Sie sind auf Seite 1von 347

Contract NZTA 2019359

Ahaura Bridge Replacement


Contract Documents

Traditional
This page is intentionally left blank.
CONTRACT DOCUMENTS

INSTRUCTIONS FOR TENDERING IFT 1

1 Key Information for Tenderers

2 Conditions of Tendering

3 Schedule to Conditions of Tendering

4 Non-Price Attributes

5 Alternative Tenders

6 Alternative Tenders Design Certificate

7 Tender Information Schedule

8 Tender Evaluation Procedure

9 Tender Acceptance and Debriefing

10 Tender Evaluation Marking Forms

Tender Form TF 1

SCHEDULE OF PRICES SP 1

BASIS OF PAYMENT BP 1

1 Preamble

2 Certificates and Payment

3 Valuing Scope Changes

4 Basis of Measurement and Payment

CONDITIONS OF CONTRACT CC 1

Contract Agreement

General Conditions

Schedule 1 Special Conditions of Contract – Specific Conditions of Contract

Schedule 2 Special Conditions of Contract – Other Conditions of Contract

Schedule 3 Form of Contractors Performance Bond

Schedule 4 Form of Principal’s Bond – NOT USED

Schedule 5 Form of Contractor’s Bond In Lieu of Retentions For Contract

Schedule 6 Form of Producer Statement – Construction

Schedule 7 Information on Contractor arranged Construction Insurance – NOT


USED

Schedule 8 Information on Contractor arranged Plant Insurance

Schedule 9 Information on Public Liability Insurance

Schedule 10 Information on Contractor arranged Motor Vehicle Insurance

Schedule 11 Information on Contractor arranged Professional Indemnity Insurance


CONTRACT DOCUMENTS

Schedule 12 Information on Principal arranged Construction Insurance

Schedule 13 Form of Contract (or Subcontractor) Warranty – NOT USED

Schedule 14 Agreement for off-site materials – NOT USED

Schedule 15 Practical Completion Certificate

Schedule 16 Final Completion Certificate

Schedule 17 Cost Fluctuations

PROJECT SPECIFICATION PS 1

1 Contract works

2 Preliminary and general

3 Contract plan

4 Contractor’s programmes

5 Contractor’s reports

6 Health and safety

7 Traffic management

8 Statutory approvals

9 Environmental management

10 Customer management

11 Site information

12 As-built requirements

13 Maintenance requirements

14 Technical requirements

15 Earthworks

16 Domestic well decommission

17 KiwiRail works

18 Stormwater drainage

19 Pavement and surfacing

20 Safety barriers

21 Traffic services

22 Utilities and street lighting

23 Contaminated land

24 Fencing and gates

25 Bridge

26 Retaining wall

27 Bridge deconstruction
CONTRACT DOCUMENTS

28 Scour protection

29 Landscaping

APPENDICES APP 1

I Statutory Approvals

II Archaeological Requirements

III Geotechnical Information

IV Known Hazards

V PPE Minimum Requirements

VI Risk and Safety in Design Registers

VII KiwiRail Requirements

VIII Schedule of Maintenance Responsibilities (PSF 15)

IX Draft NZTA M4 & M10 Specifications

X Contaminated Land Information

XI Electronic Speed Indication Device

XII Formworks and Falsework Certificate Templates

XIII Consultant’s Standard Technical Specifications

XIV Existing SH7 Bridge Information

DRAWINGS D1

The Drawings are bound separately and form part of the Contract Documents.

C0100 & 200 Series Cover Sheets, Drawing Index & Archaeology Plan

C0300 Series General Arrangement Plans

C0400 Series Services and Features

C0500 Control and Setout

C0600 Series Civil Works

C0800 Series String Names

C0900 Series Longitudinal Sections

C1000 Series Cross Sections

C1100 Series Typical Roading Sections & Earthworks Details

C1200 Series Civil Details, Earthworks, Geotechnical, Pavement and Surfacing

C1300 Series Drainage

C1900 Series Signs and Linemarkings

L0400 Series Landscaping

C2100 Series Land Designation Plans


This page is intentionally left blank.
Instructions For Tendering

Ahaura Bridge Replacement


NZTA Contract No. NZTA 2019359
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

This page is intentionally left blank.

   

SM031 App A1 Issue 16: March 2017


Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

SET NO. ________________________________________

Contractor:

Address:

Contact
Numbers:
Engineer: Muir Coup
Address: Level 3, 100 Beaumont Street, PO Box
5848, Auckland 1141
Contact + 64 9 355 9514
Numbers: 027 233 2627
Principal: NZ Transport Agency
Address: 120 Hereford Street, Christchurch
Contact + 64 3 964 2896
Numbers:

Tender Close
Refer to IFT Section 1.6 for tender closing details.

   

Page 1 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

CONTENTS
1  Key Information for Tenderers 4 
1.1  Definitions 4 
1.2  Description of Contract Works 4 
1.3  Contract Type 4 
1.4  Principal’s Expectations 4 
1.5  Tender Submission 5 
1.6  Key Contract Data 5 
1.7  Communications During Tender Period 7 
1.8  Conflict of Interest, Risk of Bias Or Collusion 8 
1.9  Tender Tag and Clarification Statement 9 
1.10  Site Investigations 10 
1.11  Electronic Information 10 
1.12  Additional Project Information 10 
1.13  Compulsory Tender Inception Meeting 11 
1.14  Site Inspection 11 
1.15  Quality Assurance 12 
1.16  Privacy Act 12 
1.17  Confidentiality 12 
1.18  Probity 13 
1.19  Miscellaneous Requirements 13 

2  Conditions of Tendering 14 

3  Schedule to Conditions of Tendering 17 

4  Non-price Attributes 20 


4.1  Attribute Submission 20 
4.2  Tenderer and Tenderer’s Subcontractor Information 20 
4.3  Relevant Experience 20 
4.4  Relevant Skills 21 
4.5  Methodology 21 

5  Alternative Tenders 24 


5.1  Overview 24 
5.2  Submitting an Alternative Tender 24 
5.3  Review of Alternative Tenders 27 

   

Page 2 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

5.4  Principal’s Acceptance of Alternative Tenders 27 


5.5  Alternative Tender Design and Check Certificates 27 

6  Alternative Tenders Design Certificate 28 


6.1  Design Certificate 28 
6.2  Design Check Certificate 29 

7  Tender Information Schedule 30 


7.1  General 30 
7.2  Proposed Subcontractors 30 
7.3  Acknowledgement of Notices to Tenderers 30 
7.4  Proposed Construction Programme 30 
7.5  Contractor’s Insurance Provider 31 
7.6  Proposed Surety 31 
7.7  Name of Tenderer's Banker 31 
7.8  Location of Proposed Dump Sites 31 
7.9  Resource Consent(s) 31 
7.10  Contractor’s Occupational Health and Safety Management Information 31 

8  Tender Evaluation Procedure 33 


8.1  Overview 33 
8.2  Tender Evaluation Team 33 
8.3  Tender Evaluation: Base Estimate 33 
8.4  File 1: Non-price Attribute Evaluation 34 
8.5  Interviews 34 
8.6  Agreement of Non-price Attribute Grades 34 
8.7  Non-Price Attribute Evaluation Report 34 
8.8  File 2 – Price 34 
8.9  Pre-Letting Meeting 35 
8.10  Tender Evaluation Report 35 

9  Tender Acceptance and Debriefing 36 


9.1  Tender Acceptance 36 
9.2  Tender Debriefing 36 

10  Tender Evaluation Marking Forms 38 


10.1  Tender Evaluation Marking Forms 38 

Tender Form 42 

   

Page 3 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

1 Key Information for Tenderers


1.1 DEFINITIONS
1.1.1 Tenderers are advised to read the Schedule 1 - Conditions of Contract, Section 1.2 and
Conditions of tendering, Section 2, 101.2. These sections define the terms used
throughout this document.

1.2 DESCRIPTION OF CONTRACT WORKS


1.2.1 This contract is for the construction of a replacement bridge over the Ahaura River and
associated realigned section of State Highway 7 approximately 35 km North East of
Greymouth, between RP 224/14.7 and 239/0.7. The works include the construction of a
new two lane bridge spanning the Ahaura River, earthworks and embankment
construction, utility diversions, drainage, pavement and surfacing construction, vehicle
and pedestrian barriers, signage, retaining walls, landscaping, and the deconstruction and
removal of the existing single-lane bridge.

Currently SH 7 crosses the Ahaura River using a single lane road bridge. The new bridge
has two traffic lanes and a pedestrian path on the upstream side of the bridge. The
bridge is 217 metres long, comprising 7 No. 30m (nominal) spans of 1225mm deep
Super T beam superstructure, supported by a substructure consisting pier and abutment
caps, twin 1.2m dia pier columns founded in 1.8m dia cylinder pier piles and 1.2m dia
cylinder abutment piles. The new bridge is located downstream from the existing road
bridge near to the existing Railway bridge.

1.3 CONTRACT TYPE


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

1.4 PRINCIPAL’S EXPECTATIONS


1.4.1 The Principal is seeking a contractor who will:
a) Promote the Principal’s statutory objective under the Land Transport Management
Act 2003;
b) Provide value for money and increased price certainty in the procurement and
construction of this project;
c) Plan and undertake the Contract Works in a manner that is consistent with the
Principal’s customer values which collectively include:
 Safer Journeys;
 Efficient and reliable journeys;
 Social and environmental responsibility;
d) Implement proactive strategies to enable the timely completion of the Contract
Works;
e) Develop and implement innovative work methods and/or materials that result in
enhanced performance and cost effective construction;

   

Page 4 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

f) Plan and implement protocols and mechanisms for working in and adjacent to a live
rail corridor, with KiwiRail; and
g) Have cognisance of local expectations with regard to the Ahaura River fishing and
boating access Plan, coordinate and execute the works with a high emphasis on
effective safety, environmental and risk management to ensure public and worker
safety, minimise any social and environmental impacts, plus minimise project risk
exposure impacting on cost, programme and reputation.
h) Ensure quality requirements are upheld to the required high standard.
1.4.2 Tenderers should demonstrate in their tenders that they understand the requirements of
the Tender Documents. They should also show that they can provide the necessary
resources and commitment to successfully complete the Contract Works to meet the
above expectations.

