Part of Performance Specified Maintenance - (ESD)

advertisement
TRANSIT NEW ZEALAND
PERFORMANCE SPECIFIED MAINTENANCE
CONTRACT PSMC 001
TNZ CONTRACT NO. 2/98-025/601
Request for Tender
Note: The following document represents part of the tender document only.
For further information, please contact Transit New Zealand directly.
PART 2:
2.1
2.1
GENERAL DESCRIPTION OF CONTRACT
INTRODUCCION
The fundamental principle pertaining to this Contract, is the provision by the Contractor
of all services and physical works for the maintenance of state highway Assets, for a
period of 10 years, to prescribed Performance Measures for a lump sum price, with the
Contractor carrying all risks except those specifically excluded. This clause presents a
general overview of the philosophy of the Contract.
The Contractor will aim to maximise the reliability, safety and availability of the network
to road users. The Contractor will also aim to operate the network to the satisfaction of
road users, adjacent landowners and members of the public.
Assets:
The Assets to be maintained include everything within the state highway corridor.
Information pertaining to the Assets has been provided to all Invited Tenderers in good
faith. Appendices L and M list all of the information provided. Invited Tenderers must
verify for themselves the adequacy and accuracy of the information provided before
lodging their Tender.
Performance Measures:
The Performance Measures and Method of Calculation are set out in Appendix G and
represent the minimum acceptable levels the Contractor must achieve. The Contractor is
required to implement a complete Quality System which includes monitoring of its own
performance and the demonstration of compliance with the Performance Measures
throughout, and at the end of, the contract period.
The Contract provides for formal annual audits of the Contractor's performance by an
independent party. The Superintendent will also monitor the Contractor's performance at
regular and random intervals, and assets the performance of the Contractor accordingly.
Lump Sum Price:
The tendered lump sum price will include all costs to bring the Assets up to the Base
Condition Standard, together with the cost to provide all the required services to meet
the Performance Measures. Innovation is strongly encourages under the PSMC. The
Contractor is expected to develop innovative ways of providing the Services and
achieving the specified Performance Measures. There will be no extra payments for
innovation development costs and there will be no reduction in payment to the Contract,
in the event that innovation reduces the Contractor's cost provide the contract conditions
are met. Refer Clause 4.5.4.
The Contractor will be paid for the Services monthly throughout the Contract period,
regardless of the quantum of the actual works and services provided.
Risks:
A risk is defined as an uncertain event which when it occurs, may have a material effect
on the extent of the Services to be performed by the Contractor or the cost to the
Contractor of performing the Services.
Except where explicitly stated to the contrary, the Contractor bears all risks in the lump
sum tendered price. The explicitly stated risks accepted by the Principal are listed in
Appendix H.
PSMC Trial:
This Contract is a trial of the Performance Specified Maintenance Contract (PSMC) form
of the contracting out maintenance works and services. It is a new form of contract in
New Zealand and has only been utilised to a limited extent overseas.
The PSMC form of contract seeks to maximise the skills, expertise, innovation and
systems of the roading industry to provide better outcomes, and thus better value for
money.
The Contract is non-prescriptive, and it allows the Contractor to elect how it meets the
required outcomes.
The trial has the support of Transfund New Zealand, subject to the following conditions:
1. 1. The trial will proceed if it can be demonstrated that the cost to maintain the
Assets to a like standard by the existing methods and contracts is greater than the
cost of carrying out the maintenance under a PSMC.
The cost of maintenance utilising the existing methods and contracts is the Award
Hurdle. All Invited Tenderers are required to demonstrate they can overcome the
Award Hurdle before the Base Tender and any Alternatives Offers are considered.
2. 2. Tenders received be evaluated in accordance with an approved Competitive
Pricing Procedure. Transfund New Zealand has given approval to the procedure set
out in Appendix J.
Fundamental to the Contract is the need for a co-operative approach by the contracting
parties, and a willingness of the Contractor to accept risk. The Contract does not provide
for withholding payment as a penalty for a non-performance of the Contractor except as
expressly provide in the general conditions. Instead it provides for termination of the
Contract by the Principal in the event that the Contractor fails to meet its obligations
under the Contract.
The proposed establishment of a Management Board together with the framework of this
document, are considered by the Principal to promote the Contract objectives.
In awarding this Contract the Principal expects:
  To engage a contractor who embraces the philosophy stated above


To engage a contractor that will take every step to make this trial a success; and


All parties to be successful.
2.2
2.2
SERVICES TO BE PROVIDE
The Services under the Contract shall include:

 management of the Assets for a period of 10 years, to meet the Performance
Measures


routine, periodic maintenance and rehabilitation of the Assets, including
pavements, surfaces, drainage, traffic safety signs and equipment, highway lighting
currently the responsibility of the Principal, and railway level crossing, vegetation
control, etc.

 collection and management of asset inventory data, including RAMM database
data


routine and periodic (non-structural) maintenance and rehabilitation of bridges
and other structures within, over or under the networks


call-out and attendance to emergencies


response to public requests, complaints and feedback


other services such as Land Entry, Access Control and Overweight Permit
Supervision.
The services include receipt of the Assets and records from the existing service
suppliers and, at the completion of the Contract, handover of the Assets and records to
the incoming contractor/s.
The Contractor will be responsible for arranging all resources and skills necessary to
undertake the Services including establishment of depots, and provision of labour, plant
and materials.
The Services to be Provided shall not include:

 installation and maintenance of speed camera detectors, traffic counting station
detectors and recorders, barrier arms and associated signals, variable message
signs, emergency telephones and closed-circuit televisions




maintenance of projects, whilst they are in a defects liability period and the
subject of other separate and discrete contracts.
structural repair and structural maintenance of bridges
The Services to be Provided are more fully described in Appendix F.
2.3
2.3
VARIATIONS TO SCOPE AND TIMING OF SERVICES
The Contractor is required to accept variations to the Services to be Provide throughout
the term of the Contract, as advised by the Superintendent and in accordance with
Clause 4.7. Variations may result from, but not limited to, the following:

 changes to the Contractor's maintenance programme suggested or required by
the Principal


