sample sizes, methodof sample selection and assessing and recording compliance

• developing, implementing and determining the effectiveness of all correctiveactions

d) Health and Safety Compliance – ensuring compliance with the Health and SafetyCompliance Notice, see Appendix 2.1

e) Environmental Compliance – ensuring compliance with the EnvironmentalCompliance Notice, see Appendix 2.2

f) Contingency Planning – ensuring adequate back-up equipment and systems are inplace so the impact of events such as equipment breakages, system malfunctions etc.do not prevent the survey work from being completed within the specified time frames

g) Distance Measurement – completing ongoing checks of the distance measurementsystem

Page 113: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 13 Printed 26/08/02

2h) Equipment Calibration – annual and daily calibration – see Project Specification,

Clauses 3.1.3, 4.1.3, 6.1.3, 7.1.3 and 10.1.3.

This includes procedures:

• to correct the raw data for speed, temperature or seasonal effects, if necessary, andother factors

• that describe calibration procedures that must be completed during each survey toensure all equipment operates satisfactorily

i) Survey System Descriptions – a detailed description of all survey equipment.Appendices 3.1, 4.1, 5.1, 6.1 and 7.1 sets out the minimum information that must beprovided. The description must describe the functionality of all components thatcomprise any part of the measurement system.

This may include, for example, the response of any filtering showing bandpassresponse and cutoff frequency detail, whether the transducers are sampled with respectto distance or time.

The description must also include whether the equipment is suitable for surveyingshort sections or surveying at low speeds etc.

j) Software Validation – including procedures for:

• verifying all processing algorithms

• tracking software changes

• verifying all software used in the data collection and data processing

k) Equipment and Data Validation – see Project Specification, Clauses 3.1.4, 4.1.4,5.1.3, 6.1.4, 7.1.4, 8.1.2, 9.1.3 and 10.1.4. This includes procedures that ensure allcollected data:

• is accurate, valid, fits within the reference station or carriageway section length, asapplicable

• has been processed into a form which can be imported into RAMM. In additionthis procedure must detail the steps taken to process the raw data for loading intoRAMM

• verify the processing algorithms

l) Surveys – including the procedure that ensures

• the correct event code is recorded, where required

• accurate distance measurement

• accurate adjustment (rubber-banding) of data to account for differences betweenmeasured distance and true distance

• daily calibration requirements

Page 114: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 14 Printed 26/08/02

2m) RAMM Condition Rating – including procedures addressing at least the following

requirements for road groups 1 and 2

• the nature of the verification methods, the intervention levels for each type ofmeasurement at which the corrective action will be taken in the event ofdiscrepancy, and the nature of the corrective action to be taken

• provision for an appropriate extent of data analysis, comparing current observationswith those from previous years’ survey work. The objective of this is to identifyany areas where the subjectivity of measurement may have introduced bulk errors

n) Training – including procedures for ensuring all operators and data processingpersonnel are adequately trained to undertake their roles proficiently

2.2.3 Response Times

a) Initial CQP – within two weeks of the date of possession of Site for Separable Portion1, see Conditions of Contract, First Schedule, Clause 5.4.1

b) CQP Reviews and Audits – annually or as agreed with the Engineer

2.3 Contractor’s Programmes

2.3.1 Purpose

The Contractor’s programmes:

a) sets out the programme that enables the Contractor to complete the Contract Works bythe specified dates

b) enables the Engineer to provide the most up to date information to the Principal beforethe each survey starts

2.3.2 Required Programmes

The required programmes are the:

a) Initial Programme: – this programme must:

• show the baseline programme for the contract period and demonstrate how theContract Works will be completed within the specified time frames

• show the proposed cash flow for each month of the contract period

• be a Gantt Chart computer based system capable of setting a baseline andcomparing actual progress versus the baseline programme

• comply with all programming constraints, see Project Specification, Clause 2.3.4

b) Updated Programmes – this programme must show:

Page 115: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 15 Printed 26/08/02

2• the current work programme and include the updated cashflow

• progress versus programme. If progress has slipped behind the Contractor muststate the actions they have taken to make up the lost time so the Contract Works arecompleted within the specified time frames

2.3.3 Response Times

a) Initial Programme – with the initial CQP, see Project Specification, Clause 2.2

a) Updated Programmes – with each Monthly Report, or when requested by theEngineer

2.3.4 Programming Constraints

The surveys must:

a) not start until the CQP is agreed with the Engineer and all calibration and validationactivities are completed and agreed with the Engineer

b) complete all FWD surveys and provide all required survey data, correction factors andassociated reports by 15 June each year in which a survey is required

c) complete all Dust Generation, Routine Traffic Count and RAMM Condition Rating(unsealed) surveys, except the RAMM Condition Rating (unsealed) survey in Year 1,and provide all required survey data, correction factors and associated reports by 31December each year in which a survey is required

d) complete all surveys other than those listed in sub-clauses b) and c) and provide allrequired survey data, seasonal correction factors and associated reports by 31 Marchof each year in which a survey is required

e) provide all reports and other information within the times frames specified in thisProject Specification or as agreed with the Engineer

2.4 Contractor’s Reports

2.4.1 Purpose

The Contractor’s Reports provides information about the Contractor’s progress and todocument the procedures being used to undertake the survey.

2.4.2 Required Reports

The required reports are:

Page 116: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 16 Printed 26/08/02

2a) Incident Report – the report must include the details of all incidents that occur.

These include:

• near misses and/or crashes

• public complaints

• errors in distance closures

b) Monthly Report – the report must include the:

• Monthly Progress Claim

• Updated Programme

• Updated Cashflow – this must show, on a year to date basis the actual percentageof the contract value expended against each work category and the forecast cashflow for the balance of the year.

c) Calibration Report – see Project Specification, Clauses 3.1.3, 4.1.3, 6.1.3, 7.1.3 and10.1.3 for the minimum requirements

d) Prevalidation Report – see Project Specification, Clauses 3.1.4.2 and 4.1.4.2 for theminimum requirements

e) Validation Report – see Project Specification, Clauses 3.1.4.17, 4.1.4.7 and 7.1.4.7forthe minimum requirements

f) Data Reports, Exception Reports and Trending Reports– see Project Specification,Clauses 3.3.3, 7.3.3 and 9.3.3 for the minimum requirements

g) Data Format and Definitions Report – see Project Specification, Clauses 3.3.3.6,4.3.3.3, 6.3.3.4, 7.3.3.5 and 10.3.3.2 for the minimum requirements

h) Annual Survey Report (FWD Survey) – see Project Specification, Clause 4.3.3.2 forthe minimum requirements

i) Annual Survey Report (All surveys except FWD) - see Project Specification,Clauses 3.3.3.5, 7.3.3.4, 8.3.3.2 and 9.3.3.3 for the minimum requirements

j) Final Report – must include a brief description and estimated value of all claims thatmay be submitted with the Contractor’s Final Claim, see General Conditions ofContract, Clause 12.4

All reports are to be provided in a format agreed with the Engineer. Reports are to beprovided in electronic format, along with three hard copies.

2.4.3 Response Times

a) Incident Reports – within 24 hours of the time of the incident

Page 117: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 17 Printed 26/08/02

2b) Monthly Report – due 9.00am on the 3rd calendar day of the month following

c) Calibration Report – before the start of the equipment validation

d) Pre Validation Report – before the start of the equipment validation

e) Validation Report – before the start of each survey

f) Data Reports, Exception Reports and Trending Reports – within 2 weeks of thecompletion of each condition survey

g) Data Format and Definitions Report – by 31 March 2003. Updates to be providedwithin 3 weeks of a request from the Engineer

h) Annual Survey Report (FWD Survey) – by 15 June each year a survey is required

i) Annual Survey Report (All surveys except FWD) – by 30 March each year

j) Final Report – due within one week of the date of issue of the Certificate of PracticalCompletion

2.5 Traffic Management

The Traffic Management Plan (TMP) establishes the minimum requirements for trafficmanagement that will be implemented during survey operations. Survey specific TMPmust be developed by the Contractor and submitted to the Engineer for approval. TheTMP must cover all aspects of the work (including operations such as water-filling,validation, etc) and must allow for local conditions and restrictions on hours of work (egdue to local events such as Christmas parades, etc).

All traffic management for road groups 1 and 2 is to be provided in accordance with theTransit New Zealand Code of Practice for Temporary Traffic Management (COPTTM).The Schedule of Specific Job Requirements is included in Appendix 2.3. The Contractorwill be required to prepare and submit an Engineering Violation Decision with respect toany traffic management that does not fully comply with COPTTM.

A new section of the COPTTM that will be appropriate for application on road groups 3 to7 is currently being developed by an industry working group. When this document hasbeen finalised, the TMP must be updated to comply with the code. In the meantime, theTMP must comply with Transit’s Working On The Road booklet and the Schedule ofSpecific Job Requirements is included in Appendix 2.4.

An amended form of traffic management to that required by the COPTTM is likely to beaccepted for the high speed data and network video portions of the contract. As anindication of the standard that is likely to be accepted, no pilot vehicles will be required onLevel 1 roads.

Page 118: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 18 Printed 26/08/02

22.5.1 Response Times

a) Survey Specific TMP – a minimum of two weeks before the start of any survey

b) TMP Compliance – at all times.

Page 119: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 19 Printed 26/08/02

33. HIGH SPEED DATA

3.1 Equipment

3.1.1 Scope

Project Specification, Clause 3.1 sets out the minimum equipment requirements includingthe calibration and validation requirements for all road condition survey equipment.

The Contractor must not commence the road condition survey until it has beendemonstrated, to the satisfaction of the Engineer, that the annual calibration, (see ProjectSpecification, Clause 3.1.3) and all validation requirements, (see Project Specification,Clause 3.1.4), have been met.

These reports must be accepted by the Engineer before the road condition surveys start.

3.1.2 Minimum Equipment Specification

3.1.2.1 Roughness, Transverse Profile and Rut Depth

Table 3.1.1 sets out the minimum requirements for the roughness, transverse profile andrut depth survey equipment. The equipment must be capable of recording and processingall data in tandem with the surveys.

Table 3.1.1 Minimum Equipment SpecificationParameter Longitudinal/Transverse Sensor Data Acquisition System

Instrument Type Laser/Accelerometer combination

Resolution 0.05mm 16 Bit

Measuring Range 200mm > Sensor Output

Recorded Measuring Interval 50mm 10µ Sec

Frequency Response DC: - 16kHz > Sensor Output

Operating Temperature Range 0°C – 50°C 0°C – 50°C

Long Term Drift <0.25% <0.002%+/- 1LSB

Repeatability 0.1mm +/- 1LSB

Page 120: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 20 Printed 26/08/02

3

In addition to the above requirements the equipment must measure the:

a) distance - the measurement offset (i.e. the distance from the Reference Station forroad groups 1 and 2 or the distance from the start of the road, as defined in the RAMMdatabase, for road groups 3 to 7), must be recorded according to Project Specification,Clause 3.2.2

b) pavement location points – the measuring system must facilitate the recording of thelocation of pavement location points to the accuracy specified in Project Specification,Clause 3.2.2. The Event Code, see Table 3.3.1, must be agreed with the Engineer

c) roughness data – must be collected in both wheel paths and sampled and stored atintervals not greater than 50mm. The wheel paths are to be taken as being 0.75moffset from the lane centreline (ie survey vehicle is to survey traffic lane, and notnecessarily the path trafficked by vehicles).

3.1.2.2 Skid Resistance and Texture

Table 3.1.2 sets out the minimum requirements for the skid resistance and texture surveyequipment. Table 3.1.3 sets out the minimum requirements for GPS and geometry. Theequipment must be capable of recording and processing all data in tandem with thesurveys. Skid resistance, texture and geometry data must be collected by the same vehicleto enable IFI to be calculated and investigatory levels assigned.

Table 3.1.2 Minimum Equipment SpecificationParameter Skid Resistance Sensor Texture Sensors Data Acquisition System

Instrument Type SCRIM machineStrain gauged Load Cell

Laser

Resolution <0.05% FS 0.01mm 16 Bit

Measuring Range 2kN 0-200mm > Sensor Output

Frequency Response DC – 10kHz DC: – 32kHz > Sensor Output

Operating TemperatureRange

0°C – 40°C 0°C – 40°C 0°C – 40°C

Long Term Drift < 0.25% < 0.25% < 0.002% +/- 1LSB

Repeatability 0.1% FS 0.02mm +/- 1LSB

Page 121: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 21 Printed 26/08/02

3Table 3.1.3 Minimum Equipment Specification

Parameter GPS Geometry

Instrument Type Differential GPSInertial system for areas with noGPS coverage

Resolution Precision:Data to be provided to doubleprecision, or with a min of 12significant digits, in decimaldegrees

0.2% Gradient0.2% Crossfall1m Curvature

Minimum Sampling Interval 10 Hz 10m

Filtering / Smoothing 30m moving average ongradient, crossfall and curvature

Operating Temperature Range 0°C – 40°C 0°C – 40°C

Repeatability 5m Horizontal5m Vertical

1% Slope5m Curvature

In addition to the above requirements the equipment must measure the:

a) distance - the measurement offset (i.e. the distance from the Reference Station forroad groups 1 and 2 or the distance from the start of the road, as defined in the RAMMdatabase, for road groups 3 to 7), must be recorded according to Project Specification,Clause 3.2.2

b) pavement location points – the measuring system must facilitate the recording of thelocation of pavement location points to the accuracy specified in Project Specification,Clause 3.2.2. The Event Code, see Table 3.3.3, must be agreed with the Engineer

3.1.2.3 Software

The Contractor must have data processing and analysis programs which produce theoutputs specified in Project Specification, Clause 3.3.

The Contractor must ensure that their data acquisition and data processing systems areflexible and have provide additional processing power and data storage capacity to ensurethat additional parameters and functions can be collected or processed should the Principalwish to add these in the future. As a minimum, the system must allow for the collection ofthree additional functions each with up to 4 fields. Additional functions may includealternative texture parameters.

Page 122: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 22 Printed 26/08/02

33.1.3 Calibration

3.1.3.1 Purpose

The purpose of equipment calibration is to:

a) ensure satisfactory repeatability and reproducibility of the measurements bytraceability to international standards

b) ensure the equipment can measure the data elements to the accuracy defined in thespecification.

c) provide evidence of continuing measurement stability

d) define any limitations of the equipment such as minimum operating speed

e) define factors influencing the results such as filtering of data, and how the correctionprocedures for these factors are applied.

3.1.3.2 Annual Calibration for Roughness, Transverse Profile and Rut Depth

All equipment used for data collection and or validation must:

a) have current and appropriate calibration certificates traceable to international referencestandards relevant to the type of measurement undertaken. The calibration must remaincurrent for the duration of each survey

b) be calibrated at least once a year and a maximum of six months before, and preferablyone month before the road condition surveys start

Measuring systems for which fully traceable reference calibration certificates must beprovided include, but are not restricted to:

a) lasers or accelerometers used to measure displacement

b) the data acquisition systems

c) distance measuring systems

d) all equipment used for reference measurements in the validation

A report containing copies of all calibration certificates shall be provided to the Engineerprior to the validation commencing.

Page 123: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 23 Printed 26/08/02

3

3.1.3.3 Annual Calibration for Skid Resistance and Texture

All equipment used for data collection and or validation must:

a) have current and appropriate calibration certificates traceable to international referencestandards relevant to the type of measurement undertaken. The calibration must remaincurrent for the duration of each survey

b) be calibrated at least once a year and a maximum of six months before, and preferablyone month before the road condition surveys start

Measuring systems for which fully traceable reference calibration certificates must beprovided include, but are not restricted to:

a) lasers or accelerometers used to measure displacement

b) load cells used to measure the drag or load

c) flow meters used to monitor water application rate

d) the data acquisition systems

e) distance measuring systems

f) all temperature measurement sensors. These sensors must be calibrated to ± 0.5°C

g) geometry measuring devices (inclinometers etc) (see Project Specification, Clause3.1.4.12 a))

h) all equipment used for reference measurements in the validation

In addition, the SCRIM survey equipment must have completed a recognised independentcomparative trial with other equivalent skid resistance measuring equipment. This trialmust have been completed annually and must demonstrate measurement conformity ofboth the left and right wheel path SCRIM devices. All equipment should have traceabilityto the PIARC “International Experiment to Compare and Harmonize Texture and SkidResistance Measurements” and be involved in the annual TRL SCRIM trials.

A report containing copies of all calibration certificates shall be provided to the Engineerprior to the validation commencing.

3.1.3.4 Daily Calibration

Daily calibration involves equipment that must be calibrated daily during each survey toensure all equipment operates satisfactorily. Daily calibration includes factors such as:

a) load measuring system, water flow and temperature probes

Page 124: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 24 Printed 26/08/02

3b) tyre condition, pressure and wear

c) distance, sensor height, slope and acceleration measurement

d) general system operational checks

3.1.3.5 Sensor Monitoring and Re-calibration

All sensors and other measuring systems must be monitored during the surveys. If areplacement components such as sensor are required, the replacement component must beprovided with a calibration certificate according to Project Specification, Clauses 3.1.3.2or 3.1.3.3 prior to the survey recommencing.

3.1.3.6 Equipment Failure

The Contractor must notify the Engineer within 24 hours if equipment failure occurs. Inaddition the Contractor must record the:

a) reasons for failure

b) the road section being tested when the failure occurred

c) actions taken to determine the adequacy of the recorded data before the failure

d) evidence that the replaced or repaired equipment provides output that is consistentwith that prior to the breakdown

On completion of repairs the Engineer reserves the right to request revalidation todemonstrate that the equipment is operating satisfactory.

Similar notification must be given to the Engineer for any repairs or maintenance onvehicle components that could affect the performance of the measuring systems (forexample, changes to the vehicle suspension).

3.1.4 Equipment Validation

The road condition surveys must not start until all equipment is validated and approval isgiven by the Engineer.

The Engineer may, at his sole discretion, waive the requirement to validate road conditionsurvey equipment used to meet the requirements of Project Specification, Clause 3, wherethe Contractor can demonstrate that the equipment has successfully completed a similarvalidation process under another Transit New Zealand contract. Such a similar validationmust have been completed a maximum of six months before the road condition surveysunder this contract start.

Page 125: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 25 Printed 26/08/02

3The equipment must be operating in normal survey configuration during the validation.The Engineer reserves the right to be present during the validation process and to requestsamples of raw and processed data at any time. All validation data for all functions will bedelivered to the Engineer for independent verification of the validation.

3.1.4.1 Purpose

The purpose of equipment validation is to:

a) confirm the proposed measurement methodology will provide data in the format and tothe quality specified

b) maintain consistency of results. This means all survey equipment used for datacollection must be from the same supplier and of the same make for the term of theContract.

If the Contractor uses different equipment for each survey or parts of each survey thenthey must demonstrate all equipment gives equivalent results under New Zealandconditions.

3.1.4.2 Pre-Validation Report

Before the validation commences the Contractor must provide a report whichdemonstrates to the satisfaction of the Engineer that the reference devices and operatorsselected for the validation of the survey equipment are capable of measuring data to therequired accuracy of each measurement function.

The Pre-Validation Report must be approved by the Engineer before the validation can becommenced.

3.1.4.3 Acceptance Criteria

Table 3.1.4 sets out the validation acceptance criteria.

Page 126: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 26 Printed 26/08/02

3

Table 3.1.4: Equipment ValidationDeliverable Acceptance Criteria

Pre-Validation Report The pre-validation report demonstrates that all reference equipmentand operators can measure reference data to the specified accuracy.See Project Specification, Clause 3.1.4.2

Validation Report The validation report demonstrates all equipment is validated and roadcondition surveys can start. See Project Specification, Clause 3.1.4.17

Changed Personnel All survey equipment operators are validated. See ProjectSpecification, Clause 3.1.4.5

Roughness Measurement The individual roughness data at each location and within eachvalidation section must meet the requirements of Project Specification,Clause 3.1.4.8

Transverse Profile and RutDepth Measurement

The individual transverse profile data at each location and within eachvalidation section must meet the requirements of Project Specification,Clause 3.1.4.9

Texture Measurement The individual texture data at each location and within each validationsection must meet the requirements of Project Specification, Clause3.1.4.10

Skid Resistance Measurement The individual skid resistance data at each location and within eachvalidation section must meet the requirements of Project Specification,Clause 3.1.4.11

Road Geometry Information Crossfall, gradient and radius of curvature data must meet therequirements of Project Specification, Clause 3.1.4.12

Global Positioning System The GPS output must meet the requirements of Project Specification,Clause 3.1.4.13

Distance Measurement The measured distance must meet the requirements of ProjectSpecification, Clause 3.1.4.14

Data Format All data must meet the requirements of Project Specification, Clause3.1.4.15

Replacement or FaultyEquipment

All replacement or faulty equipment is re-calibrated, and if required,revalidated according to Project Specification, Clause 3.1.3.5

100 lane km Trial Equipment and operator is successfully validated and it isdemonstrated that the data collected matches conditions on the road,and historical data. Data is successfully processed and all reportingsystems demonstrated. See Project Specification, Clause 3.1.4.16

Monthly Validation The monthly revalidation demonstrates that all survey equipmentcomplies with Clause 3.1. See Project Specification, Clause 3.1.5

Page 127: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 27 Printed 26/08/02

33.1.4.4 Multiple Vehicles and/or Passes

If the Contractor chooses to use two or more vehicles to complete the surveys and/orcomplete the surveys in multiple passes then the all survey equipment must undergo anadditional validation procedure. This procedure must:

a) be developed by the Contractor and agreed with the Engineer

b) demonstrate all data collected from separate survey runs can be matched to the sameroad features such as bridges, reference station markers, bends and inclines.

An example of this is if two passes are required to record the skid resistance in each wheelpath, the validation procedure must show the data captured in the first pass can be matchedto the data collected in the second pass.

3.1.4.5 Contractors Personnel

If the Contractor changes the equipment operator(s), the new operator(s) must undergo anappropriate validation exercise, which will be developed in conjunction with the Engineer.The new operator(s) must satisfactory pass the validation exercise before participating inthe road condition survey work.

3.1.4.6 Validation Sites

In consultation with the Engineer, the Contractor must select validation sites within theLimit of Works, for each of the parameters to be measured. The number of validation sitesrequired for each function is detailed in Table 3.1.5.

Table 3.1.5: Requirements for Validation Sites

Parameter Min No of Sites Min Site Length Other Requirements

Roughness 5 500 metres Each of the following roughness ranges(based on 100m segments) must becovered by at least one site:• 1 – 3 lane IRIqc

• 2.5 – 5 lane IRIqc

• 4.5 – 6 lane IRIqc

The other two sites can span betweenthese ranges.