1.5 TENDER SUBMISSION


1.5.1 In accordance with the Prequalification for Physical Works, this contract has been
classified as Bridge Construction (level 3A), Construction (level 4A). Tenderers are
reminded that under the terms of the Highways and Network Operations (HNO)
Prequalification System, only those prequalified as above are eligible to submit a tender.
1.5.2 Where more than one classification level is specified (for example 3A and 4B) and the
tenderer is not prequalified for one of these, a subcontractor who does have this
prequalification registration shall be included in the tender.
1.5.3 A prequalified tenderer may be excluded from consideration if the Principal considers that
for this contract the tenderers attributes are not of an appropriate nature to the contract
being tendered. It is the responsibility of tenderers who consider that they may be in this
category to raise the issue with the Transport Agency's consultant, following the
procedure in section 1.7 of this IFT as soon as possible.
1.5.4 The Principal requires conforming tenders for this contract. Tenderers shall ensure that
their tenders meet all the requirements of the Tender Documents.
1.5.5 In accordance with Clause 105.7 of the Conditions of Tendering (Section 2 of this IFT), the
Principal will consider Alternative Tenders for this contract. The Tenderer shall clearly
define parts of the Contract Works for which an Alternative is being offered.
1.5.6 Tenders shall be submitted in accordance with the Schedule to Conditions of Tendering,
Clause 105.1 (Section 3 of this IFT).

1.6 KEY CONTRACT DATA


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

TABLE 1.7: KEY CONTRACT DATA

DESCRIPTION KEY CONTRACT DATA DOCUMENT REFERENCE

Type of contract Measure and Value IFT Section 1.3

Supplier selection method Prequalification, PQM IFT Section 8.1

Conditions of Contract NZS 3910:2013 CC General Conditions

   

Page 5 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

TABLE 1.7: KEY CONTRACT DATA

DESCRIPTION KEY CONTRACT DATA DOCUMENT REFERENCE

Contract Period For Separable Portion 1 – CC Schedule 1, 10.2.1


main contract works excluding
those works under the other
separable portions:
300 Working Days

For Separable Portion 2 –


landscaping (Note: Runs
Concurrently with SP1):
300 Working Days

For Separable Portion 3 –


removal of the existing SH
bridge: 62 Working Days

Liquidated Damages Separable Portion 1: $1,650 CC Schedule 1, 10.5.1


per Working Day
Separable Portion 2: $200 per
Working Day
Separable Portion 3: $380 per
Working Day

Defects Notification Period Separable Portion 1: 52 CC Schedule 1, 11.1


weeks
Separable Portion 2: 104
Weeks (Defects & Maintenance)
Separable Portion 3: 0 weeks

Cost fluctuations Apply from commencement of CC Schedule 1, 12.8


Contract

Closing date for tender 8 working days prior to tender IFT Section 1.7
queries close

Tenders close 4pm, Tuesday 1st October IFT Section 3


2019

Compulsory Tenderers 10:30am, Wednesday 28th IFT Section 1.13


Inception Meeting August 2019
WSP Opus
12 Moorhouse Avenue
Christchurch

   

Page 6 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

TABLE 1.7: KEY CONTRACT DATA

DESCRIPTION KEY CONTRACT DATA DOCUMENT REFERENCE

Site Inspection During Daylight Hours IFT Section 1.14


Monday 2 September 2019
nd

through to Friday 6th


September 2019 (inclusive)

Target date for naming of Tuesday 12th November 2019


Preferred Tenderer

Target date for Acceptance Tuesday 26th November 2019


of Tender

Note: W/C = week commencing

1.6.2 The above timetable depends on the Principal obtaining resource consents and land. The
Principal may delay awarding this contract if it is unable to achieve these within the tender
period.
1.6.3 The Principal has arranged for Principal Arranged Insurance (PAI) for the Contract Works
and Public Liability for this contract.
1.6.4 Refer to the following Link for details of the PAI, policy: http://nz.marsh.com/nzta-pai/.

1.7 COMMUNICATIONS DURING TENDER PERIOD


1.7.1 For the purposes of this IFT, communications “During Tender Period” is from date of
invitation to tender to tender closing date.
1.7.2 When tenderers receive the Tender Documents, they shall notify the Consultant’s
Nominated Person in Clause 1.7.4 of the name and contact details of the person within
their own organisation with whom they will direct all communications during the tender
period (the Tenderer’s Nominated Person).
1.7.3 All communications between the Consultant’s Nominated Person and tenderers must be
in writing. For the purposes of this IFT, this includes facsimile and e-mail communication,
which may include attachments.
1.7.4 Communications must be clearly labelled with the Principal’s assigned contract number
and name. Communications not so addressed may be delayed and/or not actioned. All
tenderer’s queries shall be addressed to:
WSP Opus
12 Moorhouse Avenue
PO Box 1482
Christchurch 8140
For the Attention of: Greig Larcombe
Contract Number: NZTA 2019359
Contract Name: Ahaura Bridge Replacement
Email: greig.larcombe@wsp.com

   

Page 7 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

1.7.5 Tenderer’s enquiries shall be raised with the Consultant’s Nominated Person as soon as
possible but not later than eight working days before the tender closing date. Where the
Principal considers it necessary and/or appropriate, they will endeavour to respond to all
queries within 48 hours of receiving them.
1.7.6 It is the tenderer’s responsibility to ensure that the Consultant’s Nominated Person has
received any enquiry that they have raised.
1.7.7 Where the Principal considers it necessary and/or appropriate, the answers to any
questions will be made in writing, by way of Notice to Tenderers, to all who have uplifted
tender documents and will subsequently be annexed to, and form part of, the Contract
Documents. All tenderers shall acknowledge receipt of each Notice to Tenderers by
emailing or returning the associated Acknowledgement Receipt to the Tenders Secretary
and also confirm receipt of each Notice to Tenderers in the tender submission.
1.7.8 Telephone communications shall be permitted between the Consultant’s Nominated
Person and the Tenderer’s Nominated Person, for the purpose of clarifying the specific
issues raised in that tenderer’s tender query. Discussions will be strictly limited to such
clarifications. Any such telephone communication is non-contractual, and is for
information only.

1.8 CONFLICT OF INTEREST, RISK OF BIAS OR COLLUSION


1.8.1 Tenderers are required to declare, at the commencement, as soon as practicable after
uplifting the Tender Documents, or as they become aware of them, any actual or potential
conflicts of interest or risk of bias during the tender process, relating to any individual or
company involved in the tenderer's bid. This includes individuals and companies engaged
in any subconsultant, subcontractor or other supply arrangement. The tenderer must
advise the Principal of the means that they intend to use to remove or mitigate such
conflicts of interest or risk of bias.
1.8.2 Tenderers are required to warrant that their tender has not been prepared with any
consultation, communication, contract, arrangement or understanding with any
competitor, other than where:
 Joint venture arrangements exist between the Tenderer and a competitor;
 The Tenderer has communicated with a competitor for the purpose of subcontracting
a portion of the tender, and where the communication with the competitor is limited
to the information required to facilitate that particular subcontract; and/or
 The Tenderer and a competitor have an agreement that has been authorised by the
Commerce Commission.
1.8.3 Any Tenderer that is uncertain as to what would be considered by the Principal to be
collusive or anti-competitive behaviour is encouraged to proactively discuss potential or
perceived collusive behaviour with the nominated Probity Auditor, Commerce Commission
and/or the Principal, in advance to preparing their Tender. In such circumstances the
Tenderer may be required to disclose to the Principal the name of the competitor and the
extent of any arrangements or agreements with them.
1.8.4 In the event that no such disclosure is made, the Tenderer warrants that their tender has
not been prepared with any consultation, communication, contact, arrangement or
understanding with any competitor.
1.8.5 The Principal reserves the right, at its discretion, to report suspected collusive or anti-
competitive conduct by Tenderers to the Probity Auditor and/or other appropriate
   

Page 8 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

authority(s), and to provide them with any relevant information, including their Tender
Submission.
1.8.6 Similarly, the Principal may refer any actual or potential conflicts of interest or any risk of
bias that it becomes aware of, to the Probity Auditor, and decide the appropriate action to
remove or mitigate any potential conflicts of interest or risk of bias.
1.8.7 The Principal reserves the right to decline the tender of any tenderer that
 Has been found to contravene their warrant, and / or
 Cannot satisfactorily remove or mitigate a conflict of interest or risk of bias that, in
the opinion of the Principal, creates an unfair advantage or impropriety in the tender
process.

1.9 TENDER TAG AND CLARIFICATION STATEMENT


1.9.1 The Principal’s preference is that tenderers’ tenders do not contain tags or clarifications.
However, it is acknowledged that in some circumstances tenderers may feel it is
necessary to tag or clarify their tender submission.
1.9.2 If the tenderer wishes to tag or clarify their tender submission in order to modify the
contractual terms detailed in this Tender Document, then that tenderer must detail that
modification in either their Tender Tag and Clarification Statement, or in an Alternative
Tender Statement.
1.9.3 Tender Tag and Clarification Statements must include the following information for each
item:
 reference to the part of the contract document that is intended to be changed;
 a full description of the proposed change; and
 the tenderer’s reason for requiring such a change to the contractual requirements.
1.9.4 Only tag(s) or clarification(s) that comply with the above, and that are included in File 1 of
a tenderer’s tender submission, shall be considered by the Principal.
1.9.5 Any statement that has the general effect of being a tag or clarification but is not included
in a Tender Tag and Clarification Statement or Alternative Tender Statement
 may be disregarded at the Principal’s discretion;
 does not take precedence over the requirements of this Tender Document; and
 is of no effect unless expressly recognised in writing by the Principal.
1.9.6 The Principal is not required to accept any tag or clarification. Tenderers may be required
to modify or remove any or all tags or clarifications at the Principal’s discretion. Failure
to modify or remove a tag or clarification on request may result in that tender being
deemed to be a Non-conforming Tender.
1.9.7 The Principal may, at its discretion, assign a premium to any tender in the tender
evaluation process in respect of an accepted tag or clarification that the Principal
considers to alter the risks, benefits, or cost of the project.

   

Page 9 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

1.10 SITE INVESTIGATIONS


1.10.1 Some site investigation has been carried out as shown on Drawing Sheet 6-DK507.00
Sheets G1221 and G1222. The information arising from such ground investigations is
enclosed in Appendix III. Tenderers are required to make their own interpretation of this
information and shall be deemed to have satisfied themselves as to the nature of the
ground and subsoil before submitting their tender.
1.10.2 The Principal warrants the accuracy relative to the control for the topographical survey
undertaken in accordance with the Transport Agency’s Minimum Standard Z/6 Survey
Specification.

1.11 ELECTRONIC INFORMATION


1.11.1 Electronic copies of the following documentation have been appended to the GETS
advertisement:

DOCUMENT FORMAT

The Schedule of Prices Excel

Instructions for Tendering PDF

Tender Form and Tender Information Schedule Word

Supporting Information as listed in 1.12 (available on PDF


request)

1.11.2 Electronic copies of documents are provided in good faith to assist tenderers. If there is a
discrepancy between the electronic copy and the hard copy (PDF) of the Tender
Documents made available to tenderers, the hard copy (PDF) shall take precedence.