2.4
variations to the Performance Measures which are defined in Appendix G
2.4
LIMIT OF WORKS
The lateral Limit of Works is the road reserve boundaries for the Assets except as noted
bellow. Where an existing fence line lies within the road reserve boundary, the Limit of
Works shall be defined by the fence line.
The legal road reserve boundaries are illustrated on "Terra View" 4.0 GIS Data View and
Local Land Information. A copy of this information is available for viewing by all Invited
Tenderers during the tender period.
The Contractor is required to have some means of establishing where the legal road
reserve boundaries are, and land ownership, throughout the duration of the Contract.
In addition, there exists in specific areas, agreements of one sort or another with
adjoining landowners relating to a variety of matters which are directly or indirectly
relevant to the maintenance of the Assets. The Contractor is responsible for the
Principal's obligation in respect of these agreements. The agreements are indexed in
Appendix L.
In a number of locations, the state highway is known to be located only partly within the
legal road reserve. Under such circumstances the Limit of Works is to be taken as the
existing fence line, or the top of a cut batter, or toe of a fill batter, which ever is of greater
offset from the road centreline but extending to the inlet and outlet structures of any
culverts under the road.
In urban areas the Principal has a Memorandum of understanding with each territorial
authority defining limits of responsibility. These are included in Appendix E.
The detailed definition of the Limit of Works, including the extent of the networks and
relevant local agreements is included as Appendix E.
Ownership of the Assets within the Limit of Works remains with the Principal.
2.5
2.5
VARIATIONS TO LIMIT OF WORKS
The Contractor is required to accept variations to the Limit of Works throughout the term
of the Contract, as advised by the Superintendent and in accordance with Clause 4.7.
Variations may result from, but are not limited to, the following:
  Handover of additional section/s of highway or completed construction projects
to the Contractor


Handover of sections of the Assets to other authorities (e.g. Councils)


Removal of a section of the Assets

 Temporary removal of a section of the Assets to facilitate capital and other works
projects by another party.
2.11
2.11
MAINTENANCE RESPONSIBILITY
The Contractor will not be responsible for maintenance to any assets that lie within the
limit of works of current contracts between the date of possession of site and the end of
the maintenance period of those separate contracts. All maintenance and defects are
the responsibility of other contractor/s until the end of a defects liability period at which
time the assets will be handed over to the Contractor.
The Contractor will not be responsible for maintenance to any part of the network which
has been upgraded as a capital work by another party, while the length of highway is the
subject of a defects liability period.
The Contractor will not be responsible for the maintenance of that section of the highway
included within the limits of a capital works contract being undertaken within the Limit of
Works by another party for the duration of that other contract. The Contractor's
responsibility under such circumstances ends on the date of handover of possession of
site to the capital works contractor and begins again when the satisfactorily completed
work is handed back to the Principal and the Contractor for ongoing maintenance.
A join inspection by all parties on completion of other contracts will identify any particular
maintenance or omission responsibilities of the other contractor that may exist at the end
of their contract maintenance period, and the Contractor will not resume responsibility for
ongoing day to day and periodic maintenance of part of the Assets in question until the
identified reasonable responsibilities of the other contractor are discharged, but only to
the extend that such responsibilities have not been discharged.
2.12
2.12
QUALITY REQUIREMENTS
The Contractor will be required to develop and implement an auditable Quality System
for all Services provided.
It will be the Contractor's responsibility to ensure all subcontractors and subconsultants
comply will the requirements of the Quality System.
2.13
2.13
SAFETY REQUIREMENTS
The Contractor shall develop and implement an aggressive Safety Management and
Intervention Plan. This Plan shall provide, at a minimum:


Identification and prevention of safety problems


Detailed procedures such as traffic management and emergency response


Information management


Safety monitoring
A more detailed description of the requirements is in Appendix F Clause F14.
2.14
2.14
ENVIRONMENTAL REQUIREMENTS
The Contractor shall act in an environmentally sensitive manner at all times.
The Contractor will comply with all requirements of all resource consents for the
Services under the Contract, including any reporting requirements.
Documents relating to current and pending resource consents issued under the
Resource Management Act 1991 have been provided to all Invited Tenderers. These
documents are listed in Appendix L.
The Contractor will be responsible for the annual charges, and all other costs associated
with those resource consents that are not related to capital works projects, together with
responsibility for renewal of the resource consents, and procurement of any further
resource consents, as may be necessary for continued execution of the Services under
the Contract. The condition of any such resource consents must be met.
The Contractor's attention is drawn to:



 Geological and geomorphic features within and adjoining the Limits of Work of
cultural, environmental or scenic significance.
The existence of scenic and similar reserve land adjacent to the Limit of Works


The existence and limitations of Regional Council general authorisations, and
guidelines
The Contractor is required to identify all locations of environmental, cultural, and scenic
value, and put in place procedures and practices that satisfy the conditions of all
consents, compliance notices, and guidelines, including those related to emergencies.
4.5
4.5
CONTRACTOR'S OPERATIONAL OBLIGATIONS
4.5.1 Quality Plan
(a) (a) The Contractor must develop, maintain and follow a Quality System and Quality
Plan.
(b) (b) The Quality System shall be effective upon Commencement of the Contract and
shall be independently certified to ISO 9002 standard within a period specified by the
Contractor. Refer to Clause 1.4.2.6.
4.5.4
4.5.4
Innovation Requirements
(a) (a) Throughout the term of the Contract, the Contractor must explore, develop and
present to the Management Board potential Improvement Initiatives.
(b) (b) The Contractor must, in a similar manner, pursue potential Improvement
Initiatives suggested to it by notice from the Principal or the Superintendent.
4.5.4.1 Relevant Initiatives
Examples of potential Improvement Initiatives are:


Reduced maintenance cost and resulting payment (e.g. maintenance effort,
longer life treatments);


Reduced running costs;


Improved levels of Service;


Improved road safety performance;


Added functionality (e.g. more features to meet road user needs);


Reduced capital cost; and


Increased service life of the Assets.
4.5.4.2 Approval of improvement Initiatives
(a) (a) The Contractor may carry out Improvement Initiatives as of right that do not
require any additional payment or any reduction in the level of Service, Performance
Measures or the Contractor's Obligations otherwise Improvement Initiatives will only
be implemented if approved by the Management Board. The Contractor, in seeking
approval to implement a new Initiative, must present to the Management Board for its
consideration a brief report including:


















Description of the nature of the Initiative;
Previous implementations;
Risk involved and methods for mitigation;
Time proposed to implement;
Additional or reduced payment for the Initiative;
Benefits quantified and qualified including any safety related benefits;
Special conditions;
Proposed sharing of benefits between Principal and Contractor; and
Consistency with the TNZ national state highway management
(b) (b) The Management Board must assess the proposed Initiative and, if appropriate,
make a recommendation to the Principal for its Approval, including in respect of any
proposed alterations to payments under the Contract as provided for in Clause
4.6.12.
In making its recommendation in respect of alteration to payment the Management
Board shall be guided by the principle that if any cost saving results from an
Approved Improvement Initiative which does not relax any requirements of the
Contract then there shall be no reduction in payments.
4.5.4.3 4.5.4.3 Implementation of initiatives
If implementation of an Approved Initiative results in an effect on payment, a variation
will be issued for its adoption.
4.5.4.4 4.5.4.4 Consideration by Management Board
(a) (a) It is intended that the Management Board will reach a solution and make a
recommendation to the Principal which will be beneficial and agreeable to both the
Principal and the Contractor.
(b) (b) The actual process implemented will vary depending on a number of factors,
including but not limited to the type of Initiative and its cost benefit, technical issues,
funding levels and corporate and Government policies.
Some possible examples of outcomes of discussion within the Management Board
are listed below.