Transverse Profile(Rutting/Shoving)

4 300 metres Sites or a combination of sites shouldbe selected to show significant ruttingat 30 cross sections in each thefollowing four ranges:• 0 – 5mm• 5 – 15mm

Page 128: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 28 Printed 26/08/02

3

Table 3.1.5: Requirements for Validation Sites

Parameter Min No of Sites Min Site Length Other Requirements• 15 – 25mm• 25mm

Two sites must have shoving over atleast 10% of their length.

SCRIM 5 500 metres

Texture 5 200 metres Each of the following MPD ranges mustbe covered by at least three sites:• 0.5 – 1.5mm• 1.0 – 2.5mm• 2.0 – 3.5mm

Geometry 4 500 metres

The same sites may be suitable for validation of a number or all of the measures. GPSvalidation will also be undertaken at some of the sites.

In addition, the validation sites must be generally representative of the pavements anddifferent road groups to be surveyed. The sites for all measurement types must cover thefollowing characteristics:

a) have different texture within and covering the mean profile depth range of 0.5 to3.5mm.

b) have different surfacing

• one site to have an asphaltic concrete or open graded asphaltic concrete top surface

• one site with a surface with a varying degree of flushing

• at least two sites with chip seal surfaces, each with a different grade or size of chip

The sites for skid resistance and texture measurement must also include at least one sitewith curves less than 200m radius and a range of gradients.

Details of the proposed sites, including surface characteristics and photographs, are to besupplied to the Engineer for approval prior to validation commencing.

The location of each site must be marked so the Contractor can revalidate all equipmentand return to the sites for repeat validation, see Project Specification, Clause 3.1.5.

The number of sites to be used for validation may be reduced after the first year of theContract. Any decision to reduce the number of sites will be made by the Engineer basedon the results of the validation achieved and survey performance in the previous year.

Page 129: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 29 Printed 26/08/02

33.1.4.7 Validation Criteria – Statistical Analysis

The following statistical measures are to be used to demonstrate the equipment meets theacceptance criteria specified for each function. The acceptance criteria for each functionare prescribed separately.

A sample calculation is provided in Appendix 3.3 to demonstrate how these statisticalmeasures are to be calculated.

a) Regression

For each survey speed, the line of best fit between the reference device measurementand the survey equipment measurement can be made using least squares regression inthe form:

BAMM DeviceefR +×=

where:

• MRef = measurement (MPD, etc) from the reference measurement device

• MDevice = measurement (MPD, etc) from the Contractor’s survey equipment

• A = regression equation slope

• B = regression equation intercept

The regression analysis must be repeated with all segments from the five validationsites combined for each of the three speeds and the 95% confidence interval for A andB must be calculated.

b) Repeatability and Bias

Repeatability - the coefficient of variation (standard deviation expressed as apercentage of the mean, Xn), Sn% for each series of 5 repeat measurements on eachsegment is to be calculated as follows:

The coefficient of variation is: n

nn

X

SS 100% =

where the mean is: N

XX

N

ini

n

∑== 1

and the standard deviation is:

( )N

XXS

N

i

nni

n

∑=

−= 1

2

Page 130: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 30 Printed 26/08/02

3where:

• n = segment number

• N = total number of measurements on segment n

• Xni = measurement on segment n from measurement i (with i = 1 to N).

The average of the segment standard deviations is to be calculated as follows:

ns

SS

ns

in∑

== 1

%%

where:

• ns = total number of segments

The r² correlation is to be calculated for the individual values of each segmentregressed against the mean values.

Bias - The bias error, BEn%, is the average of the errors from many measurementsthroughout the survey, and is to be calculated as follows:

100%1

21 ×−

=n

nnn X

XXBE

where:

• Xn1 is the mean measurement on segment n based on first 5 runs

• Xn2 is the mean measurement on segment n based on second 5 runs

3.1.4.8 Roughness Validation

The roughness validation process is as follows:

Reference Measurements

Reference Profiler Devices – the reference device and it’s use must conform to Class 1criteria defined by ASTM E 1364 – 95. The longitudinal sampling distance shall be lessthan 250 mm and a minimum vertical resolution of 0.125 mm. The Contractor must supplyand calibrate these machines. Calibration must be according to the manufacturer’sspecification. The calibration shall be no more than 6 months old.

The Contractor must demonstrate that the selected reference device meets the requirementsdefined by ASTM E 1364 – 95 in the Pre-Validation Report, see Project Specification,Clause 3.1.4.2. The selected device must be approved by the Engineer before thevalidation commences.

Page 131: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 31 Printed 26/08/02

3Two devices that conform to Class 1 criteria of ASTM E 1364 – 95 are the FaceCorporation Dipstick and the ARRB TR Walking Profiler.

Setting Reference profiles – reference profiles must be collected in each wheel path overthe full validation length. Each wheel path must be measured at least four times consistingof two closed return loop runs. IRI values are to be calculated for every 100m segment ofeach run in each wheelpath and the reference IRI value taken as the mean from the fourruns.

The calculation of IRI is defined by ASTM E 1926-98.

The variation in 100m IRI between each run should be less than ±2.5% or ±0.2 IRIwhichever is the greater. This variation maybe exceeded due to factors such as localisedroughness or pavement distress. These factors need to be documented and reported to theEngineer, who reserves the right to relax the requirements or request additional repeat runsin these areas.

Survey Equipment Measurements

Verification of the output from the survey equipment against the reference device shouldbe undertaken over the five separate validation sections.

There should be ten repeat runs over two separate days (5 runs per day) on each sectionperformed at three different speeds, which span the minimum and maximum expectedsurvey speed. This provides for verification analysis a minimum of 50 sets of IRI values ateach travel speed.

Validation Criteria

a) IRI Verification (individual sites) – for each survey speed, IRI is to be calculated andrecorded for each 100m segment in each wheelpath. The regression analysis detailed inProject Specification, Clause 3.1.4.7 must be performed with all 100m segments ateach validation sites at each speed and the 95% confidence interval for A and B mustbe calculated.

b) IRI Verification (combined sites) – The regression analysis must be repeated with all100m segments from the five validation sites combined for each of the three speedsand the 95% confidence interval for A and B must be calculated. The differencebetween the mean IRI values and the reference IRI must be calculated for each 100,segment.

c) Repeatability and Bias – for each speed the ten repeat measurements shall be dividedin two groups giving five repeat measurements for each day. The segment length is100m. The Coefficient of Variation, Standard Deviation, r2, and Bias Error must becalculated according to Project Specification, Clause 3.1.4.7 b).

Page 132: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 32 Printed 26/08/02

3d) Profile Validation – the ability of the survey equipment to measure the broad range of

wavelengths from 0.5 to 100m that constitute the road’s longitudinal profile shall bedemonstrated through the equipments power spectral density (PSD). The PSD must bemeasured and plotted along with the reference profilers PSD.

PSD functions can be determined using the Road Ruf Public Domain Software. Thissoftware is available at the UMTRI Road Roughness User Site athttp://www.umtri.umich.edu/erd/roughness/index.html.

e) Speed Dependency Check – the difference in the mean roughness obtained for anycombination of two different survey speeds must agree to better than 0.1 IRI for any100m segment.

Acceptance Criteria

The roughness survey equipment is accepted when:

a) A is within the range 0.9 and 1.1 for each site and each wheelpath and within the range0.98 and 1.02 for all sites combined at each speed, and

b) the 95% confidence interval of A passes through 1.0 for each site and all sitescombined at each speed, and

c) B is within ± 0.5m/km for each site and each speed and within ± 0.25m/km for all sitescombined at each speed, and

d) the 95% confidence interval of B passes through 0.0 for each site and all sitescombined at each speed, and

e) the r2 correlation is at least 0.90 between the data sets for each site and at least 0.975for all sites combined at each speed, and

f) 80% of all the 100m IRI values must agree to within ± 0.2 m/km of the reference IRIvalues, and

g) the coefficient of variation, Sn%, at each speed for each segment is less than or equal to5% for each series of five repeat measurements, and

h) the average of the segment standard deviations at each speed, %S , is less than or equalto 3%, and

i) the r² is greater than or equal to 0.95 when the individual IRI values for each segmentat each speed are regressed against the mean values, and

j) the bias error from the two sets of five repeats at each speed, BEn%, is less than orequal to 2%, and

k) the spectral analysis demonstrates the equipment is able to measure the road profile tothe same magnitude as the reference over the wavelength range of 0.5m – 100m, and

l) the difference in the mean roughness between any combination of two different surveyspeeds is less than 0.1 IRI for any segment.

Page 133: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 33 Printed 26/08/02

33.1.4.9 Transverse Profile, Rut Depth and Shoving Validation

The transverse profile is required to determine the rut depth and shoving. The transverseprofile validation process is as follows:

Reference Measurements

Reference Device – the Contractor must nominate the method to determine the transverseroad surface profile. The method must static and be capable of measuring the transverseprofile at 100mm centres over each of the validation section to a vertical accuracy of ±0.5mm. The Contractor must demonstrate that the selected reference device meets therequirements in the Pre-Validation Report, see Project Specification, Clause 3.1.4.2. Theselected device must be approved by the Engineer before the validation commences.

Setting Reference Transverse Profiles – Measurements must be taken:

a) at sections on the sites to obtain rutting in the bands defined in Table 3.1.5. Eachsection must be separated longitudinally by at least 1m

b) at 10m centres over the entire length of each site, which may coincide with some of thesections established above

c) the reference rut depth will be calculated from the transverse profiles. The rut depthsmust be calculated at the cross sections established above

d) the reference length of shoving shall be determined from the spacing betweentransverse cross sections, additional sections maybe required along the site where theshoving starts and ends to achieve a positional accuracy of at least 0.25m. Shoving isdefined as being present when the there is a rut of at least 10mm depth at the samelocation as a shove of at least 10mm height.

Survey Equipment Measurements

a) Transverse Profile Validation – the survey equipment must make ten runs over twodays (5 runs per day) at each of the sites at three different speeds which span theminimum and maximum expected survey speed. The full transverse profile and rutdepth must be continuously measured in both wheel paths.

The individual readings must be averaged to give the transverse profile at each speed.In addition the survey equipment make readings while the vehicle is stationary at eachcross section.

The transverse profile measurement equipment and reference data must be used tocomplete a regression analysis and calculate the r2 at each site and each speed.

The transverse profile heights will be compared with the transverse profile from thereference. A comparison of the static and dynamic profile with the reference mustshow that at least 90% of the transverse profile points must agree to within ±2mm ateach site and each speed.

Page 134: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 34 Printed 26/08/02

3b) Rut Validation – the rut depth determined by the survey equipment must be compared

to the reference rut depth calculated from the transverse profiles.

The rut measurement equipment and baseline data must be used to complete aregression analysis and calculate the r2 in the four rutting bands defined in Table 3.1.5.Both wheelpaths are to be validated in the rutting bands, reverse direction runs mayberequired to obtain significant rutting in the right wheelpath.

c) Rut Repeatability and Bias - will be determined through a sequence of ten repeatsurvey runs completed over the four validation sites over two separate days. TheCoefficient of Variation, Standard Deviation, r², and Bias Error for 10m segments ineach wheelpath must be calculated according to Project Specification, Clause 3.1.4.7.

d) Rut Speed Dependency Check – the difference in the mean rut depth obtained for anycombination of two different survey speeds must agree to better than ±2mm for any10m segment.

e) Shoving Validation – the length of shoving measured by the survey equipment mustbe compared to the reference shoving. Reverse direction runs maybe required to obtainsignificant shoving in the right wheelpath.

f) Shoving Repeatability and Bias - will be determined through a sequence of ten repeatsurvey runs completed over the two validation sites over two separate days. TheCoefficient of Variation, Standard Deviation, r², and Bias Error for 10m segments ineach wheelpath must be calculated according to Project Specification, Clause 3.1.4.7.

g) Shoving Speed Dependency Check – the difference in the length of shoving obtainedfor any combination of two different survey speeds must agree to better than ±0.5m forany 10m segment.

Acceptance Criteria

The transverse profile/rut depth/shoving survey equipment is accepted when:

a) for transverse profile, when the r2 is greater than or equal to 0.90 for the transverseprofile at each site and each speed; and

b) 90% of the static transverse profile heights agree to ±2mm with the referencemeasurements at each site; and

c) 90% of the dynamic transverse profile heights agree to ±2mm with the referencemeasurements at each site and each speed; and

d) for rut depth, when the difference in the mean rut depth obtained for any combinationof two different survey speeds is less than ±2mm for any 10m segment, and

e) the r2 is greater than or equal to 0.90 for each wheelpath and rutting bands at eachspeed with the reference rutting, and

Page 135: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 35 Printed 26/08/02

3f) the coefficient of variation, Sn%, at each speed for each 10m segment should be is less

than or equal to 5% for each series of five repeat measurements, and

g) the average of the segment standard deviations at each speed, %S , is less than or equalto 3%, and

h) the r² is greater than or equal to 0.95 when the individual rut values for each segment ateach speed are regressed against the mean values, and

i) the bias error from the two sets of five repeats at each speed, BEn%, is less than orequal to 2%, and

j) for shoving, when the difference in the mean shoving obtained for any combination oftwo different survey speeds is less than ±2.5m for any 20m segment, and

k) the difference in the mean shoving obtained for any combination of two differentsurvey speeds is less than ±0.5m for any 20m segment, and

l) the coefficient of variation, Sn%, at each speed for each 10m segment should be is lessthan or equal to 5% for each series of five repeat measurements, and

m) the average of the segment standard deviations at each speed, %S , is less than or equalto 3%, and

n) the r² is greater than or equal to 0.95 when the individual shoving values for eachsegment at each speed are regressed against the mean values, and

o) the bias error from the two sets of five repeats at each speed, BEn%, is less than orequal to 2%.

3.1.4.10 Texture Validation

The texture validation process is as follows:

Reference Measurements

Reference Device - The reference road surface texture over the five validation sectionsmust be measured statically using a reference device meeting the minimum requirementsof ISO/13473-1 Characterisation of Pavement Texture Utilising Surface Profiles - Part 1 -Determination of Mean Profile Depth (1997). This standard defines minimummeasurement resolution requirements and profile processing procedures.

The Contractor must nominate the reference texture device to be used and providedocumentation in the Pre-Validation Report (see Project Specification, Clause 3.1.4.2) todemonstrate the selected device meets the minimum requirements of ISO/13473-1. Theselected reference device must be approved by the Engineer before the validationcommences.

Transit New Zealand operates a Stationary Laser Profiler (SLP) that conforms toISO/13473-1. It is regularly used to validate texture measurements and is regularlycalibrated by the Principal. Should the Contractor wish to use this device the Contractor

Page 136: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 36 Printed 26/08/02

3must advise the Engineer, two months in advance, the period for which it is required.There is a daily rental cost of NZ$300 + GST for the SLP and it must be operated bypersonnel authorised by Transit New Zealand.

Setting Reference Texture - The Contractor must record the texture along eachwheelpath and mid way between the wheelpaths using the reference device over the fulltexture validation length in accordance with ISO/13473-1. The results shall be reduced togive the average MPD over discrete 10m sections.

Survey Equipment Measurements

The texture survey equipment must make ten runs over two separate days (5 runs per day)for each of the validation sections at three different speeds which span the minimum andmaximum expected survey speed. The results must be averaged and then reduced to giveaverage MPD over discrete 10m sections in each wheelpath and mid lane corresponding tothe location tested using the reference device.

Validation Criteria

a) Texture Regression - The regression analysis detailed in Project Specification, Clause3.1.4.7 a) must be completed on the MPD readings for all 10m segments from the fivevalidation sites combined for each of the three speeds and the 95% confidence intervalfor A and B must be calculated.

b) Repeatability and Bias - For each speed, the ten repeat measurements shall bedivided in two groups giving five repeat measurements for each day. The Coefficientof Variation, Standard Deviation, r², and Bias Error must be calculated according toProject Specification, Clause 3.1.4.7 b).

c) Power Spectral Density - The ability of the survey equipment to measure the broadrange of wavelengths that constitute the road’s texture profile must be demonstratedthrough the equipment’s power spectral density (PSD) . These PSD must be measuredand plotted along with the reference PSD measured by the reference device.

PSD functions can be determined using the Road Ruf Public Domain Software. Thissoftware is available at the UMTRI Road Roughness User Site athttp://www.umtri.umich.edu/erd/roughness/index.html.

d) Speed Dependency Check the difference in the average MPD in each wheelpath andmidlane, obtained for any combination of two different survey speeds, must agree tobetter than 0.2mm for any 10m segment

Acceptance Criteria

The texture survey equipment is accepted when:

a) A is within the range 0.9 and 1.1 for all sites combined at each speed in eachwheelpath and midlane, and

Page 137: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 37 Printed 26/08/02

3b) the 95% confidence interval of A passes through 1.0 for all sites combined at each

speed in each wheelpath and midlane, and

c) B is within ±0.1mm for all sites combined at each speed in each wheelpath andmidlane, and

d) the 95% confidence interval of B passes through 0.0 all sites combined at each speedin each wheelpath and midlane, and

e) the r2 is greater than or equal to 0.95 for all sites combined at each speed in eachwheelpath when regressed against the reference, and

f) the coefficient of variation, Sn%, at each speed for each 10m segment is less than orequal to 5% for each series of five repeat measurements, and

g) the average of the segment standard deviations at each speed, %S , is less than orequal to 3%, and

h) the r² is greater than or equal to 0.95 when the individual MPD values for eachsegment at each speed are regressed against the mean values, and

i) the bias error from the two sets of five repeats at each speed, BEn%, is not greaterthan 2%, and

j) the power spectral density demonstrates the equipment is able to measure to the samemagnitude as the reference device over the wavelength range of 2.00mm – 100mm,and

k) the difference in the mean wheelpath and midlane MPD obtained for anycombination of two different survey speeds is less than 0.2mm for any 10m segment.

3.1.4.11 Skid Resistance Validation

As there is no direct reference device, the SCRIM measurement devices must be traceableto the PIARC “International Experiment to Compare and Harmonize Texture and SkidResistance Measurements” and the annual TRL SCRIM trials (see Project Specification,Clause 3.1.3.3).

Validation Criteria

a) Repeatability and Bias – will be determined through a sequence of ten repeat surveyruns completed over the five validation sites over two separate days. The SFC readingsmust be averaged over 10m intervals and mean values, variance and standarddeviations for individual runs throughout each validation section determined.

The Coefficient of Variation, Standard Deviation, r², and Bias Error must be calculatedaccording to Project Specification, Clause 3.1.4.7.

b) Speed Dependency Check – the difference in the Scrim Coefficient (SC), being themean wheelpath side force coefficient (SFC) corrected to a speed of 50km/h andtemperature of 20oC, obtained for any combination of two different survey speeds mustagree to better than 0.04 SC for any 10m segment.

Page 138: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 38 Printed 26/08/02

3c) Measuring Wheel Bias – it must be demonstrated on at least two validation sites that

the bias between measurements in the left and right wheelpath is less than 0.02 SC forany 100m segment. At least one additional run will be required at each site to test themeasuring wheel bias.

d) Temperature Correction – it must be demonstrated that a correction specific toSCRIM is valid for the range of temperatures valid to New Zealand conditions (roadsurface temperatures from 8 ºC to 60 ºC) during the survey with primary reference towork conducted in the last 10 years.

e) Speed Correction – it must be demonstrated that the speed correction is valid on NewZealand chipseal and bituminous mix road surfaces with texture levels between 0.5 to3.5 mm MPD.

f) Cornering Affects – it must be demonstrated that the SCRIM measurements areunaffected by cornering effects, when the road surface is homogeneous across thewheelpaths. At least 10 corners of less than 40m radius should be simultaneouslysurveyed in both left and right wheelpaths. Half of the corners should be left turningand the other half right turning. The mean wheelpath skid resistance for the individualcorners should be combined and averaged and the difference between left and rightwheelpath calculated for left turning corners only, right turning corners only and allcorners combined. The difference between wheelpaths in all cases should not exceed0.03 SC.

g) International Friction Index (IFI) Calculation – this index comprises two values:

F60 which represents wet pavement skid resistance corresponding to a skidding speedof 60km/h. F60 is to be calculated as follows:

−×××+=Sp

sSFCF

60)34202.0(exp8717.003258.060

where:

• s = survey speed in km/h

• SFC = Sideway-force coefficient (SFC) not factored by the Index of SFC(i.e. 0.78 correction factor)

Sp which is the speed constant in km/h. This is a function of MPD texture, and iscalculated as follows:

MPDSp ×+= 71.10474.9

The Contractor must define and demonstrate how the F60 value is calculated andprovide mean IFI values of F60 and Sp derived from the common skid and texturevalidation exercises.

Page 139: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 39 Printed 26/08/02

3Acceptance Criteria

The SCRIM survey equipment is accepted when:

a) the difference in the SC obtained for any combination of two different survey speedsis less than 0.04 SFC for any 10m segment, and

b) the coefficient of variation, Sn%, for each 10m segment is less than or equal to 5%for each series of five repeat measurements, and

c) the average of the segment standard deviations, %S , is less than or equal to 3%, and

d) the r² is greater than or equal to 0.95 when the individual SC values for each segmentare regressed against the mean values, and

e) the bias error from the two sets of five repeats, BEn%, is less than or equal to 2%, and

f) the difference between left and right wheelpath is less than 0.03 SC for any 10msegment, and

g) the temperature correction is demonstrated to be valid for New Zealand conditions,and

h) the speed correction is demonstrated to be valid over the texture range 0.5 to 3.5mmMPD, and

i) it is demonstrated that the average difference between left and right wheelpathcalculated for left turning corners only, right turning corners only and all cornerscombined does not exceed 0.03 SC, and

j) the methodology for calculating the F60 value is satisfactorily demonstrated.

3.1.4.12 Road Geometry Information Validation

Gradient and Crossfall

The validation for the measurement of gradient and crossfall involves:

a) Calibration and Setting Zero Condition – calibration certificates no older than 1year old must be produced to show the performance of the sensor used for crossfall andgradient measurement from ± 20º in 5º increments.

It must be demonstrated that once fitted to the survey vehicle, the zero condition iscorrectly defined and there is no bias in the recorded measurements.

b) Setting Reference Measurements – a reference device capable of measuring to anaccuracy of 0.1% units of slope must be used to obtain the reference values. Thereference instrument is to be nominated by the Contractor and must be approved by theEngineer prior to commencing validation. There must be at least 20 reference valueseach for gradient and crossfall at the validation sites that range from ±12% for gradientand -3 to +10% for crossfall suitable for static and dynamic validation.