1.12 ADDITIONAL PROJECT INFORMATION


1.12.1 The reports and other information referred to in, or attached to, or made available with,
the Request for Tender Documents have been compiled in good faith by the designers
and are provided for the information of tenderers. Any Geotechnical Interpretative Report
included, is based on the designers assessment of the factual information obtained from
ground investigations. Tenderers are deemed to have studied, and are required to make
their own interpretation of, the contents of all the reports and information provided and
made themselves aware of any matter whatsoever that may affect their tender. Tenderers
are responsible for interpreting the Site conditions from the information given, their
inspection of the Site and other investigations and enquiries and shall be deemed to have
satisfied themselves as to the nature of ground and sub-soil conditions before submitting
their tender. The Principal does not guarantee, and accepts no responsibility for, the
accuracy or completeness or correctness of any data or information presented, or the
correctness of any interpretations. Tenderers shall rely on all information provided by the
Principal at their own risk.
1.12.2 Electronic copies of the following supporting information can be viewed. The
Consultant’s Nominated Person shall be contacted to request access, following the
procedures in section 1.7 of this IFT:
 Ahaura Bridge Replacement Detailed Business Case

   

Page 10 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

 Ahaura River Bridge Structure Design Statement


 SH7 Ahaura Hydraulic Report
 Ahaura Bridge Detailed Site Investigation Contaminated Land Report

1.13 COMPULSORY TENDER INCEPTION MEETING


1.13.1 A compulsory tender inception meeting has been arranged for:

10:30am, Wednesday 28th August 2019


WSP Opus
12 Moorhouse Avenue
Christchurch

1.13.2 A register of attendees will be taken at the compulsory tender inception meeting. Tender
submissions shall only be accepted from tenderers who have attended the compulsory
tender inception meeting.
1.13.3 The tender inception meeting is intended to provide all tenderers with an introduction to
the project, a background as to how the design was developed, and residual opportunities
and risks associated with the project.

1.14 SITE INSPECTION


1.14.1 The site will be available for inspection during daylight hours from:

Monday 2nd September 2019 through to Friday 6th September 2019 (inclusive).

1.14.2 This time period has been arranged so that appropriate temporary traffic management
can be implemented for the site by NZTA. The Consultant/Principal will not be in
attendance at this site visit.
1.14.3 Tenderers shall be advised if the time period has to be rescheduled due to adverse
weather conditions etc.
1.14.4 Tenderers shall note that the land and buildings are tenanted and there may be livestock
present. Access to all buildings is prohibited, access to the land shall be by foot only and
all gates shall be closed after entry. Vehicles shall be parked clear of the highway. Some
suggested parking locations include:

Southern Approach
 The unsealed side road to the railway line
 Pull off area on SH7 immediately south of the unsealed side ride to the railway line
 Accessway to shearing shed/yards immediately south of Ahaura Stream

Northern Approach
 Ahaura Domain (off Ahaura Street)
1.14.5 Tenderers who wish to inspect the interior of the residential dwelling at No. 3329B SH7,
which is being offered for use by NZTA (refer section 11.1.2 of the project specification),
shall make a request for viewing in accordance with section 1.7 above. Tenderers shall

   

Page 11 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

note that a viewing appointment may not coincide with the site inspection period as
appointment times will need to be agreed with the current tenant. Combined viewing
appointments with several tenderers attending at the same time may be held.
1.14.6 All visitors to the site shall provide their own PPE to meet NZTA’s minimum Workplace
Personal Protective Equipment Requirements – refer Appendix V, as a minimum.
1.14.7 Tenderers wishing to visit the site at a time/day other than the arranged site visit shall
ensure that the requisite permissions have been obtained in advance, and the appropriate
Health and Safety measures complied with. All personnel within the state highway reserve,
for whatever reason, shall comply with the requirements of the Code of Practice for
Temporary Traffic Management Level 1.

1.15 QUALITY ASSURANCE


1.15.1 The Contractor shall be required to complete the Contract Works in accordance with TNZ
Q/4:1995 Specification for High Quality Assurance Level Contracts
1.15.2 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
New Zealand Quality Standard TQS1: 2005 or an acceptable quality assurance alternative.
Acceptable alternatives include AS/NZS ISO 9001.
1.15.3 The Quality Assurance requirements applicable to completing the Contract Works are
described in the Project Specification.

1.16 PRIVACY ACT


1.16.1 The Tenderer acknowledges that the Principal’s obligations are subject to the
requirements imposed by the Official Information Act 1982 (OIA), the Privacy Act 1993,
parliamentary and constitutional convention and any other obligations imposed by law.
1.16.2 The Principal requires the consent and authority of the tenderer to discuss and verify the
tenderer’s stated Relevant Experience with all the parties associated with that experience.
This requirement also applies to the tenderer’s subcontractors.
1.16.3 The authorised signatory, in executing the Tender Form, is deemed to have authorised
the Principal (or its designated representative) to make enquiries concerning the
performance of the tendering company. These enquiries will concern the works and/or
projects listed as Relevant Experience by the company in the non-price attributes section
of their tender. The Principal may contact parties named as having involvement in the
works/projects and other parties involved in the works/projects.
1.16.4 The tenderer gives up any claim to confidentiality for the works and/or projects they list
as Relevant Experience in the non-price attributes section of their tender.

1.17 CONFIDENTIALITY
1.17.1 Tenderers shall not release details of the Tender Documents or the tendering process
other than on an "In Confidence" basis to those people who have a legitimate need to
know or with whom they need to consult to prepare their tenders.
1.17.2 Tenderers shall not at any time release information concerning the Tender Documents or
the tendering process for publication in the media or any other public domain.

   

Page 12 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

1.18 PROBITY
1.18.1 An independent probity auditor has been appointed to overview the tendering process (up
to contract award) and verify that the procedures set out in the Tender Documents are
complied with. The Probity Auditor is not a member of the Tender Evaluation Team (TET).
A tenderer concerned about any procedural issue has the right to contact the Probity
Auditor and request a review. The outcome will be documented with copies sent to both
the tenderer who raised the issue and the Principal. The name of the Probity Auditor and
their contact details are as follows:
Shaun McHale
Managing Director (Team Leader, Probity Assurance Services)
McHale Group Ltd
Level 1, 187 Featherston Street
PO Box 25103
WELLINGTON 6146
Mobile: 027 486 3412
Email: shaun.mchale@mchalegroup.co.nz

1.19 MISCELLANEOUS REQUIREMENTS


1.19.1 Tenderers shall submit with their tender all information requested in the Tender
Information Schedule (section 7 of this IFT) and Clause 105.3(c) of the Schedule to the
Conditions of Tendering (section 3 of this IFT).

   

Page 13 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

2 Conditions of Tendering
The Conditions of Tendering are those included in NZS 3910: 2013 - Conditions of Contract
for Building and Civil Engineering Construction as amended below.
Clause numbers refer to Conditions of Tendering clauses.

101 Interpretation
Add the following Clause 101.2
101.2 In these Tender Documents the following definitions apply:
CONFORMING TENDER means a tender that meets or exceeds the
requirements of the Tender Documents. Specifically, a Conforming Tender
must score greater than 35 on all non-priced attributes.
NOTICE TO TENDERERS means a notice issued to all Tenderers prior to the
close of tenders, which upon issue becomes part of the Tender Documents.
PRINCIPAL means the Transport Agency.
PROBITY AUDITOR means the qualified person formally engaged and
appointed by the Principal to oversee and advise on the probity of all
processes leading up to the award of the Contract.
TENDER DOCUMENTS means this document, which includes the Instructions
for Tendering, as well as the Schedule of Prices, Basis of Payment, Conditions
of Contract, Specifications, Drawings and Appendices.
TENDERS SECRETARY means the person formally engaged and appointed by
the Principal to oversee and administer the tender process leading up to the
award of the Contract.
THE TRANSPORT AGENCY’S CONSULTANT means the person formally engaged
and appointed by the Principal to oversee and administer the tender process
leading up to the award of the Contract.

102 Issue of Documents


Add the following Clause 102.2(d)
102.2 (d) To other tenderers without requiring return of the documents, providing a
bona fide tender is submitted.
102.3 Tenderers will be provided with one electronic copy of the Tender Documents.
Electronic copies of forms and schedules are available for the convenience of
Tenderers. In the event that the wording on a form or schedule submitted by a
Tenderer differs from the wording of the form or schedule as contained in the
Tender Documents, the wording on the form or schedule in the Tender
Documents shall take precedence.
A Tender Document deposit is not required.

   

Page 14 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

103 Tenderers to inform themselves


Clause 103.1 is deleted and replaced with the following
103.1 Each tenderer shall be deemed to have inspected the Site, examined the Tender
Documents and any other information supplied in writing, satisfied itself that a
reasonable level of investigation has been undertaken and to have satisfied itself
as far as is practicable for an experienced contractor to the extent appropriate as
to the correctness and sufficiency of its tender for the Contract Works and of the
prices stated in its tender.

104 Ambiguities in Tender Documents


Add the following clause 104.4
104.4 Should any ambiguity as to interpretation arise between the contents and
requirements of the Transport Agency’s Procurement Manual (the Procurement
Manual), Part a of the Transport Agency’s Contract Procedures Manual (CPM), and
the Tender Documents (TD), the order of precedence will be the Procurement
Manual, CPM, TD.
104.5 Despite any other provision in these Conditions of Tendering the Principal may,
on giving due notice to the Tenderers amend, suspend, cancel and/or re-issue
the RFT, or any part of the RFT.

105 Submission of tenders


Clause 105.2 is deleted and replaced with the following
105.2 The Principal may at its sole discretion consider any tender received after the
time stipulated, if the circumstances can be shown to be extreme, and beyond
the control of the tenderer.
Add the following Clause 105.8 and 105.9
105.8 Alternative tenders will be considered
105.9 Alternative tenders which provide for a variation to the contract duration will be
considered

106 Acceptance of Tender


Add the following clauses 106.3, 106.4 and 106.5
106.3 The Principal reserves the right to reject any or all tenders.
106.4 The Principal reserves the right, on giving reasonable notice to the tenderers, to
amend, suspend, cancel and/ or re-issue the Tender Documents at any time
before entry into the Contract. If the Principal withdraws from the tender process
then no tenderer shall have any claim for compensation or otherwise against the
Principal.
106.5 The Principal is under no obligation to check any tender for errors. Acceptance of
a tender that contains errors will not invalidate any contract that may be
negotiated on the basis of that tender.

   

Page 15 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

108 Notification of acceptance


Clause 108.1 is deleted and replaced with the following
108.1 If no tender has been accepted within two Months after closing of tenders, each
tenderer shall be notified in writing by the Principal or its agent whether its
tender is or is not still under consideration.
Clause 108.2 is deleted and replaced with the following
108.2 Unsuccessful tenderers who have submitted bona fide tenders complying with
the Tender Documents shall be notified by the Principal or its agent of the name
and tender price of the successful tenderer and the other tender prices (if more
than 3 conforming tenders received) within 10 Working Days of acceptance of
tender.