The Principal funds the Initiative to gain benefits from improved service
levels with nil reduction in maintenance volume of work and associated
payments.


The Principal provides 100% of funding for the Initiative, the Contractor's
volume of work varies and Contract payment to the Contractor is varied
accordingly.

 The Principal and the Contractor jointly fund the Initiative and both parties
share the benefits from implementing the Initiative. The benefits may be cost
benefits, payment benefits or service benefits.


The Contractor funds the Initiative with no change to the Lump Sum
Payment as the Initiative reduces the overall costs of the project to the
Contractor and does not require any lowering of the Performance Measures.

The Contractor funds the Initiative and reduces its required maintenance
costs and shares the benefit with the Principal by a reduction to payments from
the Principal.

4.6.9
4.6.9
Adjustment for Rise and Fall in Costs
(a) (a) All prices, but not percentages, in the Price Schedules and the Lump Sum
Payment are subject to adjustment for rise and fall in costs.
(b) (b) The Adjustment will be made once only in each calendar year.
(c) (c) The adjustment will be determined by the method described in Appendix D.
Calculation of Cost Fluctuation Adjustment
The amounts payable by the Principal to the Contractor, under the terms of the Contract
shall be adjusted up or down by amounts calculated in accordance with the following
formula:
C = VxF
Where:
F=[
0.50 ( W  W '' )
W'
 0.10(GG' G' )  0.20B( B'  B'  0.05(TT' T' )  0.05(RR'  R' )  0.10(PP' P'' ) ]
Where:
The value of F shall be rounded to four decimal places before final multiplication with
valuation of work, V.
F= Cost Fluctuation adjustment factor
C= Cost fluctuation adjusted payment due to the Contractor for the month under
consideration.
V= Payment due to the Contractor for the month under consideration based on the lump
sum and any Additional Works, priced using the rates agreed as the basis of the
Contract, and excluding the cost fluctuation adjustment.
W= Labour Cost Index - All Salary and Wage Rates; All Sections Combined, All
Industries Combined, published by Statistics New Zealand for the quarter within which
August falls for the year under consideration.
G= Producers Price Index Inputs- Industry Group 10 Non-Metallic Mineral Products,
published by Statistics New Zealand for the quarter within which August falls for the year
under consideration.
B= Producers Price Index Inputs- Industry Group 15 Construction, published by
Statistics New Zealand for the quarter within which August falls for the year under
consideration.
T= Producers Price Index Inputs- Industry Group 17 Part 1 Transport and Storage.
R= Producers Price Index Inputs- Industry Group 17 Part 2 Road Transport, published
by Statistics New Zealand for the quarter within which August falls for the year under
consideration.
P= Farm Expenses Price Index- All Farms - Fuel, published by Statistics New Zealand
for the quarter within which August falls for the year under consideration.
W', G', B', T', R', P'= As defined for W, G, B, T, R and P respectively but applying for the
quarter during which August 1998 fell.
For the period ending 30th June 1999, no cost fluctuation shall be paid. i.e. F=1 and C=V
For subsequent years the cost fluctuation factor, F, shall be calculated once only using
the indices for the quarter containing the month of August. As an example, the value of F
to apply for payments in the months of 1st July 1999 to 30 June 2000 shall be
established using the indices for the quarter containing the month of August 1999.
For the purpose of calculating the cost fluctuation adjustment, any payment items which
are based on actual cost or current prices and any advances shall be excluded from the
calculation.
No other cost fluctuation adjustment will be made by reason of any inaccuracy in the
proportion of inputs specified.
The indices to be used in the calculation of fluctuation shall be those first published by
Statistics New Zealand for the first quarter.
If at any time any of the indices referred to are no longer published by Statistics New
Zealand, or if the basis of any index is materially changed, the adjustment shall
thereafter be calculated by using such other index or in such other manner, as will fairly
reflect the changes as previously measured by that index.
Extent and Limit of Works
The Limit of Works is as follows:
State
Highway
Start RP
Finish RP
Approximate
Length (km)
3
RP 5/4.40
RP 218/9.55
215.0
31
37
RP 0/0.00
RP 0/0.00
RP 0/0.00
RP 47/9.20
RP 0/7.43
RP 61/8.80
56.3
7.3
69.7
RP0/0.00
RP 47/14.14
60.6
408.9
4
30
Total
Comments
From just north of Airport Road
intersection (SH21) south of Hamilton
City, to just west of Mahoetahi Rd near
SH 3A intersection, New Plymouth
Otorohanga to Kawhia
Hangatiki to Waitomo Caves
Eight Mile Junction to Kururau Road,
Taumarunui
Te Kuiti to Taupo District Boundary
For Contract administration and defining the scope and standard of service required, the
Limit of Works consists of three networks. They are:
North Network -
SH3 from RP 5/4.40 to RP 76/2.0 i.e. from the start through to just
south of Te Kuiti Borough plus all of SH37.
South Network -
SH3 from RP 76/2.0 to RP 218/9.55 plus SH4 from RP 0/0.00 to
RP 61/8.80
East West Network- al of SH31 and SH30 between RP0/0.00 and RP 47/14.14
The map at the end of this Appendix relates.
Al state highways through urban areas are included in the network which passes through
the area of urban development, and the state highways in such urban areas are to be
maintained to the standards set down for the respective adjoining network.
Te Kuiti and Otorohanga Urban areas shall be part of the North Network.
The Principal has a memorandum of understanding with each of the territorial authorities
prescribing limits of responsibility where the state highway passes through urban areas.
F 12
SERVICES SYSTEMS
The Contractor will take a systems approach to delivery of all services. This system will
be sufficiently documented to allow the Principal to fulfil the audit role. Such a system
will be partitioned into functional areas and will include all process and procedures to
ensure compliance with the Contract requirements.
The following are examples of the services to be provided by the Contractor:
a)
a)
Annual Plan (Capital Works)
The Contractor will maintain a 10-year forward capital works programme
developed using the Project Evaluations Manual and Programme and Funding
Manual. Estimates will be prepared using the Principal's rules on contingencies.
Each year, the year 2 projects will form the basis of the Annual Plan deliverable
in accordance with Section G4 of Appendix G.
b)
b)
Capital Works
The Contractor may be retained from time to time to carry out capital works
projects. The Performance Measures relating to such works will be the subject of
the project specific terms and conditions and not those of the Contract.
c)
c)
Environmental Compliance
In the performance of the Contract, the Principal aims to foster an
environmentally responsible attitude on the part of the Contractor, its employees
and subcontractors. Such compliance includes complying with existing resource
consents investigating and obtaining all additional consents required under the
Resource Management Act. Environmental compliance relates to all inputs or
actions taking place within the Limit of Works.
The Principal engaged in a one off costs share agreement with Environment
Waikato during July 1997 for the planting of trees to stabilise farmland below
SH3, south of Mahoenui (from RP 103/14.6 to RP 103/14.7). The Principal has
no further obligations regarding this planting.
d)
d)
Land Entry
All land entry consents required for maintenance activities shall be arranged by
the Contractor.
e)
f)
e)
Communication