Page 140: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 40 Printed 26/08/02

3c) Gradient and Crossfall Measurement – at three different speeds which span the

minimum and maximum expected survey speed the equipment must record thegradient and crossfall over the full length of each validation site at 10m intervals.There must be ten repeat survey runs completed over the validation sites over twoseparate days (5 runs per day) with at least two different vehicle load configurations(eg light and heavy) to check the effects of load transfer.

d) Repeatability and Bias – a moving average of 30m must be used. The overall meanvalue and standard deviation of these readings at each speed and each site must becalculated. Also, the Coefficient of Variation, Standard Deviation, r², and Bias Errorfor each set of five measurements must be calculated according to ProjectSpecification, Clause 3.1.4.7 at each speed and each site.

The Bias Error according to Project Specification, Clause 3.1.4.7 between the twodifferent load configurations must be calculated.

Radius of Curvature

The validation for the measurement of radius of curvature involves:

a) Radius of Curvature Validation – this must be completed by driving the vehiclearound curves of a known radius and comparing measured values with known values.A minimum of 10 curves shall be measured, ranging in diameter from 25m to 300m.

A 30 metre moving average is to be applied to the data. The radius of curvaturemeasuring equipment is validated if all readings are within ± 5% of the actual curveradii at three different speeds which span the minimum and maximum expected surveyspeed.

b) Repeatability and Bias - Curvature (the reciprocal of radius) must be used to measurethe comparison. Readings must be made at 10m intervals. A moving average of 30mmust be used. Bias checks and repeatability measurements must be completedaccording to Project Specification, Clause 3.1.4.7 by comparing the results from twodirectional testing of the validation sections.

Acceptance Criteria

The gradient and crossfall measuring equipment is accepted when:

a) the difference to the reference measurements are within ± 1% units of slope with a30m moving average. Allowances will be made for the differences in the measurementsensor mounting and the reference device configuration, and

b) the coefficient of variation, Sn%, for each 10m segment is less than or equal to 5% foreach series of five repeat measurements, and

c) the average of the segment standard deviations, %S , is less than or equal to 3%, and

Page 141: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 41 Printed 26/08/02

3d) the r² ≥ 0.95 when the individual gradient and crossfall values for each segment are

regressed against the mean values, and

e) the average of all the bias error from the sets of five repeats, BEn%, is less than orequal to 2%, and

f) the bias error between the different load configuration, BEn%, is less than or equal to2%.

The radius of curvature measuring equipment is accepted when:

a) the difference to the reference measurement is ±5%, and

b) the coefficient of variation, Sn%, for each 10m segment is less than or equal to 5% foreach series of five repeat measurements, and

c) the average of the segment standard deviations, %S , is less than or equal to 3%, and

d) the r² ≥ 0.95 when the individual gradient and crossfall values for each segment areregressed against the mean values, and

e) the average of all the bias error from the sets of five repeats, BEn%, is less than orequal to 2%.

3.1.4.13 GPS Validation

The GPS must be validated statically and dynamically by comparing the recorded NewZealand map coordinates at 10 known benchmark positions. These known points may besurvey benchmark positions established and maintained by LINZ, or positions establishedby a registered surveyor.

Repeatability will be tested by completing 10 repeat survey loops over at least five of theknown positions. The 10 loops shall be completed over two days, preferably at differenttimes of the day. The loop shall be a minimum of 5km in length and the known positionsshall be a minimum of 1km apart.

The Contractor must also demonstrate the ability of the inertial system to compensate forloss of GPS signal.

The GPS system is validated when:

• the GPS coordinates are within 5m horizontal and vertical of the reference values, and

• the repeatability shows that the GPS coordinates are within 5m horizontal and verticalfor 90% of all 10m coordinate values, and

• the loss of GPS coverage does not degrade the accuracy of the system at any time.

Page 142: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 42 Printed 26/08/02

33.1.4.14 Distance Measurement Validation

All distance measuring equipment must be validated on an odometer calibration test trackestablished in accordance with Transit New Zealand’s State Highway Distance MarkingManual. If an already established odometer calibration test track is to be used, theContractor must supply confirmation from a Registered Surveyor that the calibration testtrack meets the dimensional tolerances specified in Transit New Zealand’s State HighwayDistance Marking Manual.

The Contractor must then measure the length of the test track at least 5 times with the roadcondition survey equipment. The distance measuring equipment is validated when all themeasurements are within ± 0.05% of the reference distance.

3.1.4.15 Data Format Validation

All data for road groups 1 and 2 must be provided in a format that can be directly loadedinto the Transit RAMM database without the need for further processing or modification.

All data for road groups 3 to 7 must be provided in a format that can be directly loadedinto the WBoPDC RAMM database without the need for further processing ormodification. To demonstrate this the Contractor must process the data and ensure that theprocessed data meets the requirements of the RAMM Input Validation Rules.

3.1.4.16 100 lane km Trial Validation

Following completion of the validation processes detailed above, the survey vehicle mustcomplete a survey of 100 lane km of road. The route of the 100 lane km trial is to beselected by the Engineer, and will encompass all conditions that can be expected duringthe network survey.

The purpose of the 100 lane km trial is to validate the survey equipment and operatorunder normal survey conditions, and to validate the data processing and reportingprocedures. All required data must be collected during the trial and processed. TheContractor must:

a) process the data and ensure the processed data meets the requirements of ProjectSpecification, Clause 3.3

b) provide the data so that the format can be validated by running the RAMM validationroutines

c) provide samples of the required reports, see Project Specification, Clause 3.3

d) provide sufficient raw data to enable the processing algorithms to be validated

e) demonstrate that photographs in the exception report can be matched to the trueposition on the road

Page 143: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 43 Printed 26/08/02

3f) demonstrate how errors are handled, for example out of range errors from lasers,

inconsistencies in measured distance to road furniture etc

g) compare and match the information with other supplied data such as SCRIM eventcodes, see Table 3.3.3

h) demonstrate that all event codes are correctly entered within the locational tolerancedetailed in Project Specification, Clause 3.2.2

i) demonstrate the rubber banding procedures accurately adjust the data to account fordifferences between the measured RS or road length and the true length

j) demonstrate that the output from the survey equipment can be compared with andrelated to the Principal’s historical data

k) demonstrate the geometry systems give similar results when the same section of road istested in both the increasing and decreasing direction

l) demonstrate the GPS system is operating within the locational tolerance by comparingthe recorded coordinates and elevation with those at each reference station or otherknown points

m) complete a field validation to demonstrate that the recorded data matches the actualconditions on the road (eg changes in texture occur at seal joints etc)

3.1.4.17 Validation Report

Following completion of the validation, a full validation report must be prepared andsubmitted to the Engineer for approval. The validation report must:

a) fully define the locations of the validation sites and measurement areas (this includessite diagrams and site photographs)

b) provide log of operators, weather conditions, run identifiers and reasons for aborts

c) report the results of all calibration and validation activities for each site and for the 100lane km trial

d) include copies of all raw and processed data (both from reference devices and from thesurvey equipment)

e) include data from all normal survey functions

f) define the performance of the reference instruments

g) statistically define the variability in the reference measurements

Page 144: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 44 Printed 26/08/02

3h) demonstrate all road condition survey and associated equipment complies with Project

Specification, Clause 3.1

These reports must be accepted by the Engineer prior to the surveys commencing.Approval of the validation report by the Engineer may take up to two weeks.

Following approval of the validation report, the Engineer may, at his sole discretion, allowthe road condition data collected during the 100 lane km trial to be included as part of theroad condition survey data collected in accordance with Project Specification, Clause 3.2.

3.1.5 Monthly Revalidation

Immediately prior to starting each annual survey, on a monthly basis during the surveyperiod, and on completion of the annual survey, the Contractor must:

a) measure and record the pavement condition at two of the validation sections. Fiverepeat runs are to be made on each section.

b) verify the data collection systems remain within defined limits

c) demonstrate the repeatability in the relevant measurement by completing repeatabilityand bias checks on sets of five repeat runs at each repeat validation according toProject Specification, Clause 3.1.4.7.

The revalidation is accepted when:

• the coefficient of variation, Sn%, for each segment (20m for roughness, 10m fortexture and skid resistance) is less than or equal to 5% for each series of five repeatmeasurements, and

• the average of the segment standard deviations, %S , is less than or equal to 3%,and

• the r² is greater than or equal to 0.95 when the individual measurement values foreach segment are regressed against the mean values, and

• the average of the bias errors between the current revalidation and validation resultsimmediately prior to commencing network surveys, BEn%, is less than or equal to2%.

d) report the results to the Engineer. If these surveys show the results are not within thespecified tolerances, the Contractor must describe the actions, including time frame,they will take to address the problem and actions taken to determine the adequacy ofthe data recorded prior to the revalidation.

Page 145: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 45 Printed 26/08/02

33.2 Road Condition Surveys

3.2.1 Scope

Project Specification, Clause 3.2 sets out the specific requirements for each road conditionsurvey.

3.2.2 Location of Work

The Contractor must record and report the route position of all road condition survey datafor road groups 1 and 2 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of reference station lengths. This tolerance equatesto a 55m tolerance on a 15,000m section (ie measured distances between 14,945and 15,055 would be acceptable)

• ±±±±(0.25% x D + 10m), for 95% of reference station lengths

where D = the distance from the nearest reference station marker

The Contractor must record and report the route position of all road condition survey datafor road groups 3 to 7 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of roads

• ±±±±(0.25% x D + 10m), for 95% of roads

where D = the distance from the start of the road as defined in the RAMM database

3.2.3 Surveys

The surveys must:

a) cover 100% of the sealed carriageway sections in road groups 1 to 3 as a continuoussurvey each year

b) cover 100% of the sealed carriageway sections in road groups 4 to 7 as a continuoussurvey in each year a survey is required

c) not start if there is free standing water at the measurement location

d) measure the roughness, rutting, texture, geometry and GPS in the outside lane in bothdirections for all road groups

e) measure the skid resistance in the outside lane in both directions for road groups 1 and2

Page 146: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 46 Printed 26/08/02

33.2.3.1 Distance Measurement

All surveys must start at:

• a reference station (RS) for road groups 1 and 2

• the commencement of a road as defined in the RAMM database for road groups 3 to 7

The start point must be recorded and the distance measuring equipment set to the startpoint distance, usually 0. If the distance measurement at the end of the RS section or roadis not within the specified tolerance, see Project Specification, Clause 3.2.2, the Contractormust re-survey the RS section or road. The re-survey must note any difference in themeasurement point locations.

If the second survey confirms the initial survey, the Contractor must notify the Engineerimmediately. The Contractor must develop a remedial proposal for agreement with theEngineer.

All data collected for each RS or road is to be rubber-banded to adjust for the differencebetween the measured length and the true length.

3.2.3.2 Operation of SCRIM

In conducting the SCRIM survey, the Contractor must be familiar with the principles andoperation of SCRIM and procedures recommended for routine SCRIM Coefficient (SC)measurement as detailed in TRRL Laboratory Report 737 "Measurement of skiddingresistance, Part 1, Guide to the use of SCRIM”, by J.R.Hosking and G.C. Woodford.

3.2.3.3 Water Supply

The Contractor must liaise with all local authorities to obtain the necessary approvals and,if required, consents to obtain water to complete the surveys.

Copies of all approvals and consents must be provided to the Engineer prior to surveywork commencing in an area.

3.2.4 Seasonal Correction Procedure

The Contractor must apply the seasonal correction factor and appropriate climatic zone, asdetermined by Transit’s national SCRIM and texture survey contractor, to allow all surveyresults to be converted to equivalent mean summer SCRIM.

The Contractor must apply the equilibrium SCRIM coefficient correction factor, asdetermined by Transit’s national SCRIM and texture survey contractor, to allow allequivalent mean summer SCRIM results to be converted to equilibrium SCRIM.

Page 147: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 47 Printed 26/08/02

33.3 Data and Exception Reporting

3.3.1 Scope

Project Specification, Clause 3.3 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

3.3.2 Data

All data must be reported to reflect standard practice for countries driving on the LEFT.

All data processing:

a) algorithms must be agreed with the Engineer

b) must be completed in tandem with the surveys. This requirement has been specified toassist identifying any potential problems as early as possible.

3.3.2.1 Description of Roughness, Transverse Profile and Rutting Data

Three levels of data are required, Raw Data, Detailed Data, and Aggregate Data:

a) Raw Data is the record the individual measurements recorded by the equipment andmust:

• be provided in an ASCII delimited format agreed with the Engineer

• have sufficient detail to allow reanalysis to provide the same detailed results

• be stored in individual files by state highway number, reference station, anddirection for road groups 1 and 2

• be stored in individual files by road number, carriageway section and direction forroad groups 3 to 7

b) Detailed Data is the processed raw data summarised to 20m intervals and provided ina form that can be loaded into RAMM. The detailed data must:

• be provided in an ASCII delimited format in the format detailed in Appendix 3.2

• be stored in individual files by state highway number, reference station, anddirection for road groups 1 and 2, as well as a combined file containing all data forstate highways

• be stored in individual files by road number, carriageway section and direction forroad groups 3 to 7, as well as a combined file containing all data for local roads

c) Aggregate Data is the processed raw roughness data summarised to 100m intervalsand provided in a form that can be loaded into RAMM. The aggregate data must:

Page 148: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 48 Printed 26/08/02

3• be provided in an ASCII delimited format in the format detailed in Appendix 3.2

• be stored in individual files by state highway number, reference station, anddirection for road groups 1 and 2, as well as a combined file containing all data forstate highways

• be stored in individual files by road number, carriageway section and direction forroad groups 3 to 7, as well as a combined file containing all data for local roads

3.3.2.2 Description of Skid Resistance and Texture Data

Two levels of data are required, Raw Data and Detailed Data:

a) Raw Data is the record of the individual measurements recorded by the equipment andmust:

• be provided in an ASCII delimited format agreed with the Engineer

• have sufficient detail to allow reanalysis to provide the same detailed results suchas NZMSSC

• be stored in individual files by state highway number, reference station, anddirection for road groups 1 and 2

• be stored in individual files by road number, carriageway section and direction forroad groups 3 to 7

Raw Data is not required for the texture survey. However, sufficient raw data isrequired to validate the processing algorithm, see Project Specification, Clause 3.1.5.

b) Detailed Data is the processed raw data summarised to 10m intervals and provided ina form that can be loaded into RAMM. The detailed data must:

• be provided in an ASCII delimited format in the format detailed in Appendix 3.2

• be stored in individual files by state highway number, reference station, anddirection for road groups 1 and 2, as well as a combined file containing all data forstate highways

• be stored in individual files by road number, carriageway section and direction forroad groups 3 to 7, as well as a combined file containing all data for local roads

3.3.2.3 Minimum Data Requirements for Roughness, Transverse Profile and Rutting

The Contractor must record all data at intervals which will allow calculation of the indicesto the desired degree of accuracy. Data must be stored in database files suitable for usewith other applications. Samples of the data must be provided following the 100 lane kmtrial to enable the formats to be verified and a RAMM data input validation to becompleted. The sampling interval and format of the data files is to be agreed with theEngineer.

The Contractor must supply the following raw and processed data:

Page 149: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 49 Printed 26/08/02

3a) the roughness in each wheel path in IRI (m/km).

b) lane roughness in IRIqc and NAASRA (counts/km),

where NAASRA = 26.49 x lane IRIqc – 1.27

c) the detailed roughness data. This includes the record of specific roadside events, seeTable 3.3.1

d) rut depth, mean, standard deviation, maximum and minimum rut depth under a 2-metrestraight-edge (mm). The measurement system and processing algorithms must correctdata when narrow roads, kerbs or narrow bridges result in the outer sensors measuringartificially high values on both the left and right hand side of the vehicle

e) individual rutting readings binned to give a frequency distribution. Table 3.3.2 sets outthe bins

f) number of metres of shoving within each 20 metre segment

g) electronically evaluate ruling vibration frequency by analysis of RMS power function

h) electronically evaluate primary rotational acceleration by analysis of RMS powerfunction

Table 3.3.1 Event CodesEvent Code Event Description

B Bridge

X Railway Crossing

Z Raised Pedestrian Crossing

H Speed Hump

W Road Works

U Unsealed Road Begins/Ends

G Grid

A Added post survey

Page 150: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 50 Printed 26/08/02

3Table 3.3.2 Rutting Bin Limits

Bin Rut Depth (mm)

1 10 – 19

2 20 – 29

3 30 – 39

4 40 – 49

5 50 – 59

6 60 – 100

7 > 100

3.3.2.4 Minimum Data Requirements for Skid Resistance and Texture

The Contractor must record all data at intervals which will allow calculation of the indicesto the desired degree of accuracy. Data must be stored in database files suitable for usewith other applications. Samples of the all data must be provided following the 100 lanekm trial to enable the formats to be verified and a RAMM data input validation to becompleted. The sampling interval and format of the data files is to be agreed with theEngineer.

The Contractor must supply the following raw and processed data:

a) the raw skid resistance data for the left and right wheelpaths and air and pavementtemperatures

b) the detailed skid resistance data. This includes:

• correction for temperature, speed, gradient, curvature (if required) and seasonnecessary to provide New Zealand Mean Summer Scrim Coefficient

• the record of specific roadside events for identification of the skid site categoriesfor each investigatory level, see Table 3.3.3

• road geometry data, see Appendix 3.2

c) International Friction Index Components – Sp, derived from MPD, and F60, derivedfrom SC (calculated in accordance with Project Specification, Clause 3.1.4.11 g)

d) texture profile depth MPD (mm), standard deviation, maximum and minimum MPD(mm) for each wheelpath and midlane on all chipseal surfaces

e) texture profile depth MPD (mm), standard deviation, maximum and minimum MPD(mm) for each wheelpath and midlane on all asphaltic surfaces

Page 151: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 51 Printed 26/08/02

3f) individual MPD readings binned to give a frequency distribution. Table 3.3.4 sets out

the bins

g) crossfall, gradient and curvature, These must be provided at 10m intervals in theformat agreed with the Engineer. The following sign conventions are to be used forreporting geometry data:

• an uphill slope is a positive gradient

• a positive crossfall value is where the road slopes from the centreline on the rightof the lane downwards to the outside edge of the lane

• a left hand bend has a positive radius

g) differential GPS co-ordinates for the lane centreline provided at 10m intervals. GPScoordinates are to be reported in terms of latitude, longitude and mean sea level, andare to be supplied in the WGS84 datum.

Table 3.3.3 Site Categories and Investigatory LevelsSite

CategoryEventCode

Description InvestigatoryLevel

DemandCategory

A Approaches to Stop Lines – 60m

B Approaches to Give Way Lines (including bothapproaches to one way bridges and the bridge itself)– 60m

C Approaches to Pedestrian Crossing – 60m

D Approaches to Roundabout – 60m

E Approaches to Traffic Light Junction – 60m

1

F Approaches to Railway Crossing – 60m

0.55 High

G Curve (radius < 250m)2

H Down Gradients >10%

0.50 High

I Down Gradients 5-10%

J Approaches to Minor Junction (60m)

M Motorway Junction Area including Ramps

3

O On or Off Ramps (Point Event)

0.45 High

K Long Bridge (> 50m)4

N Undivided Carriageway (event-free)

0.45 Low

Page 152: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 52 Printed 26/08/02

3Table 3.3.4 MPD Bin Limits

Bin MPD (mm) Sand Circle Diameter (mm)

1 > 4.34 < 125

2 4.33 – 2.93 125 – 149

3 2.93 – 2.09 150 – 174

4 2.09 – 1.54 175 – 199

5 1.54 – 1.17 200 – 224

6 1.17 – 0.90 225 – 249

7 0.90 – 0.70 250 – 274

8 0.70 – 0.55 275 – 299

9 0.55 – 0.20 300 – 400

10 < 0.20 > 400

3.3.2.5 Data Delivery

All data (raw and detailed) for each survey must be provided on three sets of CD-ROM’sand accompanied with the following reports:

a) Data Report

b) Trending Report

c) Exception Report

3.3.2.6 Response Times

The response times for data delivery is as follows:

• Benchmarking (Year 1) Data – by 31 March 2003

• Survey Data (road groups 1 to 3) – by 31 March annually, beginning 31 March2004

• Survey Data (road groups 4 to 7, sealed) – by 31 March 2004 and 31 March 2006

3.3.2.7 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new raw and processed data.

Page 153: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 53 Printed 26/08/02

3Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

3.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

3.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) results of compliance monitoring completed

b) monitoring of the level of dropouts observed and explanation if abnormally high

c) data quality check sheets

d) row count summaries

e) distance measurement discrepancies (ie any Reference Stations or roads where themeasured distance was outside the allowed tolerance and actions taken to verify truelength)

f) equipment failures or replacements

g) the actions to address the above problems and steps taken to ensure the quality andreliability of the supplied data

The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

Page 154: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 54 Printed 26/08/02

33.3.3.2 Trending Reports

The Contractor must provide a trending report for each survey that:

a) shows the average roughness and rut depth and standard deviations for each statehighway, for road groups 1 and 2, or road, for road groups 3 to 7

b) shows the average SFC and MPD and standard deviations for each state highway, forroad groups 1 and 2, or road, for road groups 3 to 7

c) compares these results to the previous two surveys

3.3.3.3 Exception Reporting for Roughness, Transverse Profile and Rutting

To provide a record of the “extreme events” the Contractor must:

a) report the locations of all sites (lanes) with:

• a roughness reading of greater than 110 NAASRA for any 100m section on roadgroup 1, sub-group rural

• a roughness reading of greater than 130 NAASRA for any 100m section on roadgroup 2, sub-group rural and road group 3

• a roughness reading of greater than 150 NAASRA for any 100m section on roadgroups 1 and 2, sub-group urban and road groups 4 and 5

• a roughness reading of greater than 175 NAASRA for any 100m section on roadgroups 6 and 7

• a rut depth in either wheelpath greater than 20mm for any 20m section on roadgroups 1 and 2

• a rut depth in either wheelpath greater than 30mm for any 20m section on roadgroups 3 to 7

b) provide a photographic log of each site identified above as having roughness or rutdepth above the threshold levels set. These photographs are to enable conditions at thesites at the time of the survey to be recorded and to allow factors such as detritus whichmay affected the readings to be identified.

Particular emphasis is to be placed on achieving high quality images, using cameratechnology capable of compensating for the different light conditions, and themovement of the survey vehicle. Images should include an overlay showing the datethe image is taken, and preferably also show the roadname and displacement.

Contractor’s innovation in the way that exception reports are presented is encouraged.Preference is given to a report that will enable the images and the data to be viewedand printed together.

c) provide notes on the likely reason for the extreme event.