   

Page 16 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

3 Schedule to Conditions of
Tendering
The Schedule to Conditions of Tendering are those included in NZS 3910: 2013.

Clause numbers refer to Conditions of Tendering clauses.

Contract for: NZTA 2019359, Ahaura Bridge Replacement

Clause Title and subject matter Specific condition data


in (Expand cells if required)
Conditions
of Tendering

102 Issue of documents

102.2 Is a Tender Documents deposit required? No

If yes, the amount of the Tender Documents


deposit shall be:

103 Tenderers to inform themselves

103.1 Is an appointment required to view the Site? No

If yes, the appointment details are:

105 Submission of tenders

105.1 Tenders shall close at: GETS eTender box

4pm

Tuesday, 1 October 2019

Tender submission: Two electronic files (zipped pdf format):


File 1: Proposal excluding price
File 2: Price
Files 1 and 2, named Tender for Contract Number
Ahaura Bridge Replacement – File 1 / 2: Proposal
excluding price / Price
The file upload limit is 50 MB.
Tenderers should refer to the GETS website for
instructions on uploading their tender submission files
(https://www.gets.govt.nz/SupplierUserTenderHelp.htm).
Are electronic tenders acceptable? Yes

105.3 (c) Is supplementary information required to be Yes


submitted with the tender? As detailed below:

   

Page 17 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

FILE 1 CONTENTS

ITEM DESCRIPTION OF DOCUMENTS OR INFORMATION REFERENCE PAGE


LIMIT

A Tenderers must provide evidence of their eligibility to


Tender:

Copy of Prequalification Certificate 1


Quality Assurance Certification 1
A Tenderer’s Non-price Attributes IFT Section 4 25
Tenderers must provide one (1) electronic copy of their
non-price attribute submission (zipped pdf format).
The non-price attribute submission must be on single
sided A4 or A3 size pages of ordinary type (12 point
Times Roman or similar typeface). Typeface
requirements applicable to all text, tables and diagrams
and additional pages. A3 size paper shall be deemed to
be two A4 pages, and shall be numbered accordingly.
Pages in excess of the stated page limits, excluding the
additional pages, will not be considered in the evaluation
of tenders.
The page limit includes all subcontractor attribute
information.
Additional pages may be included as follows:
 Title Page (one page)
 Covering Letter (one page but will not be
considered as part of tender evaluation)
 Index (one page)
 CVs (two pages for each person nominated in the
tender)
 Prequalification certificate (one page)
 Quality Assurance Certification (one page)
B Tender Information Schedule (including Outline IFT Section 7 Unlimited
Construction Programme (two A3 pages, legible font)
C Tender Tag and Clarification Statement (Note: IFT Section 1.9 Unlimited
Tenderers will be required to remove all Tags and/or
clarifications included in File 2)

FILE 2 CONTENTS

ITEM DESCRIPTION OF DOCUMENTS OR INFORMATION REFERENCE PAGE


LIMIT

D Completed and signed Tender Form Page TF 1 1


E Completed Schedule of Prices N/A Unlimited

   

Page 18 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

For an Alternative Tender, the following All items described in the tables above, together with:
documentation is required:

FILE 1 ALTERNATIVE PROPOSAL CONTENTS

ITEM DESCRIPTION OF DOCUMENTS OR REFERENCE PAGE LIMIT


INFORMATION

F Alternative Tender Statement IFT Section 5.2.2 Unlimited


G Alternative Tenders - Design Certificate IFT Section 6 Unlimited

FILE 2 ALTERNATIVE PRICE CONTENTS

ITEM DESCRIPTION OF DOCUMENTS OR INFORMATION REFERENCE PAGE


LIMIT

H Completed and signed Tender Form(s) Page TF 1 1


I Completed Schedule of Prices for each Alternative IFT Section Unlimited
Tender 5.2.10
105.3(e) Are the percentages for On-site Overheads and Yes
for Off-site Overheads and Profit required to be (see 9.3.8, 9.3.9 & 9.3.10 of the General Conditions)
nominated in the tender?

Is the Working Day rate in compensation for Yes


time-related On-site Overheads and Off-site (see 9.3.11 of the General Conditions)
Overheads and Profit incurred in relation to an
extension of time required to be nominated in
the tender?

Is the percentage for processing of Variations No


required to be nominated in the tender? (see 9.3.15 of the General Conditions)

105.7 Are the rates included in the Schedule of Prices Yes


fully inclusive of all allowances for On-site (see 9.3.8, 9.3.9 & 9.3.10 of the General Conditions)
Overheads and for Off-site Overheads and
Profit?

107 Tender evaluation

107.1 The tender evaluation method shall be: PQM Simple

   

Page 19 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

4 Non-price Attributes
4.1 ATTRIBUTE SUBMISSION
4.1.1 The tenderer shall provide information on the non-price attributes listed below.
4.1.2 The tenderer shall provide sufficient relevant information for each attribute for the
contractor and proposed key subcontractors, to allow the Tender Evaluation Team (TET)
to mark the attribute as provided for in the table below.

TABLE 4.1: ATTRIBUTES


ATTRIBUTE OVERALL ATTRIBUTE
WEIGHTING %

Relevant Experience 5

Relevant Skills 20

Methodology 25

Price 50

4.2 TENDERER AND TENDERER’S SUBCONTRACTOR


INFORMATION
4.2.1 The submission for each attribute shall clearly distinguish the attributes of the tenderer
and the tenderer’s key subcontractor(s).
4.2.2 For the purposes of this contract, key subcontractors are defined as subcontractors
proposed to undertake greater than 10% of the works (by value).
4.2.3 The Methodology shall clearly define the role of each key subcontractor and the role of
the main contractor for each key part of the Contract Works. The key parts of the Contract
Works are:
a) Earthworks and drainage;
b) Structures (Construction and Demolition);
c) Pavement and surfacing;
d) Safety; and
e) Environmental.

4.3 RELEVANT EXPERIENCE


4.3.1 Tenderers must provide details for a total of three projects that demonstrate the
suitability of their experience and that of their subcontractors to complete the Contract
Works.
4.3.2 Should the tenderer nominate less than the required number of projects this will be taken
as a deficiency in the attributes for Relevant Experience, and will be scored accordingly.

   

Page 20 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

Where more than the required number of projects are submitted, only the first nominated
projects for Relevant Experience will be considered.
4.3.3 Tenderers shall provide the following details for each project nominated for Relevant
Experience:
a) Project name, location, contract value (“scale”: the value of the work carried out, or
the value of work completed so far if still under construction) and when the project
was completed (“currency”: when the work was carried out, or the % completed so
far if still incomplete).
b) The Engineer’s name, company, contact telephone number(s) and email address.
4.3.4 For each factor the tenderer must provide detail of the percentage of work carried out by
their own directly employed labour and resources, and the percentage undertaken by
subcontract.
4.3.5 Tenderers shall provide the following details for each factor nominated for Relevant
Experience. A separate table must be included for each factor:

TABLE 4.3: RELEVANCE


RELEVANCE EXPERIENCE FACTORS

Provide details of your relevant experience for the following factors on your nominated
projects. Provide a description of the work carried out and its relevance to this tender

 Earthworks and drainage  Environmental management


 Structures
 Pavement and Surfacing
 Safety

4.4 RELEVANT SKILLS


4.4.1 The tenderer must nominate personnel for each of the key positions identified on the
Relevant Skills Tender Evaluation Marking Form and state the key practical experience,
qualifications and training of each.
4.4.2 The tenderer must state the percentage of time and over what duration each of the above
nominated persons will be allocated to the contract and whether they will be based on or
off the Site.
4.4.3 Attach a curriculum vitae (CV) for each of the key positions identified on the Relevant
Skills Tender Evaluation Marking Form (two pages per CV). The CVs need to demonstrate
specific experience relevant to the position. CV’s shall be appended in order of the
Relevant Skills Tender Evaluation Marking Form.

4.5 METHODOLOGY
4.5.1 Tenderers must describe the methodology they will use to carry out the Contract Works
on time and to the standards and requirements specified in the Contract Documents for
those factors listed in the Methodology tender evaluation marking form.
4.5.2 The methodology should highlight any special features of the way the tenderer intends to
work and their management of quality. It should also highlight how the tenderer will
manage the perceived risks.

   

Page 21 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

4.5.3 Tenderers shall describe the measures taken in their programming of the works to avoid
sealing activity in the winter period, and to ensure the timely completion of the works.
Tenderers shall describe how progress against programme will be monitored to ensure
programme slippage is identified early, and how it might be mitigated.
4.5.4 The Principal seeks a “no surprises” financial management and reporting strategy. The
tenderer’s methodology shall describe how they would co-operate with the Principal to
achieve this. In particular, tenderers shall describe their proposed financial management
and reporting methodology for this contract and their approach to minimising the risk to
the Principal of additional costs, this being one of the Principal’s key objectives.
4.5.5 Tenderers shall demonstrate their understanding of how the Principal’s customer values
affect the Contract Works, and their methodology to give effect to these values (e.g.
customer safety, minimising travel delay and disruption, minimising ride discomfort and
nuisance, communications and public relations, and social and environmental impacts of
construction).
4.5.6 The following highlights the specific information tenderers may wish to include to cover
each of the factors listed on the methodology marking sheets:
a) Organisational Structure
Provide a project staff organisational structure for this contract using a diagram
showing how both internal and external staff relates. Also show which positions
would have personnel dedicated on site, and which position will act as the
Contractor’s Representative (as NZS 3910:2013).
Within this structure describe the communication links between key parties
(management team, site staff, subcontractors, designers, Principal, Network
Consultant, etc), and indicate the proportion of time each person will be dedicated
to this project;
b) Financial Management and Reporting
c) Temporary Works
Describe the temporary works methods that will be used for works in, on or above
the river (bank to bank, i.e. wetted area and dry riverbed). Information shall also be
provided detailing the temporary works designs procedures that the Contractor will
employ. The description shall also outline how the contractor’s methodologies
comply with the consent requirements for the project. Outline the systems and
procedures to be used to monitor river flows and water levels (from the Grey and
Ahaura Rivers) and detail the associated action plans and methods for dealing with
river events.
d) Structures (construction and demolition)
Provide detailed descriptions and information regarding the following key aspects:
 Piling construction including pitching, guiding, driving and excavating steel
casings
 Piling through rock including excavation ahead of and, advancing the steel
casings, pile socket construction including pile socket cleaning and socket
cleanliness and integrity verification
 Tremie methodology (note: above gravity pressure requirement)
 Bridge Beam construction, transport to site and placement

   