The Contractor shall prepare, for the approval of the Superintendent,
then action appropriate media releases as and when necessary.

 The Contractor shall establish a communication system which includes
logging complaints.
f)
Health and Safety
In the performance of the Contract the Principal aims to foster a responsible
attitude toward occupational health and safety on the part of the Contractor, its
employees and subcontractors.
g)
g)
Emergency Procedures and Contingency Plans
The Contractor shall develop and maintain up to date specific procedures for
emergency events, together with contingency plans associated with closure of
the State Highway at any point.
The procedures shall include all necessary detour plans, signage and
communication requirements.
h)
h)
General Management of Network Control
The Contractor is responsible for the day to day management of network control
which includes, but is not limited to such issues as:












G1
 obstructions and partial closures
 unauthorised works
 abandoned vehicles
 fences and encroachments
 damage repair cost recovery
 stock control
 purchase, control and disposal of the Principal's assets
 closure of State Highways
 roadside trading
 unauthorised signs
 illegal crossings and services
 actions potentially having significant adverse effects to the State Highway
environment.
INTRODUCTION
This Contract is based on the concept of passing total management and maintenance
responsibility for the Assets, to the Contractor, for 10 years. To support the Contract, a
Performance Measure framework has been developed. The objectives of the
Performance Measures framework are to:


Provide a Contracted Condition Standard at the Commencement of Services.
This Contracted Conditions Standard will be compared to the condition of the Assets
at the completion of the Contract.

 Provide a means to monitor and assess the Contractor's performance during the
Contract.