Page 155: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 55 Printed 26/08/02

33.3.3.4 Exception Reporting for Skid Resistance and Texture

To determine the areas of low skid resistance and texture, and reasons for it, theContractor must:

a) report the locations of all sites (lanes) with:

• an average SFC greater than the threshold level defined for skid resistance as 0.1SFC below the site investigatory level, see Table 3.3.3, for the site investigatorylevels

• MPD in either wheelpath less than the threshold levels in Table 3.3.5

Table 3.3.5: MPD Threshold LevelsRoad Groups Sub-group Threshold (mm)

1, 2 Urban 0.5

1, 2 Rural 0.7

3, 4, 5, 6, 7 Urban 0.7

3, 4, 5, 6, 7 Rural * 0.7

3, 4, 5, 6, 7 Rural ** 0.9

* applicable to carriageway sections with a Mean Free Speed less than 70km/hr

** applicable to carriageway sections with a Mean Free Speed greater than orequal to 70km/hr

The Mean Free Speed is an estimate of the 85th percentile speed. The MeanFree Speed is specified in the RAMM database, in 250m intervals over mostrural sealed roads in road groups 3 to 7.

b) provide a photographic log of each site identified above as having SFC or MPD belowthe threshold levels. These photographs are to enable conditions at the sites at the timeof the survey to be recorded and to identify items such as flushing, bleeding, trackingof binder or other factors such as detritus which may affect the SCRIM and texturereadings.

Photographs are to be provided for all sites that are over 50 metres in length. For longsites, photographs are to be provided at a maximum of 50 metre intervals.

Particular emphasis is to be placed on achieving high quality images, using cameratechnology capable of compensating for the different light conditions, and themovement of the survey vehicle. Images should include an overlay showing the datethe image is taken, and preferably also show the roadname and displacement.

Page 156: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 56 Printed 26/08/02

3Contractor’s innovation in the way that exception reports are presented is encouraged.Preference is given to a report that will enable the images and the data to be viewedand printed together.

c) provide notes on the likely reason for each area of low skid resistance and/or texture.

3.3.3.5 Annual Survey Report

At the completion of each year in which a survey is required, the Contractor shall prepare asurvey report summarising the issues encountered during the survey and actions taken. Thereport should cover:

a) notable events

b) traffic management

c) report of any accidents or incidents

d) public complaints received and actions taken

e) daily operations – eg average daily achievement, operational problems

f) delays due to weather

g) equipment breakdowns

h) summary of validation and monthly revalidation result

i) variations completed

j) quality assurance and non-conformances raised

k) issues relating to data processing

l) results of any special studies completed

m) seasonal correction results

n) summary of recorded length against network length for all RS’s and roads

o) recommendations for changes to future surveys

3.3.3.6 Data Format and Definitions Report

The Contractor shall prepare a full report detailing the survey equipment used, datacollection processes, data formats etc. This report is to be a reference document, withsufficient detail to enable the processed data to be replicated by another survey provider.The report should cover:

Page 157: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 57 Printed 26/08/02

3a) equipment descriptions and specifications

b) spacing of sensors

c) principals of the algorithms used for processing data

d) distance rubber banding procedures

e) sign conventions (e.g. +ve and –ve crossfall)

f) format and description of all raw data

g) factors affecting the results such as filters applied (this may include, for example, theresponse of any filtering showing bandpass response and cutoff frequency detail,whether the transducers are sampled with respect to distance or time).

h) correction procedures that are applied and how

3.3.3.7 Response Times

The response times for reporting are detailed in Project Specification, Clause 2.4.3.

Page 158: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 58 Printed 26/08/02

44. FALLING WEIGHT DEFLECTOMETER

4.1 Equipment

4.1.1 Scope

Project Specification, Clause 4.1 sets out the minimum equipment requirements includingthe calibration and validation requirements for all pavement structure survey equipment.

The Contractor must not commence the pavement structure survey until it has beendemonstrated, to the satisfaction of the Engineer, that the annual calibration, (see ProjectSpecification, Clause 4.1.3) and all validation requirements, (see Project Specification,Clause 4.1.4), have been met.

These reports must be accepted by the Engineer before the pavement structure surveysstart.

4.1.2 Minimum Equipment Specification

4.1.2.1 Pavement Deflection

Table 4.1.1 sets out the minimum requirements for the Falling Weight Deflectometer(FWD) survey equipment. Table 4.1.2 sets out the minimum requirements for GPS.

Table 4.1.3 Minimum Equipment SpecificationParameter Displacement Sensor Load Cell Data Acquisition System

Instrument Type Geophone,Accelerometer orequivalent

Strain Gauged Bridge Supply information inrequired format

Resolution 0.1µm 100N 16 Bit

Measuring Range 0 – 2000µm 7 – 120 kN See Section

Frequency Response DC – 1kHz DC: – 1kHz Sample Rate ≥ 100kHz

Temperature Stability 50 ppm/°C 50 ppm/°C 25 ppm/°C

Operating TemperatureRange

0°C – 50°C 0°C – 50°C 0°C – 50°C

Long Term Drift < 0.25% < 0.25% < 0.002% +/- 1LSB

Repeatability 5µm 0.5% +/- 1LSB

Recorded/displayedresolution

1µm 100N Not applicable

Page 159: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 59 Printed 26/08/02

4Table 4.1.2 Minimum Equipment Specification

Parameter GPS

Instrument Type Differential GPS

Resolution Data to be provided to double precision, or with amin of 12 significant digits, in decimal degrees

Minimum Sampling Interval 10 Hz

Operating Temperature Range 0°C – 40°C

Repeatability 95% of readings within:2.5m Horizontal5m Vertical

In addition to the above requirements the equipment must measure the:

a) distance - the measurement offset (i.e. the distance from the Reference Station forroad groups 1 and 2 or the distance from the start of the road, as defined in the RAMMdatabase, for road groups 3 to 7), must be recorded as a data field along with thedeflection and impact load results

b) loading plate – the load pulse must be applied through a loading plate with a diameterof 300mm. The loading plate must have a rubber pad of at least 5mm. This pad willbe ribbed or be patterned to allow reshaping.

c) pavement condition – the measuring system must facilitate the recording of thepavement condition in the immediate vicinity (within 5 metres) of each measurementlocation. Distress types to be identified include cracking, ravelling, potholes, patching,edge distress and rutting. Up to 15 characters are available to identify the distress type.The form of the descriptor to be used must be agreed with the Engineer

4.1.2.2 Software

The Contractor must have data processing and analysis programs which produce theoutputs specified in Project Specification, Clause 4.3.

The Contractor must ensure that their data acquisition and data processing systems areflexible and have provide additional processing power and data storage capacity to ensurethat additional parameters and functions can be collected or processed should the Principalwish to add these in the future.

4.1.2.3 Data Quality Checks

The data acquisition system must include software to automatically check and identify:

a) Roll-off, the magnitude of the deflection 60 milliseconds after the trigger

Page 160: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 60 Printed 26/08/02

4b) Decreasing Deflections, a check to ensure the deflections decrease with distance from

the impact location

c) Out of Range, a check on the magnitude of the deflection

d) Load Variation, a check that the load is within the specified tolerance

e) Deflection Variation, a check to ensure the normalised Geophone deflections arewithin a specified tolerance

The “LTPP Manual for Falling Weight Deflectometer Measurements; Operational FieldGuidelines, Version 3.1, August 2000” (Published by the US Federal HighwayAdministration) contains a detailed definition of the required quality checks, andprocedures for rejecting data failing these checks. A copy of the LTPP Manual is availablefor download at http://www.tfhrc.gov/pavement/ltpp/resource.htm The equipment softwaremust also contain:

a) automated calibration procedures for the load cell and deflection sensors

b) software for the calculation of modulus to assist with the evaluation of suspect data

4.1.3 Calibration

4.1.3.1 Purpose

The purpose of equipment calibration is to:

a) ensure satisfactory repeatability and reproducibility of the measurements bytraceability to international standards

b) ensure the equipment can measure the data elements to the accuracy defined in thespecification.

c) provide evidence of continuing measurement stability

d) define any limitations of the equipment such as minimum operating temperature

e) define factors influencing the results such as filtering of data, and how the correctionprocedures for these factors are applied.

The FWD calibration comprises two parts:

a) a fully annual traceable Reference Calibration required prior to validation or datacollection commencing

b) a Relative Calibration performed regularly during data collection

Page 161: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 61 Printed 26/08/02

4

4.1.3.2 Annual Reference Calibration

The Reference Calibration for the load cell and deflection sensors must be completedaccording to SHRP/LTPP FWD Calibration Protocol, March 1994 or COST 336 C1-1999and COST 336 C2-1999 or equivalent methods approved by the Engineer.

The Reference Calibration must:

a) be completed at least once a year, a maximum of three months before, and preferablytwo months before the pavement structure surveys start

b) be traceable to international standards

c) include the calibration of all critical measuring equipment (including the load cell andeach of the deflectors)

d) include the calibration of the data acquisition system

e) ensure all temperature measurement sensors are calibrated according to LTPP Manualfor Falling Weight Deflectometer Measurements; Operational Field Guidelines,Version 3.1, August 2000 or COST 336 U5-1999.

A report containing copies of all calibration certificates shall be provided to the Engineerprior to the validation commencing. The calibration certificates must remain current forthe duration of all surveys.

4.1.3.3 Relative Calibration

The Relative Calibration must be completed according to SHRP/LTPP FWD CalibrationProtocol, March 1994 or COST 336 U4-1999 or an equivalent method approved by theEngineer. The purpose of the Relative Calibration is to calibrate the deflection sensorsagainst each other.

The Relative Calibration must:

a) be completed at the start and end of the data collection exercise

b) be completed and reported to the Engineer at weekly intervals during data collection

c) include monitoring the performance of all sensors for drift or change in the outputoutside the acceptable range (see Project Specification, Clause 4.1.2.3). Any sensorsdrifting outside this range must be replaced immediately.

The results of all calibrations must be submitted to the Engineer in the Monthly Reports.

Page 162: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 62 Printed 26/08/02

44.1.3.4 Sensor Monitoring and Re-calibration

If monitoring the performance of all sensors find replacement is necessary, the entiremeasurement system must be recalibrated according to Project Specification, Clause4.1.3.2 before continuing with the surveys, following the replacement.

However, if the replacement sensor is certified to have formed part of a similar ReferenceCalibration, then only a Relative Calibration must be completed according to ProjectSpecification, Clause 4.1.3.3.

4.1.3.5 Equipment Failure

The Contractor must notify the Engineer within 24 hours if equipment failure occurs. Inaddition the Contractor must record the:

a) reasons for failure

b) the road section being tested when the failure occurred

c) actions taken to determine the adequacy of the recorded data before the failure

d) evidence that the replaced or repaired equipment provides output that is consistentwith that prior to the breakdown

On completion of repairs the Engineer reserves the right to request revalidation todemonstrate that the equipment is operating satisfactory.

Similar notification must be given to the Engineer for any repairs or maintenance onvehicle components that could affect the performance of the measuring systems.

4.1.4 Equipment Validation

The pavement structure surveys must not start until the Contractor has completed thevalidation of each of the parameters measured by the FWD, demonstrated compliance withthe validation standards specified in this clause, and approval of the validation report hasbeen given by the Engineer.

The equipment must be operating in normal survey configuration during the validation.The Engineer reserves the right to be present during the validation process and to requestsamples of raw and processed data at any time. All validation data for all functions will bedelivered to the Engineer for independent verification of the validation.

4.1.4.1 Purpose

The purpose of equipment validation is to:

a) confirm the proposed measurement methodology will provide data in the format and tothe quality specified

Page 163: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 63 Printed 26/08/02

4b) maintain consistency of results. This means all survey equipment used for data

collection must be from the same supplier and of the same make for the term of theContract.

4.1.4.2 Acceptance Criteria

Table 4.1.5 sets out the validation acceptance criteria.

Table 4.1.5: Equipment ValidationDeliverable Acceptance Criteria

Validation Report The validation report demonstrates all equipment is validated and roadcondition surveys can start. See Project Specification, Clause 4.1.4.9

Changed Personnel All survey equipment operators are validated. See ProjectSpecification, Clause 4.1.4.3

Deflection Measurement The deflection measurement must meet the requirements of ProjectSpecification, Clause 4.1.4.5

Global Positioning System The GPS output must meet the requirements of Project Specification,Clause 4.1.4.6

Distance Measurement The measured distance must meet the requirements of ProjectSpecification, Clause 4.1.4.7

Data Format All data must meet the requirements of Project Specification, Clause4.1.4.8

Replacement or FaultyEquipment

All replacement or faulty equipment is re-calibrated, and if required,revalidated according to Project Specification, Clause 4.1.3.4

Monthly Validation The monthly revalidation demonstrates that all survey equipmentcomplies with Clause 3.1. See Project Specification, Clause 4.1.5

4.1.4.3 Contractors Personnel

If the Contractor changes the equipment operator(s), the new operator(s) must undergo anappropriate validation exercise, which will be developed in conjunction with the Engineer.The new operator(s) must satisfactory pass the validation exercise before participating inthe pavement structure survey work.

4.1.4.4 Validation Sites

In consultation with the Principal and Engineer, three validation sites will be selectedwithin the Limit of Works. Each validation section must be generally representative of thepavements and different road groups to be surveyed. Of the three validation sections:

Page 164: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 64 Printed 26/08/02

4a) one must exhibit good pavement strength and low deflection (in the order of 500µm at

the load centre) characteristics

b) one must have high deflection (in the order of 1500µm at the load centre)characteristics

c) one must have deflection characteristics between the first two sites

The location of each measurement site must be marked sufficiently well to enable theContractor to return to the sites for revalidation after the data collection exercise iscomplete (see Project Specification, Clause 4.1.5)

4.1.4.5 FWD Validation

At each of the three validation sections the procedure described under COST 336 U2-1999must be performed. The FWD equipment is validated when it is demonstrated that theFWD complies with acceptance criteria in in COST 336 U2-1999, Clause 6.4.

4.1.4.6 GPS Validation

The GPS must be validated statically by comparing the recorded New Zealand mapcoordinates at 10 known benchmark positions. These known points may be surveybenchmark positions established and maintained by LINZ, or positions established by aregistered surveyor.

Repeatability will be tested by completing 10 repeat survey loops over at least five of theknown positions. The 10 loops shall be completed over two days, preferably at differenttimes of the day. The loop shall be a minimum of 5km in length and the known positionsshall be a minimum of 1km apart.

The GPS system is validated when the repeatability shows that 95% of GPS coordinatesare within 2.5m horizontal and 5m vertical of the reference values

4.1.4.7 Distance Measurement Validation

All distance measuring equipment must be validated on an odometer calibration test trackestablished in accordance with Transit New Zealand’s State Highway Distance MarkingManual. If an already established odometer calibration test track is to be used, theContractor must supply confirmation from a Registered Surveyor that the calibration testtrack meets the dimensional tolerances specified in Transit New Zealand’s State HighwayDistance Marking Manual.

The Contractor must then measure the length of the test track at least 5 times with the roadcondition survey equipment. The distance measuring equipment is validated when all themeasurements are within ± 0.05% of the reference distance.

Page 165: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 65 Printed 26/08/02

44.1.4.8 Data Format Validation

All data for road groups 1 and 2 must be provided in a format that can be directly loadedinto the Transit RAMM database without the need for further processing or modification.

All data for road groups 3 to 7 must be provided in a format that can be directly loadedinto the WBoPDC RAMM database without the need for further processing ormodification. To demonstrate this the Contractor must process the data and ensure that theprocessed data meets the requirements of the RAMM Input Validation Rules.

4.1.4.9 Validation Report

Following completion of the validation, a full validation report must be prepared andsubmitted to the Engineer for approval. The validation report must:

a) fully define the locations of the validation sites and measurement areas (this includessite diagrams and site photographs)

b) provide log of operators, weather conditions, run identifiers and reasons for aborts

c) report the results of all calibration and validation activities for each site

d) include copies of all raw and processed data

e) demonstrate all pavement structure survey and associated equipment complies withProject Specification, Clause 4.1

These reports must be accepted by the Engineer prior to the surveys commencing.Approval of the validation report by the Engineer may take up to two weeks.

4.1.5 Monthly Revalidation

Each month during the survey period, and on completion of the data collection, theContractor must measure and record the pavement deflection at each of the sitespreviously used on each of the three validation sections according to the proceduredescribed under COST 336 U3-1999. The results of these tests must be reported to theEngineer within 5 days of the validation being completed.

Page 166: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 66 Printed 26/08/02

44.2 Pavement Structure Surveys

4.2.1 Scope

Project Specification, Clause 4.2 sets out the specific requirements for each pavementstructure survey.

4.2.2 Location of Work

The Contractor must record and report the route position of all pavement structure surveydata for road groups 1 and 2 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of reference station lengths. This tolerance equatesto a 55m tolerance on a 15,000m section (ie measured distances between 14,945and 15,055 would be acceptable)

• ±±±±(0.25% x D + 10m), for 95% of reference station lengths

where D = the distance from the nearest reference station marker

The Contractor must record and report the route position of all pavement structure surveydata for road group 3 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of roads

• ±±±±(0.25% x D + 10m), for 95% of roads

where D = the distance from the start of the road as defined in the RAMM database

4.2.3 Surveys

The surveys must:

a) be completed according to the following specifications so the compliance criteria areachieved:

• ASTM D 4695 – 96 Standard Guide for General Pavement DeflectionMeasurements

• ASTM D 4694 – 96 Standard Test Method for Deflection Measurements with aFalling Weight Type Impulse Load Device

• LTPP Manual for Falling Weight Deflectometer Measurements; Operational FieldGuidelines, Version 3.1, August 2000

b) cover 100% of the sealed carriageway sections in road groups 1 to 3 as a continuoussurvey in each year a survey is required

c) not proceed if there is free standing water (i.e. texture fully covered by water) at themeasurement location

Page 167: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 67 Printed 26/08/02

4d) measure the pavement structure and GPS in the outside wheel track of the left lane in

both directions for all road groups

The equipment must measure the data listed in Table 4.2.1.

Table 4.2.1: Survey RequirementsPavement TypeData Measurement

Chipseal and Non-structuralAsphaltic Concrete

Structural Asphaltic Concrete

Sensor Spacings 0, 200, 300, 450, 600, 750, 900, 1200 and 1500mm from the centreof the impact

Surface Temperature Yes No

Air Temperature Yes Yes

Pavement Temperature No Yes

Target Load 35 kN 50 kN

Loading Cycles 3 3

Test Spacing 200m in each direction

4.2.3.1 Distance Measurement

All surveys must start at:

• a reference station (RS) for road groups 1 and 2

• the commencement of a road as defined in the RAMM database for road group 3

The start point must be recorded and the distance measuring equipment set to the startpoint distance, usually 0. If the distance measurement at the end of the RS section or roadis not within the specified tolerance, see Project Specification, Clause 4.2.2, the Contractormust re-survey the RS section or road. The re-survey must note any difference in themeasurement point locations.

If the second survey confirms the initial survey, the Contractor must notify the Engineerimmediately. The Contractor must develop a remedial proposal for agreement with theEngineer.

All data collected for each RS or road is to be rubber-banded to adjust for the differencebetween the measured length and the true length.

Page 168: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 68 Printed 26/08/02

44.2.3.2 Temperature Measurement

The Contractor must record the pavement surface temperature and the ambienttemperature at each test location at the time of the pavement deflection measurement.

Where a structural asphaltic pavement is encountered then the average pavementtemperature (instead of the surface temperature) must be measured according to LTPPManual for Falling Weight Deflectometer Measurements: Operational Field Guidelines,Version 3.1, August 2000.

Page 169: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 69 Printed 26/08/02

44.3 Data Reporting

4.3.1 Scope

Project Specification, Clause 4.3 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

4.3.2 Data

4.3.2.1 Description of Data

Two levels of data are required, Raw Data and Peak Data:

a) Raw Data is the load and deflection time history, measured by the equipment in thethird or final loading cycle and must:

• be provided in an ASCII delimited format in the format detailed in Appendix 4.2

• have sufficient detail to allow reanalysis to provide the same detailed results

• be stored in individual files by state highway number, reference station, anddirection for road groups 1 and 2

• be stored in individual files by road number, carriageway section and direction forroad groups 3 to 7

b) Peak Data is the peak impact load and the peak deflection bowl data from each sensor,measured by the equipment in the third or final loading cycle. The peak data must:

• be provided in an ASCII delimited format in the format detailed in Appendix 4.2

• be stored in individual files by state highway number, reference station, anddirection for road groups 1 and 2

• be stored in individual files by road number, carriageway section and direction forroad groups 3 to 7

4.3.2.2 Minimum Data Requirements

The Contractor must supply the following raw and processed data:

a) impact peak load measured during the third or final loading cycle to a resolution of100N (N)

b) the pavement deflection from each of the nine sensors measured during the third orfinal loading cycle to a resolution of 1µm and within ±2% of the preceding loadingcycles (µm)

c) pavement and air temperature (°C)

Page 170: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 70 Printed 26/08/02

4d) pavement condition

e) the distance from the start of the reference station or road in accordance with ProjectSpecification, Clause 4.2.3.1 (m)

f) differential GPS co-ordinates at each test location. Co-ordinates are to be recorded interms of latitude, longitude and mean sea level, and in terms of the WGS84 datum.

4.3.2.3 Data Delivery

All data (raw, detailed and peak) for each survey must be provided on three sets of CD-ROM’s and accompanied with the following reports:

a) Data Report

4.3.2.4 Response Times

The response times for data delivery is as follows:

• Benchmarking (Year 1) Data (road group 3) – by 15 June 2003

• Survey Data (road groups 1 and 2) – by 15 June 2005

• Survey Data (road group 3) – by 15 June 2005

4.3.2.5 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new raw and processed data.

Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

4.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

Page 171: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 71 Printed 26/08/02

44.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) results of compliance monitoring completed

b) monitoring of the level of dropouts observed and explanation if abnormally high

c) data quality check sheets

d) row count summaries

e) distance measurement discrepancies (ie any Reference Stations or roads where themeasured distance was outside the allowed tolerance and actions taken to verify truelength)

f) equipment failures or replacements

g) the actions to address the above problems and steps taken to ensure the quality andreliability of the supplied data

The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

4.3.3.2 Annual Survey Report

At the completion of each year in which a survey is required, the Contractor shall prepare asurvey report summarising the issues encountered during the survey and actions taken. Thereport should cover:

a) notable events

b) traffic management

c) report of any accidents or incidents

d) public complaints received and actions taken

e) daily operations – eg average daily achievement, operational problems

f) delays due to weather

g) equipment breakdowns

h) summary of validation and monthly revalidation result

Page 172: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 72 Printed 26/08/02

4i) variations completed

j) quality assurance and non-conformances raised

k) issues relating to data processing

l) results of any special studies completed

m) summary of recorded length against network length for all RS’s and roads

n) recommendations for changes to future surveys

4.3.3.3 Data Format and Definitions Report

The Contractor shall prepare a full report detailing the survey equipment used, datacollection processes, data formats etc. This report is to be a reference document, withsufficient detail to enable the processed data to be replicated by another survey provider.The report should cover:

a) equipment descriptions and specifications

b) spacing of sensors

c) principals of the algorithms used for processing data

d) distance rubber banding procedures

e) format and description of all raw data

f) factors affecting the results such as filters applied

g) correction procedures that are applied and how

4.3.3.4 Response Times

The response times for reporting are detailed in Project Specification, Clause 2.4.3.

Page 173: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Unsealed Structural Condition

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 73 Printed 26/08/02

55. UNSEALED STRUCTURAL CONDITION

5.1 Equipment

5.1.1 Scope

Project Specification, Clause 5.1 sets out the minimum equipment requirements includingthe calibration and validation requirements for all unsealed structural condition surveyequipment.

The Contractor must not commence the unsealed structural condition survey until it hasbeen demonstrated, to the satisfaction of the Engineer, that the validation requirements,(see Project Specification, Clause 5.1.3), have been met.

These reports must be accepted by the Engineer before the unsealed structural conditionsurveys start.

5.1.2 Minimum Equipment Specification

The equipment must measure the:

a) distance - the measurement offset (i.e. the distance from the start of the road, asdefined in the RAMM database), must be recorded according to Project Specification,Clause 5.2.2

5.1.3 Equipment Validation

5.1.3.1 Distance Measurement ValidationAll distance measuring equipment must be validated on an odometer calibration test trackestablished in accordance with Transit New Zealand’s State Highway Distance MarkingManual. If an already established odometer calibration test track is to be used, theContractor must supply confirmation from a Registered Surveyor that the calibration testtrack meets the dimensional tolerances specified in Transit New Zealand’s State HighwayDistance Marking Manual.

The Contractor must then measure the length of the test track at least 5 times with thedistance measuring equipment. The distance measuring equipment is validated when allthe measurements are within ± 0.05% of the reference distance.

5.1.3.2 Data Format Validation

All data must be provided in a format that can be directly loaded into the WBoPDCRAMM database without the need for further processing or modification. To demonstratethis the Contractor must process the data and ensure that the processed data meets therequirements of the RAMM Input Validation Rules.

Page 174: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Unsealed Structural Condition

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 74 Printed 26/08/02

55.2 Unsealed Structural Condition Surveys

5.2.1 Scope

Project Specification, Clause 5.2 sets out the specific requirements for each unsealedstructural condition survey.

5.2.2 Location of Work

The Contractor must record and report the route position of all unsealed structuralcondition survey data to an accuracy of :

• ±±±±(0.3% x D + 50m), for 100% of roads

• ±±±±(0.25% x D + 25m), for 95% of roads

where D = the distance from the start of the road as defined in the RAMM database.

Three test pits are to be established across the carriageway at each test location, onelocated in the “worn” left wheel path of each lane and one located at the road centreline.

Test locations shall be at varying spacings according to Table 5.2.1.

Table 5.2.1: Test LocationsCarriageway Section

LengthNo. of Test Locations Required Distance along Carriageway

Section in Increasing Displacement

Less than 1000m 1 500m

Greater than 1000m1000

LengthSectionyCarriagewa

(rounded to nearest whole number)

First Test Location

LocationsTestofNo

LengthSectionyCarriagewa

.2 ×

Subsequent Test Locations

LocationsTestofNo

LengthSectionyCarriagewa

.

For the avoidance of doubt, a 3.5km unsealed carriageway section requires four testlocations at 438m, 1313m, 2188m and 3063m respectively, from the start of the unsealedcarriageway section.

Page 175: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Unsealed Structural Condition

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 75 Printed 26/08/02

55.2.3 Surveys

The surveys must:

a) cover 100% of the unsealed carriageway sections in road groups 3 to 7 each year asurvey is required

5.2.3.1 Distance Measurement

All distance measurement must start at the commencement of a road as defined in theRAMM database.

Page 176: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Unsealed Structural Condition

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 76 Printed 26/08/02

55.3 Data Reporting

5.3.1 Scope

Project Specification, Clause 5.3 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

5.3.2 Data

5.3.2.1 Description of Data

Data must:

a) be stored in individual files by road number, carriageway section and displacement

5.3.2.2 Minimum Data Requirements

Data must be stored in database files suitable for use with other applications. The formatof the data files must be based on the RAMM Data Input trial and agreed with theEngineer.

The Contractor must supply the following data:

a) the depth of the metal from the running surface to the effective subgrade for each testpit, recorded to the nearest 10mm.

The maximum depth of any pit is to be taken as 400mm. If the subgrade is notencountered after 400mm, then a 400mm pavement depth is to be assumed.

b) the test pit location on the road cross-section (I, D, C)

5.3.2.3 Data Delivery

All data for each survey must be provided on three sets of CD-ROM’s and accompaniedwith the following reports:

a) Data Report

5.3.2.4 Response Times

The response times for data delivery is as follows:

• Benchmarking (Year 1) Data – by 31 March 2003

• Survey Data – by 31 March 2004 and 31 March 2006

Page 177: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Unsealed Structural Condition

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 77 Printed 26/08/02

55.3.2.5 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new raw data.

Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

5.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

5.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) distance measurement discrepancies (ie any roads where the measured distance wasoutside the allowed tolerance and actions taken to verify true length)

b) the actions to address the above problems and steps taken to ensure the quality andreliability of the supplied data

The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

Page 178: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 78 Printed 26/08/02

66. DUST GENERATION

6.1 Equipment

6.1.1 Scope

Project Specification, Clause 6.1 sets out the minimum equipment requirements includingthe calibration and validation requirements for all dust generation survey equipment.

The Contractor must not commence the dust generation survey until it has beendemonstrated, to the satisfaction of the Engineer, that the calibration, (see ProjectSpecification, Clause 6.1.3) and all validation requirements, (see Project Specification,Clause 6.1.4), have been met.

These reports must be accepted by the Engineer before the dust generation surveys start.

6.1.2 Minimum Equipment Specification

6.1.2.1 Air Sampling Unit

The air sampling equipment used to complete the specified dust generation surveys mustbe RFPS-1298-126 compliant for measurement of concentrations of road dust particlesless than 10microns of aerodynamic diameter (PM-10). The air sampling equipment mustbe capable of calculating and displaying the standard sampled air volume based on realtime adjustments for deviation from reference standard temperature of 273°K andreference standard pressure of 101.3kPa.

In addition to the above requirements the equipment must measure the:

a) location - the measurement location must be recorded according to ProjectSpecification, Clause 6.2.2. The measurement location is the distance from the start ofthe road, or other reference agreed with the Engineer, and the offset from the roadedge.

b) wind speed – the measuring system must facilitate the recording of wind speed

c) dust weight – the measuring system must facilitate the recording of the weight of dustcollected during the survey

6.1.2.2 Traffic Monitoring Equipment

The traffic monitoring equipment used to complete the specified dust generation surveysmust measure the:

a) traffic type – the measuring system must facilitate the recording of the number ofvehicles, number of axles per vehicle and the vehicle type in accordance with theDKW Vehicle Classification System

b) traffic speed – the measuring system must facilitate the recording of traffic speed

Page 179: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 79 Printed 26/08/02

66.1.3 Calibration

6.1.3.1 Purpose

The purpose of equipment calibration is to:

a) ensure satisfactory repeatability and reproducibility of the measurements bytraceability to international standards

b) ensure the equipment can measure the data elements to the accuracy defined in thespecification.

c) provide evidence of continuing measurement stability

d) define any limitations of the equipment

e) define factors influencing the results such as filtering of data, and how the correctionprocedures for these factors are applied.

6.1.3.2 Site Calibration

The calibration of the air pump of all air sampling units must be completed in accordancewith the manufacturers instructions or an equivalent method agreed with the Engineer.

The calibration must be performed at the survey site immediately prior to and followingeach measurement, using an instrument capable of measuring flow rates similar to therange of the air sampling unit with an accuracy of ±1.0%

All other equipment used for data collection and or validation must:

a) have current and appropriate calibration certificates traceable to international referencestandards relevant to the type of measurement undertaken. The calibration must remaincurrent for the duration of each survey

b) be calibrated at least once a year and a maximum of six months before, and preferablyone month before the dust generation survey starts

Measuring systems for which fully traceable reference calibration certificates must beprovided include, but are not restricted to:

a) the data acquisition systems

b) the analytical balance. The balance must be calibrated to ±0.001g.

c) all temperature measurement sensors. These sensors must be calibrated to ±0.5oC.

d) all atmospheric pressure measurement sensors. These sensors must be calibrated to±0.1kPa.

Page 180: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 80 Printed 26/08/02

6e) the cup anemometer. The anemometer must be calibrated to ±0.1ms-1.

A report containing copies of all calibration certificates shall be provided to the Engineerprior to the validation commencing.

6.1.3.3 Sensor Monitoring and Re-calibration

All sensors and other measuring systems must be monitored during the surveys. Ifreplacement components such as sensor are required, the replacement component must beprovided with a calibration certificate according to Project Specification, Clauses 6.1.3.2prior to the survey recommencing.

6.1.3.4 Equipment Failure

The Contractor must notify the Engineer within 24 hours if equipment failure occurs. Inaddition the Contractor must record the:

a) reasons for failure

b) the survey site being tested when the failure occurred

c) actions taken to determine the adequacy of the recorded data before the failure

d) evidence that the replaced or repaired equipment provides output that is consistentwith that prior to the breakdown

On completion of repairs the Engineer reserves the right to request revalidation todemonstrate that the equipment is operating satisfactory.

6.1.4 Equipment Validation

6.1.4.1 Contractors Personnel

If the Contractor changes the equipment operator(s), the new operator(s) must undergo anappropriate validation exercise, which will be developed in conjunction with the Engineer.The new operator(s) must satisfactory pass the validation exercise before participating inthe dust generation survey work.

Page 181: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 81 Printed 26/08/02

6

6.2 Dust Generation Surveys

6.2.1 Scope

Project Specification, Clause 6.2 sets out the specific requirements for each dustgeneration survey.

6.2.2 Location of Work

The Contractor must record and report:

a) the route position of all dust generation survey sites to an accuracy of:

• ±±±±(0.3% x D + 50m)

where D = the distance from the start of the road as defined in the RAMM database.

b) the offset of the survey site from the road edge to an accuracy of ±±±±0.2m

All survey sites must be located 5m from the edge of the road.

The exact survey sites will be specified by the Engineer but should generally:

a) be on flat terrain and a straight road section

b) avoid intersections and traffic disturbances

6.2.3 Surveys

The surveys must:

a) be performed on the unsealed network as, where and when directed by the Engineer

b) be performed over a continuous 4 hour period at each survey site

c) only be performed in calm weather and light wind after a sustained dry period and in aforecast settled weather pattern to allow approximately 5 days of testing

6.2.3.1 Distance Measurement

All distance measurement must start at the commencement of a road as defined in theRAMM database.

The start point must be recorded and the distance measuring equipment set to the startpoint distance, usually 0.

Page 182: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 82 Printed 26/08/02

66.2.3.2 Sample Integrity

Filters must be packed in a suitable container designed to prevent sample damage in transitprior to being delivered to a laboratory for weighing.

The same analytical balance must be used to weigh filters before and after sampling.

Page 183: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 83 Printed 26/08/02

66.3 Data Reporting

6.3.1 Scope

Project Specification, Clause 6.3 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

6.3.2 Data

6.3.2.1 Minimum Data Requirements

The Contractor must supply the following data:

a) survey start and finish times

b) mass of PM-10 particles collected on the filter, determined as:

abs MMM −=

where:

• Ms = mass of PM-10 found on the sample filter (mg)

• Ma = mass of the clean filter before sampling (mg)

• Mb = mass of the filter after sampling (mg)

c) concentration of PM-10 pollutants, determined as:

24×=

std

s

V

MC (mg/m3/hr)

where:

• Ms = mass of PM-10 found on the sample filter (mg)

• Vstd = standard sampled volume adjusted for meteorological parameters (m3)

d) ambient air temperature (oC)

e) atmospheric pressure (kPa)

f) wind speed (ms-1)

g) meteorological events (e.g. rainfall)

h) number of vehicles by vehicle classification type

i) distribution of vehicle speeds by vehicle classification type

Page 184: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 84 Printed 26/08/02

66.3.2.2 Data Delivery

All data for each survey must be provided to the Engineer and accompanied with thefollowing reports:

a) Data Report

6.3.2.3 Response Times

The response times for data delivery is as follows:

• Survey Data – within one week of survey completion

6.3.2.4 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new raw and processed data.

Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

6.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

6.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) results of compliance monitoring completed

b) equipment failures or replacements

Page 185: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 85 Printed 26/08/02

6c) the actions to address the above problems and steps taken to ensure the quality and

reliability of the supplied data

The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

6.3.3.2 Data Format and Definitions Report

The Contractor shall prepare a full report detailing the survey equipment used, datacollection processes, data formats etc. This report is to be a reference document, withsufficient detail to enable the processed data to be replicated by another survey provider.The report should cover:

a) equipment descriptions and specifications

b) format and description of all raw data

c) correction procedures that are applied and how

6.3.3.3 Response Times

The response times for reporting are detailed in Project Specification, Clause 2.4.3.

Page 186: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 86 Printed 26/08/02

77. HIGH SPEED LUX

7.1 Equipment

7.1.1 Scope

Project Specification, Clause 7.1 sets out the minimum equipment requirements includingthe calibration and validation requirements for all high speed lux survey equipment.

The Contractor must not commence the high speed lux survey until it has beendemonstrated, to the satisfaction of the Engineer, that the calibration, (see ProjectSpecification, Clause 7.1.3) and all validation requirements, (see Project Specification,Clause 7.1.4), have been met.

These reports must be accepted by the Engineer before the high speed lux surveys start.

7.1.2 Minimum Equipment Specification

7.1.2.1 High Speed Lux

Table 7.1.1 sets out the minimum requirements for the high speed lux survey equipment.The equipment must be capable of recording and processing all data in tandem with thesurveys.

Table 7.1.1 Minimum Equipment SpecificationParameter Illuminance Sensor Data Acquisition System

Instrument Type Photoelectric cell Supply data in required format

Resolution 0.1 lux 10 Bit

Measuring Range 0 – 50 lux > Sensor Output

Frequency Response DC: - 100kHz > Sensor Output

Temperature Stability 50 ppm/°C 25 ppm/°C

Operating Temperature Range 0°C – 50°C 0°C – 50°C

Long Term Drift <0.25% <0.002%+/- 1LSB

Repeatability <5% <3%

In addition to the above requirements the equipment must measure the:

a) distance - the measurement offset (i.e. the distance from the start of the road, asdefined in the RAMM database must be recorded according to Project Specification,Clause 7.2.2

b) location points – the measuring system must facilitate the recording of sources of lightinterference including local signage, park and car park illumination, shop window

Page 187: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 87 Printed 26/08/02

7lighting, building security lights and trees. The form of the descriptor to be used mustbe agreed with the Engineer.

7.1.2.2 Software

The Contractor must have data processing and analysis programs which produce theoutputs specified in Project Specification, Clause 7.3.

The Contractor must ensure that their data acquisition and data processing systems areflexible and provide additional processing power and data storage capacity to ensure thatadditional parameters and functions can be collected or processed should the Principalwish to add these in the future.

7.1.3 Calibration

7.1.3.1 Purpose

The purpose of equipment calibration is to:

a) ensure satisfactory repeatability and reproducibility of the measurements bytraceability to international standards

b) ensure the equipment can measure the data elements to the accuracy defined in thespecification.

c) provide evidence of continuing measurement stability

d) define any limitations of the equipment such as minimum or maximum operatingspeed

e) define factors influencing the results such as filtering of data, and how the correctionprocedures for these factors are applied.

7.1.3.2 Annual Calibration

The calibration of the photocell must be completed by the manufacturer using a precisestandard tungsten light source of 2,856°K.

All equipment used for data collection and or validation must:

a) have current and appropriate calibration certificates traceable to international referencestandards relevant to the type of measurement undertaken. The calibration must remaincurrent for the duration of each survey

b) be calibrated at least once a year and a maximum of three months before, andpreferably one month before the high speed lux surveys start

Page 188: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 88 Printed 26/08/02

7Measuring systems for which fully traceable reference calibration certificates must beprovided include, but are not restricted to:

a) the photoelectric cell used to measure light levels

b) the data acquisition systems

c) distance measuring systems

d) all equipment used for reference measurements in the validation

A report containing copies of all calibration certificates shall be provided to the Engineerprior to the validation commencing.

7.1.3.3 Daily Calibration

Daily calibration involves equipment that must be calibrated daily during each survey toensure all equipment operates satisfactorily. Daily calibration includes factors such as:

a) photoelectric cell measurement

b) photoelectric cell correction for background light levels due to reflection by low ordense cloud

c) tyre condition, pressure and wear

d) distance, sensor mounting configuration

e) general system operational checks

7.1.3.4 Sensor Monitoring and Re-calibration

All sensors and other measuring systems must be monitored during the surveys. Ifreplacement components such as sensors are required, the replacement component must beprovided with a calibration certificate according to Project Specification, Clause 7.1.3.2prior to the survey recommencing.

7.1.3.5 Equipment Failure

The Contractor must notify the Engineer within 24 hours if equipment failure occurs. Inaddition the Contractor must record the:

a) reasons for failure

b) the road section being tested when the failure occurred

c) actions taken to determine the adequacy of the recorded data before the failure

Page 189: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 89 Printed 26/08/02

7d) evidence that the replaced or repaired equipment provides output that is consistent

with that prior to the breakdown

On completion of repairs the Engineer reserves the right to request revalidation todemonstrate that the equipment is operating satisfactory.

Similar notification must be given to the Engineer for any repairs or maintenance onvehicle components that could affect the performance of the measuring systems.

7.1.4 Equipment Validation

The high speed lux surveys must not start until all equipment is validated and approval isgiven by the Engineer.

The equipment must be operating in normal survey configuration during the validation.The Engineer reserves the right to be present during the validation process and to requestsamples of raw and processed data at any time. All validation data for all functions will bedelivered to the Engineer for independent verification of the validation.

7.1.4.1 Purpose

The purpose of equipment validation is to:

a) confirm the proposed measurement methodology will provide data in the format and tothe quality specified

b) maintain consistency of results. This means all survey equipment used for datacollection must be from the same supplier and of the same make for the term of theContract.

If the Contractor uses different equipment for each survey or parts of each survey thenthey must demonstrate all equipment gives equivalent results under New Zealandconditions.

Page 190: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 90 Printed 26/08/02

77.1.5 Acceptance Criteria

Table 7.1.2 sets out the validation acceptance criteria.

Table 7.1.2: Equipment ValidationDeliverable Acceptance Criteria

Validation Report The validation report demonstrates all equipment is validated and thehigh speed lux surveys can start. See Project Specification, Clause7.1.4.7

Changed Personnel All survey equipment operators are validated. See ProjectSpecification, Clause 7.1.4.3

Light Measurement The lux data at each validation section must meet the requirementsof Project Specification, Clause 7.1.4.4

Distance Measurement The measured distance must meet the requirements of ProjectSpecification, Clause 7.1.4.5

Data Format All data for must meet the requirements of Project Specification,Clause 7.1.4.6

Replacement or FaultyEquipment

All replacement or faulty equipment is re-calibrated, and if required,revalidated according to Project Specification, Clause 7.1.3.4

7.1.5.1 Contractors Personnel

If the Contractor changes the equipment operator(s), the new operator(s) must undergo anappropriate validation exercise, which will be developed in conjunction with the Engineer.The new operator(s) must satisfactory pass the validation exercise before participating inthe high speed lux survey work.

7.1.5.2 Light Measurement Validation

Reference Measurements

Reference Device – the reference device is a 12v tungsten light source fitted inside a lightproof box. The Contractor must supply this device. The device must be approved by theEngineer before the validation commences.

Survey Equipment Measurements

Verification of the output from the photoelectric cell against the reference device shouldbe undertaken.

Acceptance Criteria

The photoelectric cell is accepted when:

Page 191: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 91 Printed 26/08/02

7a) the photoelectric cell reads 0 lux when the tungsten light source is turned off, and

b) the photoelectric cell reads between 49.975 lux and 50.025 lux when the tungsten lightsource is turned on

7.1.5.3 Distance Measurement Validation

All distance measuring equipment must be validated on an odometer calibration test trackestablished in accordance with Transit New Zealand’s State Highway Distance MarkingManual. If an already established odometer calibration test track is to be used, theContractor must supply confirmation from a Registered Surveyor that the calibration testtrack meets the dimensional tolerances specified in Transit New Zealand’s State HighwayDistance Marking Manual.

The Contractor must then measure the length of the test track at least 5 times with the roadcondition survey equipment. The distance measuring equipment is validated when all themeasurements are within ± 0.05% of the reference distance.

7.1.5.4 Data Format Validation

All data must be provided in a format that can be directly loaded into the WBoPDCRAMM (SLIM) database without the need for further processing or modification. Todemonstrate this, the Contractor must process the data and ensure that the processed datameets the requirements of the RAMM (SLIM) Input Validation Rules.

7.1.5.5 Validation Report

Following completion of the validation, a full validation report must be prepared andsubmitted to the Engineer for approval. The validation report must:

a) provide log of operators, weather conditions, run identifiers and reasons for aborts

b) report the results of all calibration and validation activities

c) include copies of all raw and processed data

d) include data from all normal survey functions

e) demonstrate all high speed lux survey and associated equipment complies with ProjectSpecification, Clause 7.1

These reports must be accepted by the Engineer prior to the surveys commencing.Approval of the validation report by the Engineer may take up to two weeks.

Page 192: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 92 Printed 26/08/02

77.2 High Speed Lux Surveys

7.2.1 Scope

Project Specification, Clause 7.2 sets out the specific requirements for each high speed luxsurvey.