Page 22 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

 Demolition methodology including removal of the existing bridge piles


below river bed level
The information supplied should cover both the technical and non-technical
(compliance) requirements of the contract to confirm the tenderer’s understanding.
e) Earthworks, drainage, pavement and surfacing, and barriers
Describe the methodology for:
 buried forest excavation and backfill (including dealing with ground water)
 Stormwater and drainage construction and management including both
temporary and permanent works.
 handling of contaminated material
 Ahaura Stream diversion
 Dewatering
 Bulk fill material source and any modification for complying with specified
requirements
 Pavement aggregate source
f) Site and Environmental (with reference to the Contractor’s Social and Environmental
Management Plan)
Provide a summary of how the archaeological requirements will be met
g) Liaison (Stakeholder Consultation)
Detail the liaison and communication that will be used with the stakeholders and
Ahaura community
Details for maintaining public river access (northern bank)
h) Management of Quality assurance (including quality systems, inspection and testing
methodology and procedures to rectify defects, implement corrective actions and
lessons learnt migration)
i) Management of Risk
Provide a summary of the key construction risks and how these will be managed
Provide details regarding the management of the risks associated with working in
the Ahaura Riverbed
Confirm and detail the procedures, processes and methodology for construction of
the railway line level crossing and working within and adjacent the KiwiRail corridor
j) Health and Safety
In addition to submitting the completed Contractors Occupational Health and Safety
Management Information form, give a statement of your policy on health and safety
including the training and welfare of staff at construction sites and your method for
controlling on-site safety performance
Provide details of the Health and Safety procedures that will be employed for
contaminated land works

   

Page 23 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

5 Alternative Tenders
5.1 OVERVIEW
5.1.1 An Alternative tender is a tender proposing alternative methods, forms or materials which
might produce a different quality or durability, but not scope, from that specified in the
Request for Tender (RFT) Documents.
5.1.2 Any Alternative Tender that does not conform to this definition shall be deemed to be a
Non-conforming Tender and shall be excluded from further consideration.
5.1.3 Tenderers submitting an Alternative Tender are required to also submit a non-Alternative
Tender.

5.2 SUBMITTING AN ALTERNATIVE TENDER


5.2.1 Tenderers shall submit to the Transport Agency’s Consultant details of their proposed
Alternative Tender at the earliest opportunity, at least 10 working days prior to the close
of tenders, otherwise the Alternative Tender may be deemed to be a Non-conforming
Tender and excluded from further consideration. The Transport Agency’s consultant will
advise the Tenderer if a meeting is required to discuss the Alternative Tender, and
arrange a suitable date with the Tenderer. The objective of the individual meeting is to
allow structured and meaningful discussions to take place.
5.2.2 The tenderer shall submit with each Alternative Tender an Alternative Tender Statement.
The Alternative Tender Statement shall include as a minimum the following information:

ALTERNATIVE TENDER STATEMENT - ALTERNATIVE TENDER NO. #

1 A general description of the nature of the proposed Alternative Tender and a


detailed statement explaining in what respects it varies the requirements of the
Tender Documents.

2 A statement stating the commercial terms of the Alternative Tender where they
vary from those prescribed in the Tender Documents (for example a lump sum
design and build offer). If the Alternative Tender can be considered in
combination with other Alternative Tenders then this shall be explained.

3 Dimensioned general arrangement and typical cross-sectional drawings that


clearly demonstrate geometric limits, configuration and inter-relation of various
components of the Alternative Tender.

4 A statement explaining the adopted design: philosophies, criteria, standards,


guidelines, manuals, specifications etc. used in the development of the
alternative, highlighting and quantifying differences from the non-alternative
design. This shall include an explanation of any deviation from these mandatory
standards.
Where an alternative encompasses the bridge structure, then an updated design
statement shall be provided addressing the key considerations that influenced
the non-alternative design. Where altered demands on foundations or alternative
foundations are being proposed, then this shall be accompanied by the
tenderer’s geotechnical interpretive report to outline the assessment carried out.

   

Page 24 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

5 A description of:
a) the degree of design checking undertaken during the preparation of the
tender; and
b) design work including design checking remaining should the Alternative
Tender be accepted.

6 A description of the on- and off-site supervision that shall be provided by design
personnel in order to monitor the works and ensure construction in compliance
with the design.

7 A description of the expected long-term performance of the proposed


alternative, including expected design life and details of any anticipated changes
in operational or maintenance requirements, or other whole of life costs.

8 Provide without disclosing any tender price information, details of any risk,
benefits or costs to the Principal should it accept the Alternative Tender, and a
statement explaining where responsibility lies for the various construction,
commercial and professional risks.

9 A separate programme clearly showing the relationship between any design and
construction components of the Alternative Tender. The programme must
clearly indicate the time allowed for obtaining consents, outline plans and/or
licences, and compliance checking of the submitted detailed designs and
drawings by the Engineer. These requirements are in addition to those otherwise
required of a non-Alternative Tender as detailed in section 7.4.1of the IFT.

10 A statement explaining the non-price attributes of any designer, design reviewer


or other person or company involved in the preparation and implementation of
the Alternative Tender.

11 A full description of any consent or consultation arrangements either: existing


that may be affected by the Alternative Tender; or that are required as a result
of the Alternative Tender, together with a confirmation of the statements
contained in clause 5.2.6. This description shall include an environmental
assessment of the Alternative Tender.

12 Written confirmation from all affected third parties that they have been
consulted about the Alternative Tender proposal and that they do not object. As
a minimum the Tenderer shall obtain written confirmation from the following
third parties:
 KiwiRail
 Department of Conservation
 Grey District Council
 West Coast Regional Council
 Fish and Game

13 An assessment of the effect on the utility diversions or relocation and where


necessary a revised strategy for handling utilities.

   

Page 25 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

14 Detail any changes to the Tender Information Schedule or other information


supplied with the non-Alternative Tender that is varied as a result of the
Alternative Tender.

15 A list of any limitations, exclusions, qualifications or tags associated with the


Alternative Tender proposal.

16 Any other information that the tenderer believes is relevant to the acceptance
and evaluation of the Alternative Tender.

5.2.3 The Alternative Tender Statement shall be presented in the sequence and format detailed
in the above table. Where any of the requested information is not considered relevant to
the Alternative Tender the Tenderer shall note this in the Alternative Tender Statement.
Attachments or supplementary information shall be cross-referenced.
5.2.4 The Alternative Tender is to include sufficient information to allow the TET to evaluate it.
If there is insufficient information to fully assess the Alternative Tender, the TET shall
either exclude it from further consideration, or assign a value to be subtracted from the
Alternative Tender Premium that accounts for the risk to the Principal in accepting the
Alternative Tender.
5.2.5 The alternative must satisfy the standards and guidelines contained within
Transit/Transport Agency Standards, Criteria and Guidelines Manuals (including the
Bridge Manual) and related industry best practice documents;
5.2.6 A Tenderer submitting an Alternative Tender that does not comply with the designation,
resource consent(s) or licences obtained by Transit/Transport Agency, or that is not
accompanied by an alternative designation, resource consent(s) or licences, must provide
written confirmation in their submission that:
a) They shall obtain, on behalf of the Principal, and at their expense all necessary
modifications to the existing designations, outline plans, resource consents or
licences, or additional designations, outline plans, resource consents or licences, for
the Alternative Tender; and
b) If after the contract is awarded the tenderer is unsuccessful in obtaining such
Designations and/or resource consents or licences, they shall carry out the Contract
Works according to their non-Alternative Tender. This shall be carried out at
whichever price and duration is the lesser between the tenderer’s non-Alternative
Tender and the Alternative Tender.
5.2.7 Alternative Tenders must include all associated fees and costs. Programme implications
shall be allowed for in the Alternative Tender to ensure that the tendered price is certain.
5.2.8 The ramifications of any Road Safety Audits that are attributable to the Alternative
Tender, including resulting costs, shall be entirely the responsibility of the Contractor.
5.2.9 The Tender Form shall include the price of each Alternative Tender, and the price of any
combination of Alternative Tenders that may be considered.
5.2.10 The tenderer shall provide a separate priced Schedule of Prices for each Alternative
Tender. Each schedule of prices shall clearly state which Alternative Tender it relates to.
If the TET is unable to relate an Alternative Tender to a Schedule of Prices, the Alternative
Tender will be excluded from further consideration. Where necessary the tenderer shall
amend the Schedule of Prices in order to suit the Alternative Tender proposal. All
amendments to the Schedule of Prices shall be clearly marked on the original Schedule of

   

Page 26 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

Prices. Where a combination of Alternative Tenders is offered the tenderer shall provide
an explanation of how the price for this combination, as tendered on the Tender Form,
was derived.

5.3 REVIEW OF ALTERNATIVE TENDERS


5.3.1 The TET shall review all Alternative Tenders. The review shall not be a detailed check and
any acceptance of an Alternative Tender shall not be deemed as approval of its
compliance with the RFT Documents.
5.3.2 The TET shall be the sole judge as to the acceptability of an Alternative Tender.

5.4 PRINCIPAL’S ACCEPTANCE OF ALTERNATIVE TENDERS


5.4.1 Where the Principal accepts an Alternative Tender, the Contractor shall, in addition to
their normal construction responsibilities provide the following for all works associated
with the Alternative Tender:
a) Monitoring and testing during construction by representatives of the Contractor’s
Designer;
b) Preparation of ‘as-built’ plans;
c) Producer statements and/or other certification (including structures certification in
accordance with Appendix F of the Bridge Manual) as to the adequacy of the design
as outlined in the Project Specification;
d) Provide completed inventory update forms.
5.4.2 The Contractor shall provide professional indemnity insurance for liability for the
alternative design. The cover shall be for $2,000,000. The Contractor shall maintain the
professional indemnity insurance up to the issue of the Defects Liability Certificate for the
Contract Works and for a further six years. The cover must meet the general requirements
of clause 8.6 of NZS 3910:2013.

5.5 ALTERNATIVE TENDER DESIGN AND CHECK CERTIFICATES


5.5.1 Tenderers submitting an Alternative Tender shall provide with their tender, copies of the
completed Alternative Proposed Design Certificates (see section 6 of this IFT). These
certificates shall be signed by the tenderer and the Designer.
5.5.2 Design check certificates (IFT section 6.2) shall only be required of the successful
tenderer. For the tendering process, tenderers shall nominate their proposed checking
company, but the checks may be carried out by a separate office of the consultant
nominated as the design consultant in section 6.1 of this IFT. Note that any accepted
alternative designs of structures by the successful tenderer will be required to comply
with the full design and certification requirements of Appendix F of the Bridge Manual.

   

Page 27 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

6 Alternative Tenders Design


Certificate
6.1 DESIGN CERTIFICATE
Contract Number NZTA 2019359: Ahaura Bridge Replacement
SECTION 1 - To be completed by the tenderer

We hereby certify that we have employed the firm named in Section 2 below as Designer for the
alternative design proposal contained in our Alternative Tender and as described below. We
further certify that we shall appoint the said firm to act as Designer under the contract.
Description of the parts of the Contract Works covered by the alternative design proposal:

Name of tenderer:

Address:

Signed:

Name (Printed) Date:

SECTION 2 - To be completed by the Designer

We hereby confirm that we have been employed by the tenderer named at Section 1 above as
Designer. We also confirm that we have carried out sufficient work on the tenderer's Alternative
Tender to satisfy ourselves that the alternative design proposal represents a reasonable response
to the requirements of the contract and is capable of being developed in detail.