Provide security to the Principal that the condition of the Assets, and the
Services to be Provided are being measured during the Contract.
G2
PERFORMANCE MEASURE FRAMEWORK
G2.1
Performance Measures
There are two categories of Performance Measures, Physical Works Performance
Measures and Service Performance Measures.
G2.1.1 Physical Works Performance Measures
The Physical Works Performance Measures are divided into two sub-categories being
Network Condition Measures and Asset Maintenance Standards as listed in Parts 1A
and 1B respectively of Section G4 of this Appendix G.
G2.1.2 Service Performance Measures
The Service Performance Measures relate to professional and management services.
Service Performance Measures relating to Reporting are listed in Part 2 of Section G4 of
this Appendix G. Other Service Performance Measures are required to be identified and
defined in Tenders in accordance with Clause 1.4.2.7.
G2.2
Conditions Standards
There are three condition standards, Base Condition Standard, Contracted Condition
Standard and Final Condition Standard.
G2.2.1 Base Condition Standard
The Base Condition Standard is the condition to which the Assets must be maintained
under the terms of the Base Tender. The Base Condition Standard forms the basis of
tendering and may become part of the Contracted Condition Standard.
The Base Condition Standard for all Network Condition Measures except Residual Life
shall be the actual condition of the Assets at Commencement of Services as measured
and calculated by the Contractor in accordance with Clause G3.3.
The Base Condition Standard for Residual Life is that calculated by the Principal in
accordance with Clause G3.1.
The Base Condition Standard for Asset Maintenance Standards is specified in Part 1B of
Section G$ of this Appendix G.
The Base Condition Standard for Reporting under Service Performance Measures are
those listed in Part 2 of Section G4 of this Appendix G.
G2.2.2 Contracted Condition Standard
The Contracted Condition Standard is the contracted condition to which the Assets are
to be maintained, as agreed between the Principal and the Contractor. It consists of both
the Physical Works Performance Measures and Service Performance Measures
including all those nominated in the Preferred Tender and as negotiated between the
Principal and the Contractor in accordance with Clause G3.3.
G2.2.3 Final Condition Standard
The Final Condition Standard is the condition of the Assets upon completion of the
Contract as measured by the Principal.
G2.3
Inspections and Reviews
G2.3.1 Network Condition
Compliance with the Network Condition Measures will be monitored by High Speed Data
Collection (HSDC), Falling Weight Deflectometer (FWD) and the related calculations.
The annual collection and the data recorded by High Speed Data Collection Vehicle
(HSDV) analysis and SCRIM is the responsibility of the Contractor. Collection and
validation of data is to be performed in accordance with the relevant specifications in this
Appendix G.
The collection of data recorded by Falling Weight Deflectometer (FWD) is the
responsibility of the Contractor. Collection of data is to be performed in years 3,6,8 and
10 of the Contract in accordance with Section G8 of this Appendix G.
Data collected by HSDC shall be maintained by the Contractor and results provided to
the Principal.
G2.3.2 Asset Maintenance
Compliance with the Asset Maintenance Standards will be monitored by a combination
of data collection and visual inspections. The Contractor will be responsible for collecting
its own data for management of the Contract and for provision of data collection such as
is required to demonstrate skid resistance and texture compliance. The Superintendent
will generally only collect data in the event of a failure in the Contractor's non-compliance
system being recorded in a random audit performed in accordance with Clause G2.3.3.
or upon receiving complaints from the public.
G2.3.3 Random Audits
Compliance with the Asset Maintenance Standards and Services Performance
Measures will be monitored by primarily by random audits of the Contractor's noncompliance system. The Superintendent will perform random audits as he deems
necessary and may engage others to assist him in this task.
G2.3.4 Independent Reviews
The Principal will contract with an Independent Auditor to perform an annual review of
the Contractor's performance, in terms of compliance with the Performance Measures.
The review will consist of a visual inspection, as described in Clause G2.3.2, and a
random audit, as described in Clause G2.3.3.
The sample size for the visual inspection will be 100% in the first and final years and as
determined by the Superintendent at the time of the review throughout the term of the
Contract.
The draft Request for Tender document for selection of an Independent Auditor is
included in Appendix I.
G3
PROCESS
G3.1
Historic Data
The Principal has undertaken High Speed Data Collection of State Highways for several
years, measuring Roughness, Texture, Rutting and Skid Resistance. The results of
these surveys, as they pertain to the Limit of Works, have been provided to Invited
Tenderers, referenced in Appendix L as Item 5, Revisions 1, 2 and 3.
The Principal has recently undertaken a FWD survey of the Assets within the Limit of
Works. The initial results of this survey were provided to Invited Tenderers, referenced in
Appendix L as Item 55, Revision 1, Item 68, Revision 1 and Item 69, Revision 1 and later
amended, referenced in Appendix L as Item 151, Revision 1.
The Principal has undertaken a 20% sample visual inspection of the Limit of Works to
assist in setting the Base Condition Standard of Asset Maintenance Standards. The
results of this survey have been provided to Invited Tenderers, referenced in Appendix L
as Item 152 Revision 1.
With the exception of the results of the FWD survey, which has been used to calculate
the Residual Life Performance Measure, the historic information on the condition of the
Assets, as supplied by the Principal, does not form part of the Contract.
G3.2
Tender and Tender Evaluation
Invited Tenderers shall propose in their Tender Performance Measures for both Physical
Works and Services in accordance with Clause 1.4.2.7.
The Performance Measures and their framework will be finalised as part of the
negotiation between the Principal and the Preferred Tenderer in accordance with Clause
1.5.7.
G3.3
Finalisation of Contracted Condition Standard
Within 3 month of Commencement of Services, the Contractor shall perform a HSDC
survey in accordance with Clause G2.3.1 and calculate the Base Condition Standard for
all Network Condition Measures except Residual Life.
The Base Condition Standard for all Network Condition Measures except Residual Life,
as measured and calculated by the Contractor will be considered by the Management
Board.
The Management Board shall satisfy itself as to the accuracy and validity of the
Contractors data and shall then set the Contracted Condition Standard for all Network
Condition Measures listed in Part 1A of Section G4 of this Appendix G, except Residual
Life, which shall be the Management Board's assessment of the actual condition of the
Assets at handover to the Contractor.
The Performance Measures agreed as the basis of the Contract in accordance with
Clause G3.2, as modified by the Management Boards determination of the Contracted
Condition Standard of all Network Condition Measures, except Residual Life, will form
the Contracted Condition Standard.
G.3.4 Compliance Assessment