7.2.2 Location of Work

The Contractor must record and report the route position of all high speed lux survey datafor road groups 1 and 2 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of reference station lengths. This tolerance equatesto a 55m tolerance on a 15,000m section (ie measured distances between 14,945and 15,055 would be acceptable)

• ±±±±(0.25% x D + 10m), for 95% of reference station lengths

where D = the distance from the nearest reference station marker

The Contractor must record and report the route position of all high speed lux survey datafor road groups 3 to 7 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of roads

• ±±±±(0.25% x D + 10m), for 95% of roads

where D = the distance from the start of the road as defined in the RAMM database

7.2.3 Surveys

The surveys must:

a) be performed in the Waihi Beach, Athenree, Ongare Point, Katikati, Omokoroa, TePuke, Maketu, Pukehina, Te Puke Rural, Welcome Bay, Tauranga Rural, Te Puna, PioShores and Bowentown communities

b) not be performed in wet weather or foggy conditions to avoid light dissipation andspray influencing the results

c) be performed between sunset and sunrise to prevent sunlight residue lifting thebackground light level. Moonlight has a different wavelength to daylight and itsinfluence on the survey results can be discounted.

Page 193: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 93 Printed 26/08/02

77.2.3.1 Distance Measurement

All surveys must start at:

• a reference station (RS) for road groups 1 and 2

• the commencement of a road as defined in the RAMM database for road groups 3 to 7

The start point must be recorded and the distance measuring equipment set to the startpoint distance, usually 0. If the distance measurement at the end of the RS section or roadis not within the specified tolerance, see Project Specification, Clause 7.2.2, the Contractormust re-survey the RS section or road. The re-survey must note any difference in themeasurement point locations.

If the second survey confirms the initial survey, the Contractor must notify the Engineerimmediately. The Contractor must develop a remedial proposal for agreement with theEngineer.

7.2.3.2 Equipment Configuration

The photoelectric cell must be mounted on the vehicle roof at the base of a low conicalshroud, 1.5m above ground level and on the drivers eyeline. The photoelectric cell shouldbe mounted such that it is not shaded by any part of the vehicle and is not prone to unduevibration or shock.

The photoelectric cell must be approximately 0.5m from the road centreline throughout thesurvey.

Page 194: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 94 Printed 26/08/02

77.3 Data and Exception Reporting

7.3.1 Scope

Project Specification, Clause 7.3 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

7.3.2 Data

All data processing:

a) algorithms must be agreed with the Engineer

b) must be completed in tandem with the surveys. This requirement has been specified toassist identifying any potential problems as early as possible.

7.3.2.1 Description of Data

Two levels of data are required, Raw Data and Aggregate Data:

a) Raw Data is the record the individual measurements recorded by the equipment andmust:

• be provided in an ASCII delimited format agreed with the Engineer

• have sufficient detail to allow reanalysis to provide the same detailed results

• be stored in individual files by community, road sub-group (function), statehighway number, reference station and direction for road groups 1 and 2

• be stored in individual files by community, road sub-group (function), road numbercarriageway section and direction for road groups 3 to 7

b) Aggregate Data is the processed raw data summarised over RAMM road lengths andprovided in a form that can be loaded into RAMM. The aggregate data must:

• be provided in an ASCII delimited format agreed with the Engineer

• be stored in individual files by community, road sub-group (function), statehighway number, reference station and direction for road groups 1 and 2, as well asa combined file containing all data

• be stored in individual files by community, road sub-group (function), road numbercarriageway section and direction for road groups 3 to 7, as well as a combined filecontaining all data

Page 195: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 95 Printed 26/08/02

77.3.2.2 Minimum Data Requirements

Data must be stored in database files suitable for use with other applications. The formatof the data files must be based on the RAMM Data Input trial and agreed with theEngineer.

The Contractor must supply the following raw and processed data:

a) raw illuminance values (lux)

b) average illuminance values per community by collector, residential and industrial roadsub-group (lux)

c) maximum illuminance values by collector, residential and industrial road sub-group(lux)

d) light source correction factor for each lamp in calculation of aggregate data. Table7.3.1 sets out light source correction factors.

Table 7.3.1 Light Source Correction FactorsLight Source Correction Factor

Mercury Vapour 1.14

Fluorescent Lamp 1.08

Sodium Lighting (LPS and HPS) 1.22

Metal Halide 1.00

7.3.2.3 Data Delivery

All data (raw and aggregate) for each survey must be provided on three sets of CD-ROM’sand accompanied with the following reports:

a) Data Report

b) Trending Report

c) Exception Report

7.3.2.4 Response Times

The response times for data delivery is as follows:

• Benchmarking (Year 1) Data – by 31 March 2003

• Survey Data – by 31 March 2005

Page 196: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 96 Printed 26/08/02

77.3.2.5 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new raw and processed data.

Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

7.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

7.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) results of compliance monitoring completed

b) monitoring of the level of dropouts observed and explanation if abnormally high

c) data quality check sheets

d) row count summaries

e) distance measurement discrepancies (ie any Reference Stations or roads where themeasured distance was outside the allowed tolerance and actions taken to verify truelength)

f) equipment failures or replacements

g) the actions to address the above problems and steps taken to ensure the quality andreliability of the supplied data

Page 197: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 97 Printed 26/08/02

7The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

7.3.3.2 Trending Reports

The Contractor must provide a trending report for each survey that:

a) shows the average illuminance and standard deviations for each community by roadsub-group (function)

b) compares these results to the previous two surveys

7.3.3.3 Exception Reporting

To provide a record of the “extreme events” the Contractor must:

a) report the locations of all sites (lanes) with:

• an illuminance of greater than 20 lux in road sub-group collector

• an illuminance of greater than 12 lux in road sub-group residential

• an illuminance of greater than 35 lux in road sub-group industrial

b) provide notes on the likely reason for the extreme event.

7.3.3.4 Annual Survey Report

At the completion of each year in which a survey is required, the Contractor shall prepare asurvey report summarising the issues encountered during the survey and actions taken. Thereport should cover:

a) notable events

b) traffic management

c) report of any accidents or incidents

d) public complaints received and actions taken

e) daily operations – eg average daily achievement, operational problems

f) delays due to weather

g) equipment breakdowns

h) summary of validation

i) variations completed

Page 198: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 98 Printed 26/08/02

7j) quality assurance and non-conformances raised

k) issues relating to data processing

l) results of any special studies completed

m) summary of recorded length against network length for all RS’s and roads

n) recommendations for changes to future surveys

7.3.3.5 Data Format and Definitions Report

The Contractor shall prepare a full report detailing the survey equipment used, datacollection processes, data formats etc. This report is to be a reference document, withsufficient detail to enable the processed data to be replicated by another survey provider.The report should cover:

a) equipment descriptions, specifications and configuration

b) principles of the algorithms used for processing data

c) distance rubber banding procedures

d) format and description of all raw data

e) correction procedures that are applied and how

7.3.3.6 Response Times

The response times for reporting are detailed in Project Specification, Clause 2.4.3.

Page 199: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 RAMM Condition Rating

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 99 Printed 26/08/02

88. RAMM CONDITION RATING

8.1 Equipment

8.1.1 Scope

Project Specification, Clause 8.1 sets out the minimum equipment requirements includingthe calibration and validation requirements for all RAMM condition rating surveyequipment.

The Contractor must not commence the RAMM condition rating survey until it has beendemonstrated, to the satisfaction of the Engineer, that the calibration, (see ProjectSpecification, Clause 8.1.2) and all validation requirements, (see Project Specification,Clause 8.1.3), have been met.

8.1.2 Validation

8.1.2.1 Personnel

All personnel completing RAMM condition rating surveys shall be suitably qualified andshall have attended a road condition rating workshop approved by the Engineer, within theprevious 24 months.

Copies of rating accreditation certificates must be provided to the Engineer prior to surveywork commencing.

8.1.2.2 Data Format Validation

All data for road groups 1 and 2 must be provided in a format that can be directly loadedinto the Transit RAMM database without the need for further processing or modification.

All data for road groups 3 to 7 must be provided in a format that can be directly loadedinto the WBoPDC RAMM database without the need for further processing ormodification. To demonstrate this the Contractor must process the data and ensure that theprocessed data meets the requirements of the RAMM Input Validation Rules.

Page 200: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 RAMM Condition Rating

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 100 Printed 26/08/02

88.2 RAMM Condition Rating Surveys

8.2.1 Scope

Project Specification, Clause 8.2 sets out the specific requirements for each RAMMcondition rating survey.

8.2.2 Surveys

8.2.2.1 Road Condition Rating

The road condition rating surveys must:

a) for road groups 1 and 2, be completed in accordance with the version of the TransfundNew Zealand Road Condition Rating Manual current at the time of tender, exceptwhere modified by Transit New Zealand to exclude rutting and flushing and amend thesurface water channel procedure

b) for road groups 3 to 7, be completed in accordance with the version of the TransfundNew Zealand Road Condition Rating Manual current at the time of tender

c) cover 10% of the sealed carriageway sections each year in each of the road groups tobe surveyed

d) cover 10km of the unsealed carriageway sections in road groups 3 to 7 each month,combined into a single survey length of 120km each year

8.2.2.2 Footpath Condition Rating

The footpath condition rating surveys must:

a) be completed in accordance with Project Specification, Clause 8.2.2.2 andsupplemented by the definitions and descriptions in the New Zealand National RoadsBoard Road Condition Rating Manual June 1988

b) cover 100% of all footpaths in the Waihi Beach, Athenree, Pios Beach, Tanners Point,Ongare Point, Katikati, Omokoroa, Te Puke, Maketu, Paengaroa, Pukehina and ruralcommunities each year, irrespective of road group

The question that the rater must ask is; could this footpath present a hazard to pedestriantraffic?

A brief review of faults to be inspected for are as follows:

SettlementDefinition - Concrete footpaths > 10 mm deep

- Seal/asphalt footpaths > 20 mm deep

Page 201: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 RAMM Condition Rating

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 101 Printed 26/08/02

8Assessment - No settlement 0

- Minor settlement 3- Major settlement 5

BumpsDefinition - Concrete footpaths > 10 mm high

- Seal/asphalt footpaths > 20 mm high

Assessment - No bumps 0- Minor bumps 3- Major bumps 5

DepressionsDefinitions - Concrete footpaths > 10 mm deep

- Seal/asphalt footpaths > 20 mm deep

Assessment - No depressions 0- Minor depressions 3- Major depressions 5

CrackedDefinition - There must be a minimum of 2 cracks within 2m, except where

there is a single crack with an opening of greater than 10mm.

Assessment - No cracking 0- Minor cracking 3- Major cracking 5

Each footpath section shall have a length to be replaced recorded (0m is acceptable).

A fault shall be recorded against all sections where replacement length > 0 (each fault shallhave a number (0, 3, 5) and the fault is relative only to the length to be replaced).

No length replaced equals no faults.

Page 202: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 RAMM Condition Rating

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 102 Printed 26/08/02

88.3 Data Reporting

8.3.1 Scope

Project Specification, Clause 8.2 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

8.3.2 Data

8.3.2.1 Description of Data

Data must:

a) be provided in an ASCII delimited format agreed with the Engineer

b) be stored in individual files by state highway number, reference station, andcarriageway section for road groups 1 and 2

c) be stored in individual files by road number and carriageway section for road groups 3to 7.

8.3.2.2 Minimum Data Requirements

The sampling methodology is to be agreed with the Engineer.

The Contractor must supply the following data for road groups 1 and 2:

a) all information required for sealed roads by the Transfund New Zealand RoadCondition Rating Manual current at the time of tender, except where modified byTransit New Zealand to exclude rutting and flushing

The Contractor must supply the following data for road groups 3 to 7:

a) all information required for sealed roads by the Transfund New Zealand RoadCondition Rating Manual current at the time of tender

b) all information required for unsealed roads by the Transfund New Zealand RoadCondition Rating Manual current at the time of tender

c) all information required for footpaths in accordance with Project Specification, Clause8.2.2.2 by community

d) the graded width for each rated carriageway section on unsealed roads (m)

e) the length of footpath to be replaced for each rated carriageway section (m)

Page 203: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 RAMM Condition Rating

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 103 Printed 26/08/02

88.3.2.3 Data Delivery

All data for each survey must be provided on three sets of CD-ROM’s and accompaniedwith the following reports:

a) Data Report

8.3.2.4 Response Times

The response times for data delivery is as follows:

• Benchmarking (Year 1) Data (all road groups) – by 31 March 2003

• Condition Data (road groups 1 to 3) – by 31 March annually, beginning 31March 2004

• Condition Data (road groups 4 to 7, sealed) – by 31 March bi-annually,beginning 31 March 2004

• Condition Data (road groups 4 to 7, unsealed) – by 31 December annually,beginning 31 December 2004

8.3.2.5 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new data.

Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

8.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

Page 204: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 RAMM Condition Rating

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 104 Printed 26/08/02

88.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) results of compliance monitoring completed

b) data quality check sheets

c) inconsistencies or error trends between the rated values and the audited values

d) the actions to address the above problems and steps taken to ensure the quality andreliability of the supplied data

e) comment on the effect any differences between the rated values and audited valueswould have on the outputs from the treatment selection programme

The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

8.3.3.2 Annual Survey Report

At the completion of each year in which a survey is required, the Contractor shall prepare asurvey report summarising the issues encountered during the survey and actions taken. Thereport should cover:

a) notable events

b) traffic management

c) report of any accidents or incidents

d) public complaints received and actions taken

e) daily operations – eg average daily achievement, operational problems

f) delays due to weather

g) variations completed

h) quality assurance and non-conformances raised

i) recommendations for changes to future surveys

8.3.3.3 Response Times

The response times for reporting are detailed in Project Specification, Clause 2.4.3.

Page 205: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Routine Traffic Counts

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 105 Printed 26/08/02

99. ROUTINE TRAFFIC COUNTS

9.1 Equipment

9.1.1 Scope

Project Specification, Clause 9.1 sets out the minimum equipment requirements for allroutine traffic count survey equipment.

9.1.2 Minimum Equipment Specification

The Contractor shall provide and maintain all traffic recording equipment, including tubes,clips, chains, locks and other hardware.

9.1.3 Validation

9.1.3.1 Data Format Validation

All data must be provided in a format that can be directly loaded into the WBoPDCRAMM database without the need for further processing or modification. To demonstratethis the Contractor must process the data and ensure that the processed data meets therequirements of the RAMM Input Validation Rules.

Page 206: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Routine Traffic Counts

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 106 Printed 26/08/02

99.2 Routine Traffic Count Surveys

9.2.1 Scope

Project Specification, Clause 9.2 sets out the specific requirements for routine traffic countsurveys.

9.2.2 Surveys

The surveys must:

a) be performed over a seven day period at each site

b) be completed once annually on each rural carriageway section in road groups 3 to 7,including all sections of any road that is predominantly rural but which begins or endsin an urban area

c) be completed once annually on all carriageway sections of the following urban roads:

• Waihi Beach− Beach Rd− Seaforth Rd− Wilson Rd− Athenree Rd

• Katikati− Park Rd− Beach Rd− Tetley Rd− Wills Rd

• Omokoroa− Omokoroa Rd− Tralee Rd− Hamurana Rd

• Paengaroa− Old Coach Rd− Wilson Rd South

• Te Puke− No. 1 Rd− No. 2 Rd− No. 3 Rd− Boucher Avenue

• Maketu− Wilson Rd

Page 207: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Routine Traffic Counts

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 107 Printed 26/08/02

9− Maketu Rd

Page 208: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Routine Traffic Counts

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 108 Printed 26/08/02

99.3 Data and Exception Reporting

9.3.1 Scope

Project Specification, Clause 9.3 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

9.3.2 Data

9.3.2.1 Description of Data

Data must:

a) be provided in an ASCII delimited format agreed with the Engineer

b) be stored in individual files by road number and carriageway section

9.3.2.2 Minimum Data Requirements

Data must be stored in database files suitable for use with other applications. The formatof the data files must be based on the RAMM Data Input trial and agreed with theEngineer.

The Contractor must supply the following data:

a) the average daily traffic count over the survey period for each carriageway section

9.3.2.3 Data Delivery

All data must be provided on three sets of CD-ROM’s and accompanied with thefollowing reports:

a) Data Report

b) Exception Report

9.3.2.4 Response Times

The response times for data delivery is as follows:

• Survey Data – monthly beginning 31 January 2003

Page 209: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Routine Traffic Counts

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 109 Printed 26/08/02

99.3.2.5 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new data.

Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

9.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

9.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) results of compliance monitoring completed

b) data quality check sheets

c) equipment failures or replacements

d) the actions to address the above problems and steps taken to ensure the quality andreliability of the supplied data

The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

Page 210: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Routine Traffic Counts

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 110 Printed 26/08/02

99.3.3.2 Exception Reporting

To provide a record of the “extreme events” the Contractor must:

a) report the locations of all carriageway sections with abnormally high or low trafficcounts or % HCVs

b) provide notes on the likely reason for the extreme event, such as a local or seasonalevent, weather or public or school holidays.

9.3.3.3 Annual Survey Report

At the completion of each year in which a survey is required, the Contractor shall prepare asurvey report summarising the issues encountered during the survey and actions taken. Thereport should cover:

a) notable events

b) report of any accidents or incidents

c) public complaints received and actions taken

d) delays

e) equipment breakdowns

f) variations completed

g) quality assurance and non-conformances raised

h) issues relating to data processing

i) results of any special studies completed

j) seasonal correction results

k) recommendations for changes to future surveys

9.3.3.4 Response Times

The response times for reporting are detailed in Project Specification, Clause 2.4.3.

Page 211: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 111 Printed 26/08/02

1010. NETWORK VIDEO

10.1 Equipment

10.1.1 Scope

Project Specification, Clause 10.1 sets out the minimum equipment requirements for allnetwork video survey equipment.

The Contractor must not commence the network video survey until it has beendemonstrated, to the satisfaction of the Engineer, that the calibration, (see ProjectSpecification, Clause 10.1.3) and all validation requirements, (see Project Specification,Clause 10.1.4), have been met.

10.1.2 Minimum Equipment Specification

Table 10.1.1 sets out the minimum requirements for the network video survey equipment.Video shall be captured using a digital video camera and either stored within the camerahousing or an external video recorder, or directly digitised. All equipment used is toprovide high quality recording at normal survey speeds. The frame rate shall providesmooth video footage. Data overlay within the video screen is not required.

Table 10.1.1 Minimum Equipment SpecificationParameter Video

File Format MPEG2

Image Height 288 pixels

Image Width 320 pixels

Audio Recording No

Video Interlacing Non-interlaced

Video Quality High

10.1.3 Calibration10.1.3.1 Real-time Video Calibration File

The images are to be recorded with time stamp capabilities in a separate electronic file.Images are to be indexed by either frame numbers or time stamp which are stored on thevideo tape and synchronised to the true position data of the vehicle at all times (iedisplacement is to be rubberbanded to true network length). The file created shall be anASCII file in the format detailed in Appendix 7.2. The Contractor will specify thefrequency of record creation.

Page 212: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 112 Printed 26/08/02

10

10.1.4 Equipment Validation

10.1.4.1 Distance Measurement ValidationAll distance measuring equipment must be validated on an odometer calibration test trackestablished in accordance with Transit New Zealand’s State Highway Distance MarkingManual. If an already established odometer calibration test track is to be used, theContractor must supply confirmation from a Registered Surveyor that the calibration testtrack meets the dimensional tolerances specified in Transit New Zealand’s State HighwayDistance Marking Manual.

The Contractor must then measure the length of the test track at least 5 times with the roadcondition survey equipment. The distance measuring equipment is validated when all themeasurements are within ± 0.05% of the reference distance.

10.1.4.2 Data Format Validation

All data for road groups 1 and 2 must be provided in a format that can be directly loadedinto the Transit RAMM database without the need for further processing or modification.

All data for road groups 3 to 7 must be provided in a format that can be directly loadedinto the WBoPDC RAMM database without the need for further processing ormodification. To demonstrate this the Contractor must process the data and ensure that theprocessed data meets the requirements of the RAMM Input Validation Rules.

Page 213: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 113 Printed 26/08/02

1010.2 Network Video Surveys

10.2.1 Scope

Project Specification, Clause 10.2 sets out the specific requirements for network videosurveys.

10.2.2 Location of Work

The Contractor must record and report the route position of all network video survey datafor road groups 1 and 2 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of reference station lengths. This tolerance equatesto a 55m tolerance on a 15,000m section (ie measured distances between 14,945and 15,055 would be acceptable)

• ±±±±(0.25% x D + 10m), for 95% of reference station lengths

where D = the distance from the nearest reference station marker

The Contractor must record and report the route position of all network video survey datafor road groups 3 to 7 to an accuracy of :

• ±±±±(0.3% x D + 10m), for 100% of roads

• ±±±±(0.25% x D + 10m), for 95% of roads

where D = the distance from the start of the road as defined in the RAMM database

10.2.3 Surveys

The surveys must:

a) be completed in each lane direction over 100% of the network as a continuous survey

b) capture the lane width and adjacent roadside furniture. No part of the survey vehicleshall be seen in the video.

c) be performed during periods of fine weather

10.2.3.1 Distance Measurement

All surveys must start at:

• a reference station (RS) for road groups 1 and 2

• the commencement of a road as defined in the RAMM database for road groups 3 to 7

Page 214: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 114 Printed 26/08/02

10The start point must be recorded and the distance measuring equipment set to the startpoint distance, usually 0. If the distance measurement at the end of the RS section or roadis not within the specified tolerance, see Project Specification, Clause 10.2.2, theContractor must re-survey the RS section or road. The re-survey must note any differencein the measurement point locations.

If the second survey confirms the initial survey, the Contractor must notify the Engineerimmediately. The Contractor must develop a remedial proposal for agreement with theEngineer.

All data collected for each RS or road is to be rubber-banded to adjust for the differencebetween the measured length and the true length.

Page 215: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 115 Printed 26/08/02

1010.3 Data Reporting

10.3.1 Scope

Project Specification, Clause 10.3 sets out the requirements for:

a) data recording, processing and delivery

b) reporting

10.3.2 Data

10.3.2.1 Data Delivery

All data for each survey must be provided on three sets of DVD’s as agreed with theEngineer and accompanied with the following reports:

a) Data Report

10.3.2.2 Response Times

The response times for data delivery is as follows:

• Benchmarking (Year 1) Data – by 31 March 2003

• Survey Data – by 31 March 2007

10.3.2.3 Review of Data

If the review of data by the Engineer reveals discrepancies or other problems in the datathe Contractor must correct the error and redeliver the data within 5 working days, and ifdirected by the Engineer, resurvey the sections and provide new data.