Name of Firm:

Address:

Signed:

Name (Printed) Date:

   

Page 28 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

6.2 DESIGN CHECK CERTIFICATE


Contract Number NZTA 2019359: Ahaura Bridge Replacement
SECTION 1 - To be completed by the tenderer

We hereby certify that we have employed the firm named in Section 2 below as Checker for the
alternative design proposal contained in our Alternative Tender and as described below. We
further certify that we shall appoint this firm to act as Checker under the Contract.
Description of the parts of the Contract Works covered by the alternative design proposal:

Name of tenderer:

Address:

Signed:

Name (Printed) Date:

SECTION 2 - To be completed by the Checker

We hereby confirm that we have been employed by the tenderer named in Section 1 above as
Checker. We also confirm that we have carried out sufficient work on checking of the tenderer's
Alternative Tender to satisfy ourselves that the alternative design proposal represents a
reasonable response to meet the requirements of the contract and is capable of being developed
in detail.

Name of Firm:

Address:

Signed:

Name (Printed) Date:

   

Page 29 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

7 Tender Information Schedule


7.1 GENERAL
7.1.1 Tenderers shall complete the following Tender Information Schedule and include in File 1.

7.2 PROPOSED SUBCONTRACTORS


7.2.1 The tenderer must nominate any subcontractor proposed for the following works:
a) Piling
b) Bridge Construction
c) Earthworks
d) Sealing and surfacing
e) Demolition
7.2.2 The tenderer must complete the following table about their proposed subcontractors.

TABLE 7.2: PROPOSED SUBCONTRACTORS

PROPOSED TYPE AND EXTENT OF WORKS TO BE COMPLETED


SUBCONTRACTOR

7.3 ACKNOWLEDGEMENT OF NOTICES TO TENDERERS


7.3.1 The tenderer must complete the following table listing the number(s) of the Notice(s) to Tenderers
(NTT) or Notice(s) to Specific Tenderer (NTST) they have received during the tender period.

NTT NUMBERS

NTST
NUMBERS

7.3.2 The tenderer must allow for the impact of changes resulting from the notices in their tender.

7.4 PROPOSED CONSTRUCTION PROGRAMME


7.4.1 The tenderer shall attach an Outline Construction Programme in Gantt chart form
identifying and sequencing all the key parts of the Contract Works. The programme shall,
be based on the period(s) to be used for calculating the Due Date for Completion identified
in clause 10.2.1 of the Special Conditions of Contract, show and link the relevant
construction tasks, the critical path, and any activities that require additional information
or decisions from the Engineer. The programme shall contain sufficient information to
provide the Principal with confidence and reliability that the tenderer has a good
understanding of the project requirements.

   

Page 30 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

7.5 CONTRACTOR’S INSURANCE PROVIDER


7.5.1 Please provide the name(s) of the insurance company providing the Contractor's insurance
(Plant and Motor vehicle insurances required by the Contract)

7.6 PROPOSED SURETY


7.6.1 Please provide the name of the Proposed Surety (the Surety shall not be a shareholder in
the contracting company)

7.7 NAME OF TENDERER'S BANKER

7.8 LOCATION OF PROPOSED DUMP SITES

7.9 RESOURCE CONSENT(S)


7.9.1 Are any additional resource consents required for the proposed construction methodology,
including Alternative Tender(s)?

7.10 CONTRACTOR’S OCCUPATIONAL HEALTH AND SAFETY


MANAGEMENT INFORMATION
7.10.1 To facilitate legislative compliance, a safe working environment and industry best
practice, the Principal needs to demonstrate that it has taken “all practicable steps” to
ensure that contractors have implemented a systematic approach to safety management
practices, and that they have appropriately trained employees.
7.10.2 The Principal requires all contractors to meet or exceed the requirements of ACC Work
Safety Management Practices (WSMP) or Partnership Programme at Secondary or Tertiary
levels, and either:
 be registered with a Transport Agency approved Health and Safety (H&S) provider;
or
 be accredited with a H&S system acceptable to the Principal, and meet or exceed the
requirements of industry best practice.
7.10.3 The tenderer shall complete and provide copies of the documents referred to in the form
overleaf, and submit with their tender.
7.10.4 Tenders that do not include the information required below may be deemed to be Non-
Conforming Tenders.

   

Page 31 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

TABLE 7.12: CONTRACTOR’S OCCUPATIONAL HEALTH AND SAFETY


MANAGEMENT REQUIREMENTS

1. Please confirm which ACC WSMP or Partnership Programme you are registered with:

ACC Secondary Level (attach copy of current audit certificate); or

ACC Tertiary Level (attach copy of current audit certificate); or

None of the above

If you answered “None of the above” go to Section 2, otherwise go to Section 3.

2. Please confirm which H&S system acceptable to the Principal you are registered with:
Accredited H&S Systems in conformance with AS/NZS 4801 or OHSAS 18001 scoped
to roading, construction, maintenance and other works that will be performed by your
company on this contract:

AS/NZS 4801: In order to meet or exceed the requirements of ACC WSMP or


Partnership Programme at Secondary or Tertiary levels, AS/NZS 4801 must be
extended to include management of subcontractors (attach copy of current
“evidence-based” audit certificate); or

OHSAS 18001: In order to meet or exceed the requirements of ACC WSMP or


Partnership Programme at Secondary or Tertiary levels, OHSAS 18001 must be
extended to include New Zealand’s legal requirements for employee
participation. (attach copy of current “evidence-based” audit certificate)

Go to Section 3.

Declaration

3. I confirm our organisation will have H&S processes and systems in place for this
contract and that our systems or system provider are committed to working towards
industry best practice to continuously improve H&S outcomes within the civil sector. I
authorise the Principal to discuss and verify our organisation’s stated H&S record with
independent bodies (e.g. ACC, MIBE).

Signed: Date:

Name: Position:

   

Page 32 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

8 Tender Evaluation Procedure


8.1 OVERVIEW
8.1.1 Tenders for this contract will be evaluated using the Price Quality Method (PQM) Simple.
8.1.2 The Principal’s procedures for its implementation are outlined in the Contract Procedures
Manual (SM021).
8.1.3 Only tenderers prequalified to the specified level are eligible to submit a tender.

8.2 TENDER EVALUATION TEAM


8.2.1 A Tender Evaluation Team (TET) has been nominated to evaluate the tenders for this
contract. Expert advisors may be required to support and advise the TET during the
evaluation.
8.2.2 The TET, formed to evaluate tenders, will be:

TABLE 8.2: TENDER EVALUATION TEAM (TET)

Albert Chan Project Manager, NZ Transport Agency


(Leader)

Fiona Chapman Transportation Engineer, WSP Opus (Qualified


Tender Evaluator)

Greig Larcombe Engineer’s Representative, WSP Opus

8.2.3 Tenderers will be notified in writing of any changes to the TET.


8.2.4 Tenderers who believe there is an actual or potential conflict of interest or risk of bias with
a member of the TET may write to the Probity Auditor, outlining their concerns so that the
appropriate action can be taken.

8.3 TENDER EVALUATION: BASE ESTIMATE


8.3.1 The base estimate is an estimate based on the Tender Documents, where the consultant
rates the schedule of prices. For transparency purposes, the base estimate is given below:

BASE ESTIMATE: $14,500,000

THIS INCLUDES SCHEDULE OF $25,000


FIXED AMOUNTS OF:

8.3.2 If the tenderers have any concerns regarding the accuracy of the base estimate, tenderers
are able to submit their concerns up to 4.00 p.m., 5 working days prior to tender close,
through the following process:
a) Tenderers shall forward their comments on the accuracy of the base estimate directly
to the probity auditor nominated in this IFT.
b) The probity auditor shall pass the comments (without revealing the tenderer’s
identity) to the Manager, HNO Procurement.

   

Page 33 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

8.3.3 The Manager, HNO Procurement will consider the information and, if deemed necessary,
issue further instructions to tenderers before tenders close. The Manager, HNO
Procurement shall not reveal any price sensitive information to the TET.

8.4 FILE 1: NON-PRICE ATTRIBUTE EVALUATION


8.4.1 The TET will individually read the contents of “File 1 – Proposal excluding Price” and
evaluate and grade the non-price attributes using the Tender Evaluation Marking Forms in
this IFT.
8.4.2 For the evaluation of Relevant Experience, Track Record, and Relevant Skills the TET will
take into account:
 The Principal’s records of contracts the tenderers have completed;
 Their personal knowledge of any of the tenderers’ experience;
 Information from referees of other organisations the tenderers have worked for.
8.4.3 For the evaluation of Resources, the TET will take into account their personal views about
the suitability of the tenderer's resources to adequately carry out the work.
8.4.4 For the evaluation of Methodology, the TET will take into account their personal views
about best practice and the appropriate methodology to complete the Contract Works.

8.5 INTERVIEWS
8.5.1 Interviews with individual tenderers may be held during the evaluation period should any
further clarification be required regarding the tenderer's submission.

8.6 AGREEMENT OF NON-PRICE ATTRIBUTE GRADES


8.6.1 The TET will meet to agree each tenderer’s non-price attribute scores and overall grade.
The TET will evaluate the tenders based on a direct comparison of each tender submission,
and rank each tender in order based on the markings gained in the evaluation.
8.6.2 Assistance from expert advisors will be requested as required. The TET will endeavour to
reach a consensus. If the TET cannot reach a consensus, the TET Leader shall consider the
team’s attribute grades and decide the final attribute grades.
8.6.3 Where the tenderer does not meet the minimum standard required of these Tender
Documents or a grade of 35 or less is awarded for any non-price attribute, the tender will
be deemed to be a Non-conforming Tender and no further evaluation will take place.

8.7 NON-PRICE ATTRIBUTE EVALUATION REPORT


8.7.1 The TET will complete a non-price attribute evaluation report.

8.8 FILE 2 – PRICE


8.8.1 Following the non-price attribute evaluation process described above, the tenders secretary
will open File 2: Price, for each acceptable tender and determine the preferred tenderer
8.8.2 An arithmetic check of each tenderers schedule of prices will be completed. If there is any
discrepancy between the electronic copy (excel) and the hard copy (PDF) of the schedule of
prices, the values shown in the hard copy (PDF), rounded to 2 decimal places, shall take
precedence.