Compliance with the Performance Measures will be monitored by the Contractor and the
Superintendent throughout the term of the Contract in accordance with Clauses G2.3.1,
G2.3.2 and G2.3.3.
Compliance with the Performance Measures will be reviewed by the Independent
Auditor in accordance with Clause G2.3.4.
The first identification of a fault or defect will not be recorded as a non-compliance if it
can be demonstrated by the Contractor's systems that the fault or defect is programmed
for rectification within the response time specified for that type of fault or defect. Failure
to rectify within the required response time and/or failure of the Contractor's systems to
demonstrate compliance and/or subsequent identification of the same fault or defect will
be assessed as described below.
Following the completion of any inspection or review performed in accordance with
Clause G2.3, the Contractor's performance will be graded as: Satisfactory, Marginal,
Unsatisfactory. The following criteria shall apply.
Unsatisfactory
-
any single instance of non-compliance with any Priority 1
Performance Measure
-
non compliance with an unacceptable number of Priority 2
Performance Measures or an unacceptable number of
instances of the same Priority 2 Performance Measure
-
any single instance of non-compliance with a Priority 2
Performance Measures identified is a previous performance
review and not rectified within the response time
-
non-compliance with an unacceptable number of Priority 3
Performance Measures or an unacceptable number of
instances of the same Priority 3 Performance Measure,
identified in a previous performance review and not rectified
within the response time
OR
OR
OR
OR
-
non compliance with any single instance or a Priority 3
Performance Measure identified in previous performance
reviews and not rectified within twice the response time.
-
any single instance of non-compliance with any Priority 2
Performance Measures
-
non-compliance with an unacceptable number or Priority 3
Performance Measures or an unacceptable number of
instances of the same Priority 3 Performance Measure
-
any single instance of non-compliance with a Priority 3
Performance Measure identified in a previous performance
review and not rectified within the response time.
-
-
-
non-compliance with an acceptable number of Priority 3
Performance Measures.
Marginal
OR
OR
Satisfactory
full compliance
OR
The person performing the inspection or review in accordance with Clause G2.3 is to
form their own interpretation of what is 'unacceptable' in terms of the number of
instances of non-compliance. This interpretation should take into account:
-
-
The extent and severity of the non-compliances
-
the number of non-compliances combined across all Priority levels e.g. if noncompliance are recorded at both Priority 2 and 3 levels, unacceptable' may be
deemed to be a lower value than had only Priority 3 non-compliances been recorded.
-
the consequences of the reviewer's or inspector's interpretation and the relativity
of these in terms of what was actually recorded during the review or inspection.
Disagreement as to what is unacceptable shall be resolved in accordance with Clause
4.15.
The results of all inspections or reviews performed in accordance with Clause G2.3
throughout the term of the Contract are to be included in assessing the required
response, summarised as follows (i.e. any Marginal and Unsatisfactory results are
cumulative throughout the term of the Contract):
Results of Inspections
(Clauses G2.3.1, G2.3.2 and G2.3.3)
Results of Reviews
(Clause G2.3.4)
Satisfactory
Satisfactory
One Marginal
Two Marginal
Three Marginal
One Unsatisfactory
Two Unsatisfactory
N
C
M
T
M
T
One
Marginal
Two or More
Marginal
One or More
Unsatisfactory
C
M
T
M
T
M
M
T
M
T
T
Table Key:
N=
No action required
C=
The Contractor is required to perform corrective action. A subsequent inspection
or review will be performed six months after the inspection or review resulting in
a less than Satisfactory grade.
M=
The Contractor is required to perform corrective action accepted by the
Management Board. A subsequent inspection or review will be performed three
month after the inspection or review resulting in a less than Satisfactory grade.
T=
The Principal may terminate the Contract.
Prior to the first inspection o review being performed in accordance with Clause G2.3 the
Contractor's performance shall be assumed to be Satisfactory.
Inspections or reviews performed subsequent to the inspection or review resulting in a
less than Satisfactory grade, will not necessarily be limited to the non-compliances
identified in the inspection or review resulting in a less than Satisfactory grade.
Nothing in this clause shall effect the right of the Principal to terminate the Contract
under Clause 4.14 nor shall this clause be considered to limit in any way the Contractor's
responsibility to comply fully with the requirement of the Contract, nor shall it imply any
constraints on the Superintendent to require a more timely remedy on any particular non
compliance.
G3.5
Contract Completion
The Contractor shall fulfil its obligations in accordance with Clause 4.20.1.
The Independent Auditor will perform a review in the final year in accordance with
Clause G2.3.4.
The Superintendent will consider this review in determining the Final Condition Standard
and in the course of performing his duties in accordance with Clause 4.20.2.
G4
PERFORMANCE MEASURES
PART 1: PHYSICAL WORKS PERFORMANCE MEASURES
PART 1A: NETWORK CONDITION MEASURES
PART 1B: ASSET MAINTENANCE STANDARD
Base Tender
Feature
Bleeding
Snow
Desire
Outcome
Binder no
picked up on
any time
No surprise
for drivers.
Safe
Category
All Roads
No surprise
for drivers.
Safe
All Roads
Roads
passable
North
Network and
all Urban
South and
East/West
Networks
Ice
No surprise
for drivers.
Safe
All Roads
Base
Condition
Standard
Handback
Complianc
e
Compliance
During
PSMC Period
Respons
e time to
correct
deficienc
y
Recommended
Boundary
Criteria for
Alternative
Offer
No free binder
which results in
user complaints
Base condition
No free
binder
100% at base
condition
All bleeding
surfaces treated
2 hours
All required
temporary
warning signs
erected
before grit
spread
100% at base
condition
At all
times
Grit and signs
removed
within 24
hour of
bleeding
stopping
Road closure
signs erected
if road
impassable.
Emergency
notification
procedures
and
contingency
plan enacted
Traffic lanes
sufficiently
free of snow
to be
trafficable by
light vehicles
if safe and
practical
Traffic lanes
sufficiently
free of snow
to be
trafficable by
light vehicles
if safe and
practical
All necessary
permanent
warning signs
in place
during
periods when
ice may be
present
100% at base
condition
All temporary
warning signs
required by the
Manual of Traffic
Signs and
Markings
erected and
maintained
when grit
spread
Grit & temporary
warning signs
removed when
no bitumen
bleeding
At all
times
Base condition
100% at base
condition
100% at base
condition
1 hour
Base condition
100% at base
condition
Continuous work
to keep highway
open and
maintain open
as long as
worker safety is
not
compromised
Continuous work
in daylight hours
to keep highway
open & maintain
open as long as
worker safety is
not
compromised
All permanent
warning signs
required by the
Manual of Traffic
Signs and
Markings
erected at
places where
icing is
frequently a
problem
2 hours
Base condition
2 hours
Road passable
single lane during
daylight hours
only
At all
times in
winter
months
Base condition
100% at base
condition
100% at base
condition
Base Tender
Feature
Desire
Outcome