Where it is deemed necessary for the Engineer to recheck data that has been resubmitted,any costs to the Engineer will be charged to the Contractor, and will be deducted from thepayments due to the Contractor under this Contract based on the following rates(excluding GST):

• Engineer $NZ 120.00 / hr

• Engineers Representative $NZ 95.00 / hr

• Contract Manager $NZ 85.00 / hr

These rates are to be adjusted for inflation in years 2-5 using the Professional ServicesCost Adjustment Factors published in the Transfund Competitive Pricing ProceduresManual (Appendix F).

Page 216: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 116 Printed 26/08/02

1010.3.3 Reporting

The Contractor must provide all reports within the specified time frames or as agreed withthe Engineer. The final content and form of the reports will be agreed with the Engineer.However the following information must be reported:

10.3.3.1 Survey Data Reports

All data delivered for each survey must be accompanied by a Survey Data Reportcontaining the following information:

a) results of compliance monitoring completed

b) data quality check sheets

c) distance measurement discrepancies (ie any Reference Stations or roads where themeasured distance was outside the allowed tolerance and actions taken to verify truelength)

d) equipment failures or replacements

e) the actions to address the above problems and steps taken to ensure the quality andreliability of the supplied data

The data delivery report must be signed off by the Contractors Representative to confirmthat all survey and data processing has been completed in accordance with thisspecification and the Contractors QA procedures.

10.3.3.2 Data Format and Definitions Report

The Contractor shall prepare a full report detailing the survey equipment used, datacollection processes, data formats etc. This report is to be a reference document, withsufficient detail to enable the processed data to be replicated by another survey provider.The report should cover:

a) equipment descriptions, specifications and configuration

b) distance rubber banding procedures

c) format and description of all raw data

d) correction procedures that are applied and how

10.3.3.3 Response Times

The response times for reporting are detailed in Project Specification, Clause 2.4.3.

Page 217: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Performance Appraisal

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 117 Printed 26/08/02

1111. PERFORMANCE APPRAISAL

11.1 Scope

This Section sets out the performance appraisal process will be used to:

a) appraise the Contractor’s performance and determine whether Separable Portion’s 14to 19 will form part of the Contract Works; and

b) determine the Contractors overall track record score.

11.2 Objectives

Performance appraisals will occur annually throughout the Contract period and will beused to:

a) assess the contracted parties’ culture

b) measure the Contractor’s success in meeting the key contract objectives

c) reward the Contractor’s success with up to two one year extensions to the Contractperiod

d) work out the Contractor’s track record score for the Contract

Each appraisal will be completed using the Appraisal Matrix, see Appendix 8.1 andincludes:

a) the Engineer’s subjective assessment

b) the results of any project audits completed

c) the Principal’s subjective assessment

11.3 Appraisal Process

All parties will meet annually with an independent party, if required, to:

a) review the Contractor’s and Principal’s performance

b) complete the performance appraisal and decide if the subsequent Separable Portionwill form part of the Contract Works

11.3.1 Roll-over of Contract to Year 4

The decision about whether Separable Portions 14 to 16 (Year 4) will form part of theContract Works depends on the performance appraisal score for Separable Portions 1 to 8(Years 1-2).

Page 218: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Project Specification

1 Performance Appraisal

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 ps.doc Page PS 118 Printed 26/08/02

11The final appraisal score for Years 1 to 2 is to calculated as follows:

a) Year 1 Appraisal Score is worth 40%

b) Year 2 Appraisal Score is worth 60%

If the final appraisal score for Years 1 to 2 is:

a) greater than or equal to 80 then the then the Contractor’s performance will beassessed as being adequate and the Contractor will be granted possession of site forSeparable Portions 14 to 16 (Year 4).

b) less than 80, the Certificate of Practical Completion for Separable Portion 13 will bethe Certificate of Practical Completion for the Contract Works. In this case, SeparablePortions 14 to 19 (Years 4 and 5) will not form part of the Contract Works, seeGeneral Conditions of Contract, Clause 14.4.

11.3.2 Roll-over of Contract to Year 5

Whether Separable Portions 17 to 19 (Year 5) will form part of the Contract Worksdepends on the results of performance appraisals for Separable Portions 1 to 13 (Years 1 to3).

The final appraisal score for Years 1 to 3 is to calculated as follows:

a) Year 1 Appraisal Score is worth 30%

b) Year 2 Appraisal Score is worth 30%

c) Year 3 Appraisal Score is worth 40%

If the final appraisal score for Years 1 to 3 is:

c) greater than or equal to 80 then the Contractor’s performance will be assessed asbeing adequate and the Contractor will be granted possession of site for SeparablePortions 17 to 19 (Year 5).

d) less than 80, the Certificate of Practical Completion for Separable Portion 16 will bethe Certificate of Practical Completion for the Contract Works. In this case, SeparablePortions 17 to 19 (Year 5) will not form part of the Contract Works, see GeneralConditions of Contract, Clause 14.4.

Page 219: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 1 Printed 26/08/02

Ap

pen

dic

es

DCC-01 ‘BAY ROADS’ Data Collection ContractContract No. 2/02-005/601

Page 220: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Contents

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 2 Printed 26/08/02

1. APPENDIX 1: GENERAL REQUIREMENTS A 31.1 Limit of Works A 31.2 Information A 4

2. APPENDIX 2: MANAGEMENT REQUIREMENTS A 72.1 Health and Safety Compliance Notice A 72.2 Environmental Compliance A 82.3 Schedule of Specific Temporary Traffic Management Requirements (road groups 1 and 2)A 102.4 Schedule of Specific Temporary Traffic Management Requirements (road groups 3 to 7) A 12

3. APPENDIX 3: HIGH SPEED DATA A 133.1 Survey Equipment A 133.2 Data Format A 203.3 Sample Repeatability and Bias Calculation A 30

4. APPENDIX 4: FALLING WEIGHT DEFLECTOMETER A 334.1 Survey Equipment A 334.2 Data Format A 34

5. APPENDIX 5: DUST GENERATION A 375.1 Survey Equipment A 37

6. APPENDIX 6: HIGH SPEED LUX A 386.1 Survey Equipment A 38

7. APPENDIX 7: NETWORK VIDEO A 397.1 Survey Equipment A 397.2 Data Format A 41

8. APPENDIX 8: APPRAISAL MATRIX A 428.1 Performance Appraisal Matrix A 42

Page 221: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 3 Printed 26/08/02

11. APPENDIX 1: GENERAL REQUIREMENTS

1.1 Limit of Works

Limit of Works

Sub-group Carriageway SectionRoad Description Road

Group Urban /Rural

CommunityArea RS RP RS RP Length (km)

Transit Roading Network

1 R N/A 99 0.00 116 1.42 17.24

1 U Katikati 116 1.42 116 3.67 2.25

1 R N/A 116 3.67 130 10.00 20.46

1 R N/A 130 10.00 146 0.00 6.52

1 R N/A 171 0.00 171 6.69 6.69

1 U Te Puke 171 6.69 180 2.22 3.68

1 R N/A 180 2.22 180 3.70 1.48

1 U Waitangi 180 3.70 180 4.73 1.03

1 R N/A 180 4.73 180 9.14 4.41

State Highway 2

2 R N/A 189 0.00 189 19.43 19.43

1 R N/A 21 0.00 21 6.70 6.70

1 R N/A 21 6.70 21 14.05 7.35State Highway 29

1 R N/A 21 14.05 21 20.97 6.92

2 R N/A 17 0.00 17 15.36 15.36

2 U Paengaroa 17 15.36 17 16.32 0.96State Highway 33

2 R N/A 17 16.32 17 18.22 1.90

The WBoPDC Roading Network includes all roads within the WBoPDC RAMM database at the time of tender

Page 222: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 4 Printed 26/08/02

11.2 Information

The following information will be given to the Contractor:

• Highway Information Sheets (see attached example)

• Reference Station Locality Diagrams (see attached example)

• Previous 2 years condition data (where available)

• Bridge Descriptive Inventory

• Road Geometry and RAMM data

Page 223: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 5 Printed 26/08/02

1

Page 224: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 General Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 6 Printed 26/08/02

1

Page 225: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 7 Printed 26/08/02

22. APPENDIX 2: MANAGEMENT REQUIREMENTS

2.1 Health and Safety Compliance Notice

1. This notice aims to foster a responsible attitude towards occupational health and safetyon the part of all contractors, subcontractors and their employees undertaking work forthe Principal. It aims to ensure compliance with relevant work site safety laws andespecially the Health and Safety in Employment Act 1992.

2. Because of the nature of the work undertaken on behalf of the Principal, contractorsmay frequently be exposed to hazardous situations which could involve risk of variousdegrees of harm, to the contracting staff and/or motorists.

3. Situations will arise when it is not practical to eliminate or isolate significant hazards. In these situations the hazards must be minimised by ensuring planned protectionsystems (eg equipment, clothing) are actually used.

4. All contractors need to observe the provisions of the Health and Safety in EmploymentAct 1992 and in particular, to understand such aspects as the need to:

a) systematically identify existing and new hazards on the work site(s).

b) minimise significant hazards, where elimination and isolation are both impractical.

c) provide appropriate protective measures and ensure they are used

d) devise emergency procedures for dealing with accidental spillage, pollution orimminent danger

e) regularly assess each hazard identified and monitor employees exposure to thesehazards.

These aspects could be developed into a Health and Safety Management Plan, which iscomplementary to the Traffic Management Plan (required for Transit New ZealandCode of Practice for Temporary Traffic Control compliance).

5. Reporting and recording of work site safety incidents is very important so health andsafety problems can be addressed quickly and regularly. It is a requirement of thisContract that any such incident be advised promptly to the Engineer. All injuries are tobe reported to the Principal (usually by the Engineer).

6. Further health and safety information is available from:

a) Occupational Safety and Health Division, Department of Labour

b) The Engineer

Page 226: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 8 Printed 26/08/02

22.2 Environmental Compliance

1. This notice aims to foster an environmentally responsible attitude on the part of allcontractors undertaking work for the Principal. It is to ensure compliance with relevantenvironmental protection laws and especially the Resource Management Act 1991).

2. Because of the nature of the work undertaken on behalf of the Principal, contractorsmay from time to time be exposed to environmentally sensitive situations which couldinvolve contaminations of air, soil, and/or water systems. Situations will arise whenthere is a need to use appropriate environmental protection measures. In these cases,the provisions of the Resource Management Act 1991 and other similar Acts orRegulations must be strictly observed.

3. All contractors need to be aware of environmental laws and regulations and tounderstand such aspects as:

a) the need to obtain permission before undertaking any work

b) the hazards to which the environment may be exposed in the process of carrying outwork

c) the appropriate protective measures to be used

d) any standard practices for environmental risk mitigation

e) any emergency procedures for dealing with accidental pollution or imminent danger.

4. In undertaking work which involves environmental risks, emphasis should be on thefundamentals such as how to avoid offences of:

a) air and water pollution (by screening, filtering, channelling and washing at approvedsites)

b) unlawful hazardous waste disposal, by containment, storage and dumping byapproved methods at approved sites

c) chemical spills (by appropriate maintenance of suitable equipment)

d) contamination (by cleaning equipment at an approved site after each job)

Reporting environmental incidents is important so any environmental problems can beaddressed quickly. It is a requirement that any pollution incident be advised promptlyto the Engineer.

Page 227: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 9 Printed 26/08/02

25. Further environmental information is available locally from:

a) The Ministry for the Environment

b) The Environmental Management Division of the local Regional Council (PollutionHotline)

c) National Poisons Information Centre - Ph 03 474 7000 (urgent 24 hours service) orPh 03 - 479 1200 (9am-5pm week days)

d) The Engineer.

Page 228: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 10 Printed 26/08/02

22.3 Schedule of Specific Temporary Traffic Management Requirements

(road groups 1 and 2)

Contract No.: 2/02-005/601

Contract Name: DCC-01 ‘Bay Roads’ Data Collection Contract

A OPERATIONAL REQUIREMENTS

1. Level of Temporary Traffic Management

The temporary traffic management shall be:

a) Level 2 on SH 2 from RP 116/1.03 to RP 189/0.00

b) Level 1 on all other roads in road groups 1 and 2

2. Hours of Work

The Contractor shall programme work such that contract activities are carried out on-site between the hours specified in Project Specification, Clause 1.4.

No work other than emergency or maintenance work shall be undertaken outside theabove hours without prior approval of the Engineer.

3. Project Specific Conditions

The Contractor must contact the Engineer:

a) a minimum of two weeks before the start of the survey and provide:

• the name of the Contractor’s contact person and contact details

• the proposed programme of work

• the proposed Traffic Management Plan that will be used

b) the day before the start of the survey and confirm their start date and programmeof work.

All validation sites are to be fixed site operations and will require a specific trafficmanagement plan.

Page 229: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 11 Printed 26/08/02

24. Excessive Traffic Delays

The steps outlined in the Traffic Management Plan to deal with excessive delays shallbe implemented once the traffic delay exceeds:

a) 0 minutes ie traffic is not stopped on Class R1, U and M Highwaysb) 5 minutes on all other highways

5. Road Controlling Authority Approval at Single Lane Operations

Approval of the Engineer is required in advance if traffic is restricted to single laneoperation.

6. Advice to Other Parties

Public Notification is not required.

7. Delineation Devices

The height of delineation devices will be at least 900mm when used on roads.

Page 230: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Management Requirements

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 12 Printed 26/08/02

22.4 Schedule of Specific Temporary Traffic Management Requirements

(road groups 3 to 7)

Contract No.: 2/02-005/601

Contract Name: DCC-01 ‘Bay Roads’ Data Collection Contract

A OPERATIONAL REQUIREMENTS

1. Pilot Vehicles

Pilot vehicles on road groups 3 and 4 shall be subject to the same requirements asLevel 1 roads as set out in the COPTTM. In addition they must not be workingvehicles where a working vehicle is defined as a vehicle that performs one or moremaintenance or construction tasks.

2. Hours of Work

The Contractor shall programme work such that contract activities are carried out on-site between the hours specified in Project Specification, Clause 1.4.

No work other than emergency or maintenance work shall be undertaken outside theabove hours without prior approval of the Engineer.

3. Positive Traffic Control

Positive Traffic Control shall be provided at fixed sites (see Working on the Road,June 1998) so traffic is directed to pass through the site in a safe manner withoutstopping.

4. Parking and Access

The Contractor shall manage its operations so that disruption to parking in urbanareas is minimised. Approval of the Engineer is required in advance for worksresulting in any loss of parking or loss of access to parking adjacent to retail shoppingareas in the months of December and January.

The Contractor shall ensure that access is available to property at all times.

Page 231: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 13 Printed 26/08/02

33. APPENDIX 3: HIGH SPEED DATA

3.1 Survey Equipment

Validation Equipment Description – Longitudinal Profile

Name of Device

Method of measurement (eg Walking Profiler)

Longitudinal sampling interval (eg 250mm)

Vertical resolution (eg 0.01mm)

Average diameter of contact area (eg 50mm²)

Speed of measurement (eg 0.3m/s)

Distance Accuracy (eg 0.1%)

Maximum operating gradient (eg 15%)

Calibration Method

Calibration Frequency (eg 6 months)

Survey Equipment Description – Longitudinal Profile

Method of measurement (eg laser, accelerometer)

Number of wheel paths measured and spacing between wheelpaths (eg 1.50m)

Longitudinal sampling interval (eg 50mm)

Vertical resolution of transducers (eg 0.05mm)

Average diameter of contact area (eg 1mm)

Speed of laser (eg 16kHz)

System Frequency Response (including lasers accelerometers filter componentsetc)

Accelerometer resolution and gain versus frequency response

Is there a dedicated data collection system for longitudinal profile?

Page 232: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 14 Printed 26/08/02

3

Validation Equipment Description – Transverse Profile

Name of Device

Method of measurement (eg direct measurement, LVDT)

Transverse sampling interval (eg 100mm)

Vertical resolution (eg 0.01mm)

Average diameter of contact area (eg 10mm²)

Speed of measurement (eg 0.3m/s)

Calibration Method

Calibration Frequency (eg 6 months)

Survey Equipment Description – Transverse Profile

Method of measurement (eg laser, ultrasonic)

Number of transverse elevations measured

Lateral spacings of transducers (append figure if possible)

Maximum width of transverse profile measured (eg 3.0m)

Vertical resolution of Transducers (eg 0.05mm)

Average diameter of contact area (eg 1mm)

Speed of transducers (eg 16kHz)

Longitudinal Sampling Interval (eg 100mm)

Is there a dedicated data collection system for transverse profile?

Does the existing analysis algorithm calculate rut depth under a 2.0 m straightedge ?

Describe the procedures used to correct data when narrow roads, kerbs ornarrow bridges result in the outer sensors measuring artificially high values. Doesthe system work for both the left and right hand side of the vehicle?

Does the existing analysis algorithm calculate shoving and/or deformation ?

Page 233: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 15 Printed 26/08/02

3

Validation Equipment Description – Texture

Method of measurement

Stationary or Mobile measurement

Longitudinal sampling interval (eg 0.5mm)

Sampling length (eg 0.5mm)

Vertical resolution of transducers (eg 0.05mm)

Average diameter of contact area (eg 1mm)

Speed of Measurement (eg 0.1m/s)

Speed of lasers (eg 64kHz)

Measuring System Flat Bandwidth (eg 5 to 50mm)

Calibration Method

Calibration Frequency (eg 6 months)

Survey Equipment Description – Texture

Does the existing system measure the mean profile depth

Minimum longitudinal sampling interval (eg 1mm)

Sampling length (eg 0.5mm)

Vertical resolution of transducers (eg 0.05mm)

Average diameter of contact area (eg 1mm)

Speed of lasers (eg 64kHz)

Measuring System Frequency Response (eg 1mm to 50mm)

Is there a dedicated data collection system for texture profile?

Page 234: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 16 Printed 26/08/02

3

Survey Equipment Description – Skid Resistance

Method of measurement

Number of wheel paths measured

Longitudinal sampling interval (eg continuously, 50mm)

Can you supply the IFI speed constant (Sp) and F60 values

Wet or dry measurements

Was the instrument used in the PIARC experiment or has it been correlated to aninstrument that was

Does the instrument participate in the TRL SCRIM trials?

Is texture measured simultaneously with skid resistance

Is there a dedicated data collection system for skid resistance

Page 235: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 17 Printed 26/08/02

3

Validation Equipment Description – Geometry

Method

Gradient Measurement Range (eg ±25%)

Crossfall Measurement Range (eg ±25%)

Gradient Accuracy (eg ±0.1%)

Crossfall Accuracy (eg ±0.1%)

Footprint (eg 10mm²)

Baselength (eg 1m)

Position where Gradient is measured

Position where Crossfall is measured

Calibration Method

Calibration Frequency (eg 6 month)

Survey Equipment Description – Geometry

Sampling frequency (eg 10m or 1sec)

Gradient Measurement Range

Crossfall Measurement Range

Radius of Curvature Measurement Range

Gradient Accuracy

Crossfall Accuracy

Radius of Curvature Accuracy

Position where Gradient sensor is mounted

Position where Crossfall sensor is mounted

What filtering or averaging is implemented on the gradient?

What filtering or averaging is implemented on the crossfall?

What filtering or averaging is implemented on the radius of curvature?

Is there a dedicated data collection system for geometry?

Page 236: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 18 Printed 26/08/02

3

Survey Equipment Description – GPS

Principal of Operation (eg satellite, accelerometer or gyroscope)

Sampling frequency (eg 10m or 1sec)

Horizontal Accuracy (eg 10m)

Vertical Accuracy (eg 10m)

What filtering or averaging is implemented on the horizontal axis?

What filtering or averaging is implemented on the vertical axis?

Describe the method of applying differential correction

If real time differential correction, describe method for applying correction whenno signal received

Describe inertial system for use when no GPS signal is available

What satellite network will be used?

Is there a dedicated data collection system for GPS?

Page 237: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 19 Printed 26/08/02

3

Survey Equipment Description – Other Items

Other Data Items

Sampling interval for the distance measurement instrument (eg 1mm)

Data Storage and Processing

What are the recommended intervals for storing data:

Estimated volume of raw data per 100km of survey (eg 25MB)

Length of time to download and process data from time of original survey toobtaining detailed and aggregate data for each of the attributes of interest (eg 48hours)

What is your recommended method for matching the data to the supplied length?

List the types of applications currently available for analysing raw data:

Equipment History

Age of Equipment

Are you the developer of the equipment? If not specify the name of the developer

The number of units with specifications equivalent to that called for in this projectin use over six months

Describe the technical support that will be available to the vehicle during this project to ensure that it is continually inoperation

Page 238: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 20 Printed 26/08/02

33.2 Data Format

Roughness - Detailed 20m Data Table

Field Description Field Information Remarks

1. Road id integer (4) no nulls

2. Survey No (empty) integer (5) Generated in RAMM

3. Latest (empty) char (1) Generated in RAMM

4. Region Code char (2) no nulls TNZ Region No (1-14)

5. Network Management Area char (15) no nulls

6. State Highway char (3) no nulls

7. Reference Station char (4) no nulls

8. Direction (I, D or null) char (1)

9. Date of Survey ddmmyyyy - no nulls

10. Start Displacement (m) integer (5) no nulls

11. End Displacement (m) integer (5) no nulls

12. Lane (L1, R1, L2, etc) char (2) no nulls

13. LWP IRI decimal (5,3) no nulls

14. RWP IRI decimal (5,3) no nulls

15. Lane IRI, Quarter Car decimal (5,3) no nulls

16. NAASRA integer (3) no nulls

17. Speed integer (3) no nulls

18. Event Code char (1) no nulls

Notes:

1. Event code to be present in all fields from start to end of feature.

2 In fields 13-16, if invalid data is found in any 20m section the average of that 20m section mustbe calculated from the average of the valid data, provided more than 50% is valid. If less than50% is valid then the average of the first value either side must be used and the event code setto A. It is not permitted to use a null as a replacement value.

3 In event code field event A takes precedence over other events.

Page 239: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 21 Printed 26/08/02

3

Roughness - Aggregate 100m Data TableField Description Field Information Remarks

1. Road id integer (4) no nulls

2. Survey No (empty) integer (5) Generated in RAMM

3. Latest (empty) char (1) Generated in RAMM

4. Region Code char (2) no nulls TNZ Region No (1-14)

5. Network Management Area char (15) no nulls

6. State Highway char (3) no nulls

7. Reference Station char (4) no nulls

8. Direction (I, D or null) char (1)

9. Date of Survey ddmmyyyy - no nulls

10. Start Displacement integer (5) no nulls

11. End Displacement integer (5) no nulls

12. NAASRA comvalue smallint (3) no nulls

13. Lane IRI, Quarter Car decimal (5,3) no nulls

14. Lane (L1, R1, L2, etc) char (2) no nulls

15. Speed smallint (3) no nulls

16. Event Code char (1) no nulls

Notes:

1 Event code must be present in all fields from start to end of feature.

2 In fields 12 and 13, if invalid data is found in any section the average of that section must becalculated from the average of the valid data, provided more than 50% is valid. If less than50% is valid then the average of the first value either side must be used and the event code setto A.