   

Page 34 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

8.9 PRE-LETTING MEETING


8.9.1 Following opening of the Price file and prior to contract award, the Principal may hold a
pre-letting meeting with the preferred tenderer.
8.9.2 Meetings will be convened by the Principal, who will involve their advisors on an ‘as-
required’ basis. The tenderer is encouraged to include all key personnel, which would
usually include the tenderer’s owners representative, estimator, contractor’s representative
(as defined in NZS 3910, Clause 5.2).
8.9.3 A written evaluation report will be completed and submitted to the Principal.
8.9.4 The pre-letting meeting should be used to clarify the price and ensure the tenderer fully
understands the scope of work. The preferred tenderer may be required to submit their
methodology and other information to demonstrate they have sufficient capability to
complete the works.
8.9.5 The pre-letting meeting will consist of 2 parts as follows:
a) PART 1: A contractual meeting aimed at minimising any outstanding issues
associated with the tender submission and clarifying the interpretation of the scope
of works. Resolution shall be minuted and included in the contract documents.
b) PART 2: A without prejudice discussion on project risks which will enable the
Principal to increase confidence in its financial allocation. Discussions under Part 2
will not be binding on either the Principal or the tenderer. The Principal and the
tenderer each agree they are not entitled to rely on anything said or done at that
discussion or notes taken at the discussion.
8.9.6 Matters to be discussed in Part 1 shall include, but not be limited to:
a) Resolving any outstanding issues including any ambiguities or shortcomings in the
Tender Documents or tender submission;
b) Confirming the tenderer’s methodology and documenting specific intent where any
potential misalignment is found;
c) Confirming details on Alternative Tenders, and or documenting intents with respect
to any value engineering proposition;
d) Resolving any difficulties or risk issues noted where tendered rates are considered
unrealistic or unsustainable.
8.9.7 Matters to be discussed in Part 2 shall include, but not be limited to:
a) Reviewing the Principal’s risk register to establish completeness;
b) Discussing uncertainty ranges associated with individual risks.

8.10 TENDER EVALUATION REPORT


8.10.1 The TET will prepare a tender evaluation report. The Principal will use this report in
accepting and awarding the contract according to its contract administration procedures.
8.10.2 The report will include recommendations regarding the preferred tender and tenderer,
and any applicable terms or conditions relating to the tender acceptance.
8.10.3 If the Principal accepts the recommendation of the TET, it will either award the contract to
the preferred tenderer or, if appropriate, seek pre-award discussions with the preferred
tenderer.

   

Page 35 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

9 Tender Acceptance and Debriefing


9.1 TENDER ACCEPTANCE
9.1.1 Should there be delays in the award process, the Principal will advise tenderers whether or
not their tender is still being considered.
9.1.2 The Principal will write to the successful tenderer at the earliest opportunity to inform
them that their tender has been accepted.
9.1.3 Where three or more conforming Tenders are received, all Tenderers will be advised of the
following:
a) Name of the successful tenderer;
b) The tendered price of the successful tender;
c) The names of all tenderers;
d) The tendered prices of all tenderers, in ascending order, and without linkage to the
tenderer’s identity
e) For each tenderer, their individual non-price attribute grades, and the range of non-
price attribute grades of all tenderers; and
f) For each tenderer, their individual Supplier Quality Premium (SQP) and the range of
SQPs
9.1.4 In the event that less than 3 conforming tenderers are received, only the information
described in clause 9.1.3 items a), b), c) will be provided. In addition, each tenderer will
be provided with their individual non-price attribute grades and SQP.

9.2 TENDER DEBRIEFING


9.2.1 Within two weeks of the contract award, tenderers may request a meeting with the
Transport Agency’s consultant that includes at least one member of the Tender Evaluation
Team. The purpose of the meeting will be to discuss the tenderers submission including
in particular the adequacy of the submitted information and where applicable the scoring
of non-price attributes. Other tenderers’ tender submission information and details will
not be disclosed. The discussions will be confidential and will not be formally minuted.
9.2.2 Tenderers will be invited to provide their views on the tender process at the debrief
meeting.

   

Page 36 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

10 Tender Evaluation Marking Forms


10.1 TENDER EVALUATION MARKING FORMS
10.1.1 The TET will use the following tender evaluation marking forms to evaluate each
tenderer’s non-price attribute submission.

   

Page 38 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

RELEVANT EXPERIENCE (WEIGHTING 5%) FORM A

Factors Relevance 60% Currency 20% Scale 20%


(Years ago or % complete if under (% of Estimate)
construction)
35 or less: not related 35 or less: 5+ years or < 50% complete 35 or less: <35% of estimate

Weighting
40, 45: barely related 40, 45: 4–5 years or 50-60% complete 40, 45: 5-50% of Estimate
50, 55: related 50, 55: 3-4 years or 60-70% complete 50, 55: 50-70% of Estimate
60, 65, 70: particularly related 60, 65, 70: 2-3 years or 70-80% complete 60, 65, 70: 70-90% of Estimate
75, 80, 85: very related 75, 80, 85: 1-2 years or 80-90% complete 75, 80, 85: 90-100% of Estimate
90, 95, 100: extremely related 90, 95, 100: 0-1 years or 90-99% complete 90, 95, 100: > or = Estimate

Earthworks & 20%


Drainage

Structures 35%
Note: Provide
Note: Provide Summary
Pavement & 15% Summary Rating
Rating Only
surfacing Only

Safety 15%

Environmental 15%

Summary Rating

Tenderer Relevant Experience Rating

Evaluator’s Comments (Continue on Separate Sheet if Necessary)

TET Note: relevant experience relates to the company, not individuals, and should include relevant
experience of key subcontractors, if appropriate.

   

Page 39 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

RELEVANT SKILLS (WEIGHTING 20%) FORM C

KEY PERSONNEL PRACTICAL EXPERIENCE QUALIFICATIONS AND


80% TRAINING 20%
(Formal Qualifications & Training)

35 or less: Poor 35 or less: Barely adequate

Weighting
40, 45: Below Average 40, 45: Adequate
50, 55: Average 50, 55: Meets requirements
60, 65, 70: Above Average 60, 65, 70: Related
75, 80, 85: Good 75, 80, 85: Very Related
90, 95, 100: Excellent 90, 95, 100: Directly Applicable

Contract Director 5%

Contractors Representative 35%


(as NZS3910, Clause 5.2)

Senior engineer 15%


(Earthworks/Pavement & Surfacing)

Senior engineer (Structures) 20%

Quality Manager (responsible for 10%


preparing, implementing and
managing CQP)

Environmental Manager 10%

Safety Manager 5%

Summary Rating

Tenderer Relevant Skills Rating

Evaluator’s Comments (Continue on Separate Sheet if Necessary)

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

   

Page 40 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


IFT 1 

METHODOLOGY (WEIGHTING 25%) FORM E

FACTOR STANDARD (100%)


35 or less: Poor

Weighting
40, 45: Below Average
50, 55: Average
60, 65, 70: Above Average
75, 80, 85: Good
90, 95, 100: Excellent

Organisational Structure 5%

Financial Management and Reporting 5%

Construction Programme 10%

Temporary Works 15%

Structures (build, including piling and 35%


demolition)

Earthworks, Drainage, Pavements, 10%


surfacing and Barriers

Site and Environmental Management 10%

Liaison (including Stakeholder consultation) 5%

Management of Quality, Health and 5%


Safety, and Risk

Summary Rating

Tenderer Methodology Rating

Evaluator’s Comments (Continue on Separate Sheet if Necessary)

Note for TET: Methodology relates to the proposed method of carrying out the Contract Works, and
should include methodology of key subcontractors where work is to be carried out by
subcontractors.

   

Page 41 of 42
SM031 App A1 Issue 16: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Instructions for Tendering


TF 1 

Tender Form
TENDER FOR: Contract Number NZTA 2019359
Ahaura Bridge Replacement

Tenders Secretary
NZ Transport Agency
120 Hereford Street
Christchurch

1. I/We (the undersigned):


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

$( ) excluding GST
2. The Tenderer is/is not (delete as applicable) a registered person in terms of the Goods
and Services Act 1985.
The Tenderer's GST registration number is:
3. The Tenderer’s current Prequalification Work Category(s) and
Classification Level(s).
4. The Tenderer understands that the NZ Transport Agency reserves the right to reject any
or all tenders.
5. The Tenderer understands that the Contract is included in the Principal’s PAI
programme.
6. The Tenderer nominates the following as surety for any bond (optional) specified in the
Contract and will within seven days furnish a certificate signed by the nominated surety
that it will execute the bond(s) should the Tenderer be awarded the Contract.

Details Performance Bond Bond in Lieu of Retentions

Name

Postal Address

City

Tenderer’s Signature

Contact Name
Postal Address

Telephone No.

Email Address:

   

Page 42 of 42
SM031 App A1 Issue 16: March 2017
Schedule of Prices

Ahaura Bridge Replacement


NZTA Contract No. NZTA 2019359
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Schedule of Prices


SP1 

This page intentionally blank

   

SM031 App A7 Issue 14: March 2016


NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT

1 Preliminary & General

1.1 Establishment, Temporary Accommodation and Disestablishment LS 1

1.2 Insurances and Bonds LS 1

1.3 General Obligations & Requirements LS 1

1.4 Preparation and updating of the Contractor's Contract Plan LS 1

1.5 Implementation of the Contractor's Contract Plan LS 1

1.6 Preparation of the Contractor's Railway Management Plan LS 1

1.7 Preparation and updating of the Contractor's Programme LS 1

1.8 Implementation of the Contractor's Programme LS 1

1.9 Contractor's Reporting and Meetings LS 1

1.10 Implementation and management of environmental controls LS 1

1.11 Project Ecology LS 1

1.12 Maintenance Requirements LS 1

1.13 Public Liaison and Consultation LS 1

1.14 As Built Drawings & Data, Construction Report, RAMM, BDS Updates by Contractor LS 1

2 Traffic Management

2.1 Preparation and Implementation of Traffic Management Plans LS 1

Railway track and rail protection, liaison & coordination with KiwiRail, and
2.2 LS 1
implementation of Railway Management Plan

3 Earthworks

3.1 Extra over to SoP Item 3.4 (Stip Topsoil) for archaeological investigations day 30

Uplift archaeological finds and archaeological finds topographical survey


3.2 PS 1 $ 15,000.00 $ 15,000.00
(Provisional Sum)

3.3 Site Clearance LS 1

Strip topsoil, screen, stockpile and remove tailings and unsuitable topsoil to
3.4 m3 8450
waste

3.5 Proof roll insitu subgrade m2 8500

3.6 Import topsoil (Provisional Item) m3 3000

3.7 Spread topsoil from stockpile or imported m3 6500

Excavate buried trees material below subgrade, dump offsite and backfill with cut
3.8 m3 3550
to fill material
Excavate landfill material below subgrade, dump offsite and backfill with imported
3.9 fill material. Temporarily support and protect existing fibre and copper cables m3 910
through excavation.