Adequate
skid
resistance
Road
Closures for
Emergency
Events
Motorist
advised of
road closure
Category
Planned
Road
Closures for
Maintenance
and
Construction
Works
Minimal
disruption to
normal
highway
activity
Recommended
Boundary
Criteria for
Alternative
Offer
All temporary
warning signs
required by the
Manual of Traffic
Signs and
Markings
erected and
maintained
when grit spread
Grit & temporary
warning signs
removed when
no ice present
At all
times
Base condition
At all
times
Base condition
100% at base
condition
Traffic lanes free
of ice
2 hours
Free of ice during
normal working
hours only
100% at base
condition
Traffic lanes free
of ice
2 hours
Free of ice during
normal working
hours only
100% at base
condition
All closures sign
posted correctly
within response
times
2 hours
6.00am to
6.00pm
Base condition
Compliance
During
PSMC Period
Base
Condition
Standard
Handback
Complianc
e
All required
temporary
warning signs
erected
before grit
spread
100% at base
condition
Remove
signs within 2
days of ice
and grit
removal
Traffic lanes
free of ice
6.00 am and
10,00 pm
Traffic lanes
free of ice
90% of day
light hours
each day
Appropriate
temporary
road closure
signs &
barriers
erected at the
point of
closure
100% at base
condition
Permanent
road
condition
signs
changed
before and
after the
closure
AA, local
police and
TNZ notified
of closure
and regularly
advised of
development
s
100% at base
condition
All closures sign
posted correctly
within response
times
30
minutes
Base condition
100% at base
condition
All parties
advised of
closure and
changes in
conditions within
response time
Base condition
North
Network
Road closure
barricades
staffed at all
times
100% at base
condition
South and
East/West
Networks and
Urban
Road closure
barricades
staffed in
daylight
hours
100% at base
condition
1 hour
Road closure
barricades not
staffed
All Roads
Formal
approval
obtained and
motorist and
service
agencies
advised of
closure
100% at base
condition
Each closure
manned at the
barricades for at
least 95% of
time
Each closure
manned at the
barricades for at
least 95% of
time during
daylight hour
100%
compliance with
State Highway
Control Manual
requirements
30
minutes
for closure
and
reopening
Status
reports at
least 4
hourly
6am to
8pm
1 hour
N/A
Base condition
North
Network and
associated
urban
South and
East/West
Networks and
associated
urban
All Roads
Service
Agencies
advised of
road closure
Closure
enforced
Respons
e time to
correct
deficienc
y
4 hours
6.00pm to
6.00am
Road closure
barricades staffed
only during normal
working hours
Base Tender
Feature
Detritus and
Litter
Desire
Outcome
Category
Compliance
During
PSMC Period
Respons
e time to
correct
deficienc
y
Recommended
Boundary
Criteria for
Alternative
Offer
Not greater than
1000m of traffic
lane unsealed for
5 days on North
Network, 7 days
for South
Network, and 10
days on
East/West
Network
Doubling of
compliance delays
at
non-peak periods
Base
Condition
Standard
Handback
Complianc
e
Safety,
smoothness,
comfort
No unsealed
surfaces
100% at base
condition
Not greater than
1000m of traffic
lane at any
single project
site unsealed for
 5 days without
specific approval
2 days
Safety and
capacity
No traffic
delays
100% at base
condition
N/A
No detritus
and litter
visible on
carriageway
and side
slopes
100% at
base
condition
3 minute
maximum delay
in urban areas,
5 minute
maximum delay
in rural areas
Must have a
contingency
plan
Not more than
10 items of litter
in any one
kilometre visible
on carriageway
and side slopes
Safe,
aesthetic
functional,
tidy and
clean
appearance
All Roads
1 month
No dangerous and
offensive detritus
and litter visible
on carriageway
and side slopes
PART 1B (II) ASSET GROUP: SEALED CARRIAGEWAY (including sealed shoulders)
Skid
Resistance
Adequate
Skid
Resistance
Safety
All Roads,
Site Cat.1
Intervention
Level 0.45
SFC
All Roads,
Site Cat.2
Intervention
Level 0.40
SFC
Texture
Adequate
Texture and
Safety
All
Asphaltic
Paved
Surfaces
No Cat 1
sites with
100% SFC 
0.50
100% at
base
condition
100% at base
condition
2 years
No Cat 1
sites with
average SFC
 0.45
No Cat 1
sites with
average SFC
 0.40
No 5
consecutive
10 metre
sections
within a Cat 1
site with
SFC  0.45
No 10 metre
section within
a Cat 1 site
with
SFC  0.35
No Cat 2
sites with
100%
SFC  0.45
100% at
base
condition
100% at base
condition
1 year
100% at
base
condition
100% at base
condition
3 months
100% at
base
condition
100% at base
condition
1 year
100% at
base
condition
100% at base
condition
1 month
100% at
base
condition
100% at base
condition
2 years
Mean MPD
70 mm* on
all treatment
lengths with
asphaltic
paved
surfaces
100% at
base
condition
Not more than
2 asphaltic
paved
treatment
lengths not
complying
12 month
Response time
extended
1 month to 3 month
3 months to 6
months
1 year to 2 years
2 years to 3 years
Response times
extended 1 month to
3 months,
3 months to 6
months, 1 year to 2
years, 2 year to 3
years
Base condition
Base Tender
Feature
Desire
Outcome
Category
Depression
s
Rutting
Safety,
Smoothness,
Comfort
Safety,
Smoothness,
Comfort
Safety,
Smoothness,
Comfort
Handback
Complianc
e
Not more
than 2m² in
any location
and not more
than 1% of
any
treatment
length area
with MPD
0.50mm*
100% at
base
condition
Mean MPD 
0.90mm* on
all treatment
lengths with
chip sealed
surfaces
Not more
than 2m² in
any location
and not more
than 1% of
any
treatment
length area
with MPD
0.50mm*
100% at
base
condition
North
Network &
associated
urban
No Potholes
100% at
base
condition
South &
East/West
Networks &
associated
urban
No Potholes
100% at
base
condition
North
Network
and
associated
urban
South and
East/West
Networks
and urban
No ponding
of water
3mm above
surfacing
aggregate
No ponding
of water
3mm above
surfacing
aggregate
100% at
base
condition
All Roads
No ruts
greater than
30 mm deep
which
concentrate
runoff to a
depth which
induces
aquaplaning
or create
safety
problems
100% at
base
condition
All Chipseal
Surfaces
Potholes
Base
Condition
Standard
100% at
base
condition
100% at
base
condition
Compliance
During
PSMC Period
Respons
e time to
correct
deficienc
y
Recommended
Boundary
Criteria for
Alternative
Offer
 95% of any
treatment
length
complying
and not
greater than
5m² with
mean texture
depth 
0.5mm in any
single location
Not more than
5 chip sealed
treatment
lengths not
complying
2 months
Sept-Apr
12 month
Base condition
95% of any
treatment
length
complying
and not
greater than
5m² with
mean texture
depth 
0.5mm in any
single location
 10 potholes
with a
diameter
100mm on
any continues
5 km of lane
length
2 months
May-Aug
Base condition
4 days
Up to 40 potholes in
any 5km of lane
length with no
pothole 200mm
diameter and/or
response time up to
1 week
 15 potholes
with a
diameter
100mm on
any
continuous
5km of lane
length
 30m in any
one km of
wheel path
with 3mm
ponding
Base
condition 30m
in any one km
of wheel path
with 3mm
ponding
Not more than
5m in any
100m length
of wheel track
in any lane
with rutting
exceeding
30mm depth
8 days
Up to 60 potholes in
any 5km of lane
length with no
potholes 200mm
diameter and/or
response time up to
3 weeks
6 months
Base Condition
9 months
Base condition
12 months
Base condition
Base condition
6 moths
May-Aug
6 Months
Sept-Apr
Base Tender
Feature
Shove/Heav
e
Edge Break
Desire
Outcome
Safety,
Smoothness,
Comfort
Safety
Structural
soundness,
no surprises
Category
Base
Condition
Standard
Handback
Complianc
e
All Roads
where the
shove/heav
e impacts
on safety
No
shove/heave
which
impacts on
road user
safety
100% at
base
condition
All Roads
where the
shove/heav
e impacts
on safety