3 In event code field, event A takes precedence over other events.

Page 240: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 22 Printed 26/08/02

3

Rutting Detailed 20m Table

Field Description Field Information Remarks

1. Road id integer (4) no nulls

2. Survey No (empty) integer (5) Generated in RAMM

3. Latest (empty) char (1) Generated in RAMM

4. Region Code char (2) no nulls TNZ Region No (1-14)

5. Network Management Area char (15) no nulls

6. State Highway char (3) no nulls

7. Reference Station char (4) no nulls

8. Direction (I, D or null) char (1)

9. Date of Survey ddmmyyyy - no nulls

10. Start Displacement integer (5) no nulls

11. End of Displacement integer (5) no nulls

12. Lane (L1, R1, L2 etc) char (2) no nulls

13. Event Code char (2) no nulls

14. LWP Band 1 (m of) integer (3) no nulls Rutting Bins 10 – 19mm

15. LWP Band 2 (m of) integer (3) no nulls Rutting Bins 20 – 29mm

16. LWP Band 3 (m of) integer (3) no nulls Rutting Bins 30 – 39mm

17. LWP Band 4 (m of) integer (3) no nulls Rutting Bins 40 – 49mm

18. LWP Band 5 (m of) integer (3) no nulls Rutting Bins 50 – 59mm

19. LWP Band 6 (m of) integer (3) no nulls Rutting Bins 60 – 100mm

20. LWP Band 7 (m of) integer (3) no nulls Rutting Bins > 100mm

21. LWP Shoving (m of) integer (3) no nulls

22. LWP Mean Rut (mm) decimal

23. LWP Std dev. decimal

24. LWP Min (mm) integer

25. LWP Max (mm) integer

26. LWP Validity char (1) no nulls O = OK, A = Abort27 – 39 Replicate Fields 14 – 26 for RWP

Page 241: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 23 Printed 26/08/02

3Notes:

1 In fields 15-22 and 24-26, if invalid data is found in either or both wheelpaths in any 20msection, the average for the wheelpath in that 20m section will be calculated from the averageof the valid data, provided more than 50% is valid. If less than 50% is valid then the averageof the first value either side must be used and the event code set to A and the wheelpathmarked as invalid (field 14). It is not permitted to use a null as a replacement value.

2 In event code field event A takes precedence over other events.

Page 242: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 24 Printed 26/08/02

3

Texture - Detailed 10m TableField Description Field Information Remarks

1. Road id integer (4) no nulls2. Survey No (empty) integer (5) Generated in RAMM3. Latest (empty) char (1) Generated in RAMM4. Region Code char (2) no nulls TNZ Region No (1-14)5. Network Management Area char (15) no nulls6. State Highway char (3) no nulls7. Reference Station char (4) no nulls8. Direction (I, D or null) char (1)9. Date of Survey ddmmyyyy - no nulls10. Start Displacement (m) integer (5) no nulls11. End Displacement (m) integer (5) no nulls12. Lane (L1, R1, L2, etc) char (2) no nulls13. Event Code char (1) no nulls14. LWP bin 1 (m of) integer (3) no nulls MPD > 4.34 mm15. LWP bin 2 (m of) integer (3) no nulls MPD 4.33 mm – 2.93 mm16. LWP bin 3 (m of) integer (3) no nulls MPD 2.93 mm – 2.09 mm17. LWP bin 4 (m of) integer (3) no nulls MPD 2.09 mm – 1.54 mm18. LWP bin 5 (m of) integer (3) no nulls MPD 1.54 mm – 1.17 mm19. LWP bin 6 (m of) integer (3) no nulls MPD 1.17 mm – 0.90 mm20. LWP bin 7 (m of) integer (3) no nulls MPD 0.90 mm – 0.70 mm21. LWP bin 8 (m of) integer (3) no nulls MPD 0.70 mm – 0.55 mm22. LWP bin 9 (m of) integer (3) no nulls MPD 0.55 mm – 0.20 mm23. LWP bin 10 (m of) integer (3) no nulls MPD < 0.20 mm24. LWP Mean MPD (mm) decimal (4,2)25. LWP Std Dev. decimal (4,2) no nulls26. LWP Min (mm) decimal (4,2) no nulls27. LWP Max (mm) decimal (4,2) no nulls28. LWP Validity char (1) O = OK, A = Abort29-43 Replicate Fields 14-28 for RWP44-57 Replicate Fields 14-28 for mid lane

Page 243: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 25 Printed 26/08/02

3

Notes: 1 Event code must be present in all fields from start to end of feature.

2 In fields 14 - 24 and 26 and 27, if invalid data is found in any 10m section theaverage of that 10m section must be calculated from the average of the valid data,provided more than 50%of the data is valid. If less than 50% of the data is validthen the average of the first value either side must be used and the event code setto A. It is not permitted to use a null as a replacement value. Similar rules applyfor RWP and mid lane.

3 In event code field event A takes precedence over other events.

Page 244: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 26 Printed 26/08/02

3

SCRIM – Detailed 10m TableField Description Field Information Remarks

1. Road id integer (4) no nulls2. Survey No (empty) integer (5) Generated in RAMM3. Latest (empty) char (1) no nulls Generated in RAMM4. Region char (2) no nulls TNZ Region No (1-14)5. Network Management Area char (15) no nulls6. State Highway char (3) no nulls7. Reference Station char (4) no nulls8. Direction (I, D or null) char (1)9. Date of Survey ddmmyyyy - no nulls10. Start Displacement (m) integer (5) no nulls11. End Displacement (m) integer (5) no nulls12. Lane (L1, R1, L2, etc) char (2) no nulls13. Speed integer (3) no nulls14. Skid Site (empty) char (2) no nulls Generated in RAMM15. Skid Event 1 char (1)16. Skid Event 2 char (1)17. Skid Event 3 char (1)18. Skid Event 4 char (1)19. Skid Event 5 char (1)20. Skid Event 6 char (1)21. Skid Event 7 char (1)22. Point Event Now char (1)23. SCRIM Coeff. Left decimal (3,2)24. SCRIM Coeff. Right decimal (3,2)25. Seasonal Factor decimal (4,3)26. NZMSSC Left decimal (3,2)27. NZMSSC Right decimal (3,2)28. SCRIM Warning (empty) char (1) Generated in RAMM29. SCRIM Aborted char (1) (A for abort, O for OK)30. Macrotexture Left (mm) decimal (3,2)

Page 245: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 27 Printed 26/08/02

3SCRIM – Detailed 10m Table

Field Description Field Information Remarks

31. Macrotexture Right (mm) decimal (3,2)32. Macrotexture Warning (empty) char (1) Generated in RAMM33. Macrotexture Validity char (1) B = Both readings invalid

L = Left reading invalidO = OKR = Right reading invalid

34. Duplicate Section char (1) Default (N)35. LWP IFI Sp integer (3)36. RWP IFI Sp integer (3)37. LWP IFI F60 decimal (4,3)38. RWP IFI F60 decimal (4,3)

Page 246: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 28 Printed 26/08/02

3

Geometry - Detailed 10m TableField Description Field Information Remarks

1. Road id integer (4) no nulls2. Survey No (empty) integer (5) Generated in RAMM3. Latest (empty) char (1) Generated in RAMM4. Region Code char (2) no nulls TNZ Region No (1-14)5. Network Management Area char (15) no nulls6. State Highway char (3) no nulls7. Reference Station char (4) no nulls8. Direction (I, D or null) char (1)9. Date of Survey ddmmyyyy - no nulls10. Start Displacement (m) integer (5) no nulls11. End Displacement (m) integer (5) no nulls12. Lane (L1, R1, L2, etc) char (2) no nulls13. Gradient (%) decimal ±(3,1) no nulls14. Curvature (m) integer ±(5) no nulls15. Crossfall (%) decimal ±(3,1) no nulls16. Event Code char (1)

Page 247: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 29 Printed 26/08/02

3

GPS - Detailed 10m TableField Description Field Information Remarks

1. Road id integer (4) no nulls2. Survey No (empty) integer (5) Generated in RAMM3. Latest (empty) char (1) Generated in RAMM4. Region Code char (2) no nulls TNZ Region No (1-14)5. Network Management Area char (15) no nulls6. State Highway char (3) no nulls7. Reference Station char (4) no nulls8. Direction (I, D or null) char (1)9. Date of Survey ddmmyyyy - no nulls10. Northing integer (7) no nulls In terms of NZMG11. Easting integer (7) no nulls In terms of NZMG12. Elevation integer (4) no nulls mean sea level13. Displacement (m) integer (5) no nulls14. Lane (L1, R1, L2, etc) char (2) no nulls15. Position Qualifier char (1) no nulls 0 = GPS fix not available

1 = GPS fix only2 = Differential GPS

16. Accuracy decimal (3,1) no nulls Horizontal Dilution ofPrecision

17. Notes char (60)

Page 248: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 30 Printed 26/08/02

33.3 Sample Repeatability and Bias Calculation

When repeated measurements are taken, exact agreement cannot be expected because themeasurement process includes random effects that vary from run to run. The table at theend of this Appendix illustrates the three requirements for repeatability.

3.3.1 Repeatability Requirements

3.3.1.1 Coefficient of Variation

The coefficient of variation (standard deviation expressed as a percentage of the mean),Sn%, for each 100m segment should be no greater than 5%, for each series of 5 repeatmeasurements on each 100m segment.

where:

100%n

nn

X

SS =

N

XX

N

ini

n

∑== 1

( )N

XXS

N

inni

n

∑=

−= 1

2

and

• n = segment number

• N = total number of measurements on segment n

• Xni = roughness on segment n from measurement i (with i = 1 to N).

3.3.1.2 Standard Deviation

The average of the segment standard deviations, S %, should be no greater then 3%.

where:

ns

SS

ns

nn∑

== 1

%%

and

• ns = total number of segments.

Page 249: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 31 Printed 26/08/02

33.3.1.3 Regression

The r2 correlation should be at least 0.95 when the individual roughness values for eachsegment are regressed against the mean values.

In the table at the end of this Appendix, the statistical parameters at the bottom of thecolumns for each run represent the results of regression of the raw data for that run againstthe overall mean.

3.3.2 Bias Requirements

3.3.2.1 Bias Error

The bias error, BE, is the difference between roughness measurements at the start of thesurvey and at some specified distance (or time) interval during the survey. The bias errorindicates whether the profilometer is systematically high or low when compared to areference set of measurements. When measurements taken throughout the survey at thespecified distance (or time) interval are compared to measurements taken at the start of thesurvey the average bias error at the end of each specified interval, BE1, BE2, BE3, …etc,should be no greater than 1%.

where:

ns

dBEBEd

ns

nn∑

== 1

%

1000

0%

n

nn

nX

dXXdBE

−=

and

• d = 1,2,3... end of survey

• 0nX = mean roughness on segment n at start of survey

• dX n = mean roughness on segment n at distance or time interval d

Page 250: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Data

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 32 Printed 26/08/02

3

Example of a Repeatability Check (Units in NAASRA)

Distance Run 1 Run 2 Run 3 Run 4 Run 5 Mean St Dev Coeff of Variation (%)

5,200 74 78 76 78 82 78 3.0 � 4%5,300 79 80 78 79 80 79 0.8 � 1%5,400 105 107 104 109 98 105 4.2 � 4%5,500 126 125 122 132 121 125 4.3 � 3%5,600 134 121 134 128 130 129 5.4 � 4%5,700 137 131 130 143 146 137 7.1 � 5%5,800 149 136 139 145 146 143 5.3 � 4%5,900 112 106 106 99 97 104 6.0 x 6%6,000 49 43 51 44 45 46 3.4 x 7%6,100 38 39 39 38 38 38 0.5 � 1%6,200 44 45 42 44 44 44 1.1 � 3%10,100 73 75 72 77 77 75 2.3 � 3%10,200 52 50 53 50 49 51 1.6 � 3%10,300 47 49 50 49 51 49 1.5 � 3%10,400 44 45 43 43 43 44 0.9 � 2%10,500 44 45 44 43 44 44 0.7 � 2%10,600 81 79 79 76 78 79 1.8 � 2%10,700 79 73 77 75 76 76 2.2 � 3%10,800 46 49 47 48 49 48 1.3 � 3%10,900 46 49 49 48 48 48 1.2 � 3%11,000 44 45 45 46 46 45 0.8 � 2%14,100 28 27 27 27 27 27 0.4 � 2%14,200 25 25 25 27 26 26 0.9 � 3%14,300 59 58 59 60 60 59 0.8 � 1%14,400 66 64 66 61 65 64 2.1 � 3%14,500 66 65 67 65 68 66 1.3 � 2%14,600 46 46 45 46 46 46 0.4 � 1%14,700 136 138 138 135 140 137 1.9 � 1%14,800 45 45 44 44 44 44 0.5 � 1%14,900 61 61 63 62 62 62 0.8 � 1%15,000 42 43 43 43 42 43 0.5 � 1%15,100 59 58 63 65 49 59 6.2 x 11%Mean 70 69 69 70 69 69.4 2.1 � 3%

R² 0.9961 0.9956 0.9954 0.9947 0.9911

Page 251: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 33 Printed 26/08/02

44. APPENDIX 4: FALLING WEIGHT DEFLECTOMETER

4.1 Survey Equipment

Survey Equipment Description – Falling Weight Deflectometer

Manufacturer of Device

Age of Equipment

Longitudinal sampling interval (eg 250mm)

Resolution of Sensors

Resolution of Load Cell

Maximum operating gradient and crossfall (eg 15%)

Load Plate diameter

Distance measurement Accuracy (eg 0.1%)

Spares Available

Calibration Method

Describe the technical support that will be available to the equipment during this project to ensure that it is continually inoperation

Survey Equipment Description – GPS

Principal of Operation (eg satellite, accelerometer or gyroscope)

Sampling frequency (eg 10m or 1sec)

Horizontal Accuracy (eg 10m)

Vertical Accuracy (eg 10m)

What filtering or averaging is implemented on the horizontal axis?

What filtering or averaging is implemented on the vertical axis?

Describe the method of applying differential correction

If real time differential correction, describe method for applying correction whenno signal received

Describe inertial system for use when no GPS signal is available

What satellite network will be used?

Page 252: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 34 Printed 26/08/02

4Is there a dedicated data collection system for GPS?4.2 Data Format

Falling Weight Deflectometer – Data Format

Field Description Field Information Remarks

1. Road ID integer (4) no nulls Unique identifier of the road

2. Road Name char (35) no nulls Name of road

3. Survey Number integer (5) no nulls

4. Latest char (1)

5. Region char (30) SH Region No (1-14)

6. Network Contract Area char (15) SH Network Management Area

7. State Highway smallint (2) SH Number

8. Reference Station char (4) SH Reference Number

9. Direction char (1) Flag for divided carriageways. I, D or Null

10. Ramp char (8) Motorway On or Off

11. Date of Test date Date of Test

12. Displacement integer (5) no nulls Displacement from the start of the road where thereading was taken

13. Lane char (2) Lane indicator Format is Ln, Rn where n is a numeric

14. Offset decimal (3, 1) Offset from the centreline

15. NZMG North integer (7) NZMG North value of the reading site

16. NZMG East integer (7) NZMG East value of the reading site

17. Elevation integer (4) Elevation (m above sea level) value of the readingsite

18. Pressure integer (4) Pressure reading (in kPa)

19. Temperature integer (3) Temperature reading (in Celsius)

20. Sensor Reading d0 integer (4) Sensor reading at displacement 0 (in microns)

21. Sensor Reading d1 integer (4) Sensor reading at displacement 1 (in microns)

22. Sensor Reading d2 integer (4) Sensor reading at displacement 2 (in microns)

23. Sensor Reading d3 integer (4) Sensor reading at displacement 3 (in microns)

24. Sensor Reading d4 integer (4) Sensor reading at displacement 4 (in microns)

25. Sensor Reading d5 integer (4) Sensor reading at displacement 5 (in microns)

26. Sensor Reading d6 integer (4) Sensor reading at displacement 6 (in microns)

27. Sensor Reading d7 integer (4) Sensor reading at displacement 7 (in microns)

28. Sensor Reading d8 integer (4) Sensor reading at displacement 8 (in microns)

Page 253: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 35 Printed 26/08/02

4Falling Weight Deflectometer – Data Format

Field Description Field Information Remarks

29. Sensor Reading d9 integer (4) Sensor reading at displacement 9 (in microns)

30. Distress Code char (1) Distress code

31. Surface Description char (15) Description of the surface

32. Note char (35) Survey detail free format not associated with thereadings

33. Added On date Date the row is added to the database

34. Added By char (8) User ID of the person who added the row

35. Chgd On date Date the row was last altered

36. Chgd By char (8) User ID of the person who last altered the row

Page 254: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Falling Weight Deflectometer

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 36 Printed 26/08/02

4Falling Weight Deflectometer – Header Format

Field Description Field Information Remarks

1. Survey Number integer (5)

2. Survey Description char (30) Description of the survey

3. Contract Number char (18) Contract number for the survey

4. Project ID char (10) Project identifier

5. Project Name char (30) Project Description

6. Notes char (255) Free format notes

7. Start Date date Date survey started

8. End Date date Date survey ended

9. Financial Year char (7) Financial year of the survey

10. Supplier char (30) Supplier

11. Machine ID char (30) Machine ID of the equipment that completed thesurvey

12. Plate Radius smallint (4) Plate radius used in the survey

13. Seasonal Factor decimal (3,1) Seasonal adjustment factor

14. Sensor Displacement 1 smallint (4) Displacement from the centre point of sensor 1

15. Sensor Displacement 2 smallint (4) Displacement from the centre point of sensor 2

16. Sensor Displacement 3 smallint (4) Displacement from the centre point of sensor 3

17. Sensor Displacement 4 smallint (4) Displacement from the centre point of sensor 4

18. Sensor Displacement 5 smallint (4) Displacement from the centre point of sensor 5

19. Sensor Displacement 6 smallint (4) Displacement from the centre point of sensor 6

20. Sensor Displacement 7 smallint (4) Displacement from the centre point of sensor 7

21. Sensor Displacement 8 smallint (4) Displacement from the centre point of sensor 8

22. Sensor Displacement 9 smallint (4) Displacement from the centre point of sensor 9

23. Added On date Date the row is added to the database

24. Added By char (8) User ID of the person who added the row

25. Changed On date Date the row was last altered

26. Changed By char (8) User ID of the person who last altered the row

Page 255: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Dust Generation

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 37 Printed 26/08/02

55. APPENDIX 5: DUST GENERATION

5.1 Survey Equipment

Survey Equipment Description – Air Sampling Unit

Manufacturer of Device

Filter sensitivity (eg 10 microns)

Flow rate (m3/s)

Flow rate accuracy (eg 1.0%)

Operating temperature range (eg 0 - 50°C)Temperature measurement stability (eg 0.1°C)Operating atmospheric pressure range (eg 98 – 102kPa)

Atmospheric pressure measurement stability (eg 0.1kPa)

Describe the technical support that will be available to the equipment during this project to ensure that it is operationalwhen required

Page 256: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 High Speed Lux

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 38 Printed 26/08/02

66. APPENDIX 6: HIGH SPEED LUX

6.1 Survey Equipment

Survey Equipment Description – High Speed Lux

Manufacturer of Device

Sampling Interval (eg 20 milliseconds)

Resolution of sensor (eg 0.01 lux)

Illuminance measurement range (eg 0 – 50 lux)

Is there a dedicated data collection system for High Speed Lux?

Page 257: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 39 Printed 26/08/02

77. APPENDIX 7: NETWORK VIDEO

7.1 Survey Equipment

Survey Equipment Description – Video

Data Capture

Type of video camera to be used

Method of video storage

Capture rate of video (eg 30 frames per second)

Calibration file record creation frequency (eg 1 record per 10m)

Method of rubber banding distance recorded in calibration file to match truenetwork length

Method of recording video position in calibration file (eg frame number or timestamp)

Post Processing

Is post processing of video data required?

Name of software to be used if post processing required

Estimated volume of video per 100km (eg 25MB)

Frame rate to be adopted (eg 30 frames per second)

Delivering

Method of copying data onto DVD

DVD format to be used

Method to be used to create the real time video calibration file

Page 258: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 40 Printed 26/08/02

7Describe the technical support that will be available for all phases of video recording

Page 259: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Network Video

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 41 Printed 26/08/02

77.2 Data Format

Video Calibration FileField Description Field Information Remarks

1. Road id integer (4) no nulls2. State Highway char (3) no nulls3. Reference Station char (4) no nulls4. Direction (I, D or null) char (1)5. Displacement integer (5) no nulls6. Video File Reference char (25) no nulls7. Frame number or time stamp no nulls8. Date of Recording ddmmyyyy - no nulls

Notes: 1 The Contractor will specify the frequency of record creation.

Page 260: Contract No. 2/02-005/601 Data Collection Contract … High Speed Lux 8 RAMM Condition Rating 9 Routine Traffic Counts 10 Network Video 11 Performance Appraisal Instructions for Tendering

Appendices

1 Performance Appraisal Matrix

Contract No. 2/02-005/601: DCC-01 ‘Bay Roads’ Issue 2: 25 June 2002DCC-01 app.doc Page A 42 Printed 26/08/02

88. APPENDIX 8: APPRAISAL MATRIX

8.1 Performance Appraisal Matrix

Performance Measure Weighting(%)

Score WeightedScore

Management Performance Measures – Total Weighting = 20%

Contract Quality Plan 5

Contractor’s Programming and Reporting 5

Traffic Management and Safety 5

Co-operative Environment 5

Sub-total Management Performance Measures 20 (A)

Key Performance Measures– Total Weighting = 30%

Timeliness of Deliverables 15

Quality of Data 15

Sub-total Key Performance Measures 30 (B)

Operational Performance Measures – Total Weighting = 50%

Equipment Supply and Establishment and Calibration 5

Equipment Validation 5

Annual Surveys 5

Data Analysis and Processing 5

Exception Reporting 5

Compliance Monitoring 5

Project Auditor’s Subjective Assessment 5

Transit’s Subjective Assessment 5

WBoPDC’s Subjective Assessment 5

PBC-01 Contractor’s Subjective Assessment 5

Sub-total Operational Performance Measures 50 (C)

Appraisal Score 100