No
shove/heave
50mm
above
adjoining
nominal
carriageway
surface
100% at
base
condition
All Roads
2 metres of
edge break
per km of
adjoining
lane where
width of seal
loss from
nominal
sealed
shoulder
edge
exceeds 100
mm
Less than
two on each
network
outside
tolerance of +
10mm in any
direction from
adjoining
surface
10m² of
cracking
evident in
any km of
road
100% 
base
condition
Service
Covers
Waterproof,
smooth riding
All Roads
Cracked
Surfaces
Structurally
sound
pavement,
waterproof
All Roads
Compliance
During
PSMC Period
Respons
e time to
correct
deficienc
y
Recommended
Boundary
Criteria for
Alternative
Offer
No
shove/heave
which impacts
on road user
safety. All
shoves and
heaves in or
adjacent to
wheel paths
20mm above
adjoing
carriageway
surface
Less than
10m in any
one km with
shoves or
heave 50mm
above
adjoining
nominal
carriageway
surface
No greater
than 5m of
edge break
per km of
adjoining lane
where width
of seal loss
from nominal
sealed
shoulder edge
exceeds
100mm
2 weeks
Base condition
3 months
Up to 100m in any
km with
shoves/heave
exceeding 50mm
provided (i) traffic
lanes have no heave
20mm, (ii) no heave
exceeds 100mm, and
(iii) no heave impacts
on highway safety
Up to 50m of edge
break per km of
adjoining lane where
the seal loss exceeds
10mm provided the
sealed shoulder
width is 0.5m and
the maximum seal
loss is 300mm
100% at
base
condition
No greater
than 2 service
covers in 1km
in urban and
nil in rural
areas
2 months
Base condition
100% at
base
condition
N/A
N/A
No cracking visible
when inspected
100% at
base
condition
All culverts
with al least
80%
waterway
area clear
September to
April inclusive
All culverts at
base
condition May
to August
inclusive
2 months
Each culvert  80%
functional at all times
1 month
where
sealed
shoulder is
0.5m wide
3 months
where
sealed
shoulder is
0.5m wide
PART 1B (vi) ASSET GROUP: DRAINAGE
Culverts
(3-4 sqm
waterway
area)
Functional
All Roads
All culverts 
90%
functional
1 month
Base Tender
Feature
Desire
Outcome
Category
Structurally
sound
Flumes
Functional
All Roads
Structurally
sound
Side Drains
and Surface
Water
Channel
Subsoil
Drains
Sumps,
Manholes,
Droppers,
Catchpits
Functional
Functional
Functional
All Roads
All Roads
All Roads
Base
Condition
Standard
Handback
Complianc
e
All culverts
structurally
sound
100% at
base
condition
All flumes
greater than
95%
functional
100% at
base
condition
All flumes
structurally
sound
100% at
base
condition
All side
drains and
surface water
channels with
90% design
waterway
capacity
available
100% at
base
condition
All subsoil
drains
functional
All assets
75%
functional
100% at
base
condition
100% at
base
condition
Compliance
During
PSMC Period
All culverts
monitored
annually. All
visual signs of
structural
distress
reported
All flumes with
at least 80%
waterway
area clear
September to
April inclusive
All flumes at
base
condition May
to August
inclusive
All flumes
monitored
annually. All
visual signs of
structural
distress
reported
All side drains
and surface
water
channels with
at least 80%
waterway
area clear
Sep to April
incl,
All side drains
and surface
water
channels with
at least 90%
waterway
area clear
May to August
incl,
All subsoil
drains
functional
Sept to April
inclusive
All subsoil
drains
functional
May to August
inclusive
All assets
75%
functional
Sep-Apr
All
assets
75%
functional
May-Aug
Respons
e time to
correct
deficienc
y
Recommended
Boundary
Criteria for
Alternative
Offer
N/A
Base condition
2 months
Each flume  80%
functional at all times
1 month
N/A
Base condition
2 months
All side drains and
surface water
channels with al least
80% of the waterway
area clear at all times
1 month
3 months
Base condition
1 month
Base condition
3 months
Base condition
1 month
Base condition
Base Tender
Feature
Kerbs &
Channels
Other
Drainage
Control
Structures
Desire
Outcome
Functional,
not damaged
to the extent
that the
adjacent
pavement is
affected
Functional
Category
All Roads
All Roads
Structurally
sound
Preventive
maintenanc
e
Effects of
erosion
mitigated
All Roads
Base
Condition
Standard
100% of K&C
essential to
the protection
of the state
highway
asset
functioning
satisfactory
No damaged/
broken/
missing
which
has
resulted
in
pavement
deterioration
All other
drainage
structures
are
functioning
satisfactory
All other
drainage
structures
are sound
and
monitored
annually
No identified
potential
erosion sites
without
preventive
treatment or
in place
Handback
Complianc
e
Compliance
During
PSMC Period
Respons
e time to
correct
deficienc
y
Deficiencies
in kerbs and
channels
which are
resulting in
deterioration
of the
adjacent
pavement
are
addressed
within
response
times
3 months
Base condition
All drainage
control and
other
structures
functional at
all times
All drainage
control
structures are
monitored
annually and
any identified
structural
deficiency
reported
All potential
erosion and
scour site
identified
2 months
Base condition
N/A
Base condition
N/A
Base condition
Normal
maintenancetype solutions
which may
prevent or
mitigate
further
erosion
implemented
Major
potential
erosion
problems
reported
Appropriate
Base condition
100%
compliance
with base
condition
100%
By 10
October
each year
100%
compliance
with base
condition
100%
By 31
March each
year
100%
compliance
with base
condition
100%
By 31
January, 31
March and
31 July
each year
100%
base
condition
at
100% at
base
condition
100% at
base
condition
100% at
base
condition
to
magnitude
of problem
and risk
1 week
PART 2: SERVICES PERFORMANCE MEASURES
Reporting
Work
Category
Report
Area Wide
Treatment
Achievement
Report
All Roads
All Roads
Breakdown
of annual
lump sum by
the
applicable
work
categories
Confirmation
of report
dated 10
October of
previous year
Achievement
of output in
kilometres
Recommended
Boundary
Criteria for
Alternative
Offer
Base condition
Base Tender
Feature
Desire
Outcome
Category
Reseals
Achievement
Report
All Roads
Drainage
Improvement
s
Achievement
Report
All Roads
Capital
Works Report
All Roads
RAMM
Report
All Roads
Accident
Reports
All Roads
Highway
Information
and Route
Data Sheets
Resource
Consent
Reports
All Roads
Local
Authority
Information
Report
All Roads
Emergency
Procedures
Manual
All Roads
All Roads
Base
Condition
Standard
Achievement
of output in
kilometres for
asphaltic
concrete and
friction
course
Achievement
of output in
kilometres of
major
improvement
s
List of capital
works project
phases to be
put forward
to Transfund
in coming
financial year
Inventory and
maintenance
updates
Detailing
nature,
location,
extent,
weather
conditions,
condition of
surfacing and
traffic
services and
possible
causes
together with
suggested
remedial
works
Update
compliance
with base
condition
Progress of
applications
Noting issues
relevant to
meeting with
Local
Authority
Updated in
accordance
with
emergency
system
Handback
Complianc
e
Compliance
During
PSMC Period
Respons
e time to
correct
deficienc
y
100%
compliance
with base
condition
100%
By 31
January, 31
March and
31 July
each year
100%
compliance
with base
condition
100%
By 31
January, 31
March and
31 July
each year
100%
compliance
with base
condition
100%
By 30
September
each year
100%
compliance
with base
condition
100%
compliance
with base
condition
100%
By 21 July
each year
100%
Within 2
weeks of a
fatal or
serious
accident
100%
100%
By 30 June
each year
100%
compliance
with base
condition
100%
100%
compliance
with base
condition
100%
Within 2
weeks of
request by
SuperIntendant
1 week
prior to
meeting
100%
compliance
with base
condition
100%
By 30 June
each year
Recommended
Boundary
Criteria for
Alternative
Offer
Download