3.10 Strip sheep dip contaminated topsoil to stockpile, uplift and encapsulate m3 170

Topographical survey at bulk fill subgrade level (i.e. insitu subgrade or top of
3.11 LS 1
buried forest and landfill backfill levels)
Undercut unsuitable material below subgrade surface to waste off-site and
3.12 m3 2000
replace with imported fill (Provisional Item)

3.13 Cut to fill (to be used as backfill for excavated buried tree undercut area) m3 3700

3.14 Cut to waste offsite m3 11900

3.15 Cut to landscape Fill (Provisional Item) m3 500

3.16 Supply and place imported bulkfill m3 43500

3.17 Trim, compact, maintain and prepare pavement subgrade LS 1

3.18 Final trimmed bulkfill embankment surface topographical survey LS 1

3.19 Tree Protection LS 1

Page 1 of 8
NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT

4 Utilities

4.1 Utilities identification, potholing and protection LS 1

Liaison, coordination, management of service authorities and supply facilities/TM


4.2 LS 1
etc
Chorus - Construct service trench and reinstate to suit Chrous and NZTA
4.3 m 590
requirements

4.4 Chorus - Construct carriageway duct crossing m 150

4.5 Street Lighting Installation and upgrades by others N/A N/A N/A

4.6 Electrical Diversions by others N/A N/A N/A

5 Bridge

5.1 Preparation of Abutment/Pier Sites

5.1.1 Preparation of abutment sites No. 2

5.1.2 Preparation of pier sites No. 6

5.1.3 Temporary access and staging LS 1

5.1.4 Undertake proof bores: Establishment/disestablishment LS 1

5.1.5 Undertake proof bores: Drilling m 30

5.1.6 Undertake proof bores: Set-up for each hole No. 2

5.2 Cylinder Foundations to Abutment

5.2.1 Supply and install 1.2 m diameter structural steel casing through 'gravel' m 57

5.2.2 Supply and install 1.2 m diameter structural steel casing through weak sandstone m 14

5.2.3 Excavate and form 1.2m diameter rock socket within weak sandstone m 9

5.2.4 Cylinder reinforced concrete construction m 80

5.3 Cylinder Foundations to Pier

5.3.1 Supply and install 1.8 m diameter structural steel casing through 'gravel' m 130

5.3.2 Supply and install 1.8 m diameter structural steel casing through weak sandstone m 72

5.3.3 Excavate and form 1.8m diameter rock socket within weak sandstone m 36

5.3.4 Cylinder reinforced concrete construction m 238

Extra over for supply and install additional 1.8m diameter steel casing (up to
5.3.5 m 25
additional 25m) (Provisional Item)

5.4 Pier Construction

5.4.1 Pier column construction - 1.2 m diameter 5.9 m long No. 12

5.4.2 Construct crossheads (Stage 1) No. 6

5.4.3 Construct concrete upstand (Stage 2) No. 6

5.4.4 Construct set of shear keys No. 6

5.5 Abutment Construction

5.5.1 Capping beams (includes headwall and wing wall) No. 2

5.5.2 Settlement slabs No. 2

5.5.3 Construct set of shear keys No. 2

5.5.4 Construct Knock-off blocks No. 2

5.5.5 Construct bearing plinths No. 10

5.6 Superstructure

Page 2 of 8
NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT

5.6.1 Supply and install Super T beams (including transport to site) No. 35

5.6.2 Construct diaphragms No. 14

5.6.3 Construct in-situ deck (excluding hinge slabs) No. 7

5.6.4 Construct in-situ deck link slabs over piers No. 6

5.6.5 Supply and install elastomeric bearings at the abutments No. 10

5.6.6 Supply and install elastomeric bearings at the piers No. 60

5.6.7 Supply and install abutment expansion joints within carriageway No. 2

5.6.8 Supply and install abutment expansion joints within the footpath No. 2

5.7 Barriers

5.7.1 Supply and install pedestrian barrier (timber top rail) on bridge m 20

5.7.2 Supply and install pedestrian barrier (steel top rail) on bridge m 198

5.7.3 Supply and install pedestrian barrier (timber top rail) on approaches m 10

5.7.4 Supply and install steel HT rail to TL 5 concrete barriers m 218

5.7.5 Supply and install TL4 concrete barriers to bridge (incl in-situ stitch portion) m 218

5.7.6 Supply and install TL5 concrete barriers to bridge (incl in-situ stitch portion) m 218

5.7.7 Supply and install special expansion joint detailing in TL4 barriers No. 2

5.7.8 Supply and install special expansion joint detailing in TL5 barriers No. 2

5.7.9 Supply and install special expansion joint detailing in pedestrian barriers No. 2

5.7.10 Supply and install concrete approach transition barriers m 24

5.7.11 Urban design treatment (negative detailing) on pedestrian approach barriers LS 1

Construct insitu concrete end posts for pedestrian barrier including urban design
5.7.12 No. 2
treatment

5.8 Miscellaneous

5.8.1 Apply and maintain anti-graffiti protection m2 1290

5.8.2 Date and loading panels, survey pins and new BSN and IG14 "AHAURA RIVER" signs LS 1

5.8.3 Rip-rap scour protection to abutments (including filter fabric) m3 2250

Bridge deck surfacing (AC14 40mm thick, pre-levelling course and channel) (Draft
5.8.4 NZTA M10: 2019 Specification - refer Project Specification Section 19 & m2 1920
Appendix IX)

6 Retaining Walls

6.1 Gabion & Terramesh Wall

Excavation and removal of material including existing gabions, kerbs, pavement


6.1.1 LS 1
etc and form benches to receive gabion baskets
Supply and fill 1m x 1m gabion baskets to the alignment and heights as shown in
6.1.2 No. 49
the drawings
Supply and fill 0.5m x 1m gabion baskets to the alignment and heights as shown
6.1.3 No. 5
in the drawings
Lay perforated Nexus Novaflo 110mm OD along base of cut face encapsulated in
6.1.4 m 75
200mm TNZ F/2 Filter Material

6.1.5 Lay terramesh panels as specified in the drawings m2 312

6.1.6 Locate, temporarily support all existing utilities during works LS 1

6.1.7 Supply and compact backfill LS 1

6.1.8 Reinforced concrete capping beam m 42

6.1.9 Reinstate stable batters, topsoil and matting LS 1

6.2 Low Timber Back of Path Wall

Page 3 of 8
NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT

6.2.1 Supply and construct low timber back of footpath wall (Variable Height) m 27

7 Railway Level Crossing

7.1 Supply and construct new timber panel level crossing LS 1

7.2 Remove old redundant level crossing LS 1

7.3 Supply and install new cattle stop LS 1

8 Stormwater

8.1 Supply and install pipes

Supply, install and backfill DN225 SN8 PVC-U pipe to underside of pavement sub-
8.1.1 m 3
base or underside of topsoil cover
Supply, install and backfill DN300 SN8 PVC-U pipe to underside of pavement sub-
8.1.2 m 83
base or underside of topsoil cover
Supply, install and backfill DN300 SN16 PVC-U pipe to underside of pavement sub-
8.1.3 m 31
base or underside of topsoil cover
Supply, install and backfill DN375 SN8 PVC-U pipe to underside of pavement sub-
8.1.4 m 33
base or underside of topsoil cover
Supply, install and backfill DN600 Class 4 RCRRJ pipe to underside of pavement
8.1.5 m 42
sub-base or underside of topsoil cover
Supply, install and backfill DN900 Class 4 RCRRJ pipe to underside of pavement
8.1.6 m 9
sub-base or underside of topsoil cover
Supply, install and backfill DN110 perforated PE or PP subsoil with smooth internal
8.1.7 m 25
bore to underside of sand layer
Mitre PVC-U pipe end, epoxy treat and form concrete surround (Detail D09,
8.1.8 No. 4
Drawing Sht C1334)

8.1.9 Construct concrete bulkhead at collar (Detail D31, Drawing Sht C1336) No. 5

8.1.10 Abandon existing DN300 culverts (2 no.) m 13

8.1.11 CCTV all pipes after pavement subbase construction m 214

8.2 Supply and install drainage structures

Supply and install DN1050 precast RC manhole including cover and frame to
8.2.1 finished surface level, connect associated pipework and backfill to underside of No. 2
pavement sub-base or underside of topsoil cover.
Supply and install DN1050 precast RC manhole including HDG scruffy dome to
8.2.2 finished surface level, connect associated pipework and backfill to underside of No. 2
pavement sub-base or underside of topsoil cover / sand layer
Supply and install DN1650 precast RC manhole including cover and frame to
8.2.3 finished surface level, connect associated pipework and backfill to underside of No. 1
pavement sub-base or underside of topsoil cover.
Modify and re-level existing manhole to suit finished pavement level and position
8.2.4 No. 1
of fender
Supply and install traversable headwall including HDG bar screen to suit DN600
8.2.5 No. 1
pipe
Supply and install traversable headwall including HDG bar screen to suit DN600
8.2.6 No. 1
pipe and associated scour protection including geotextile
Supply and install traversable headwall including HDG bar screen to suit DN900
8.2.7 No. 2
pipe
Supply and install precast RC headwall to suit DN300 pipe including connection
8.2.8 No. 2
and associated scour protection
Supply and install double catch-pit with back-entry lintel and grates to align with
8.2.9 No. 5
finished road surface and kerb alignment
Supply and install single catch-pit and grate to align with finished access road
8.2.10 No. 1
surface level, toe of batter slope and connected pipework
Supply and install double catch-pit and grates to align with finished road surface
8.2.11 No. 1
and kerb alignment
Supply and install CCC yard sump catch-pit and grate to align with finished
8.2.12 No. 1
footpath surface and dish channel alignment
Supply and install 450x450 maintenance access chamber to subsoil, including
8.2.13 backfill to underside of sand layer and installation of solid plate covers (Detail No. 2
D20, Drawing Sht C1334)
Modify and re-level existing catch pit grate and frame to suit new road level and
8.2.14 No. 3
position of fender
Remove existing catch pit grate, modify catch pit as necessary (to suit finished
8.2.15 footpath level) in accordance with CCC CSS SD302 and install fame and lid in No. 1
accordance with CCC CSS SD301-7
Finish stormwater swales, drains and linear wetland (excludes bulk
8.3
earthworks)

8.3.1 Line swales and swale bunding with topsoil and grass seed m 307

Page 4 of 8
NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT


Line swales and swale bunding with topsoil, reinforce channel with Enkamatt
8.3.2 7018, grass seed and cover with a biodegradable geotextile (coir matting or m 155
equivalent) - refer Shts 1321 to 1323
Line linear wetland (gravel, filter cloth to invert & topsoil, BFM stabilise hydroseed
8.3.3 m 87
to sides - Typical Section C, Drawing Sht 1331)

Re-grade drain to remove high spot downstream of Headwall HW22, topsoil and
8.3.4 m 11
grass drain sides and stabilise channel invert with angular rock (d50 = 200mm)

8.4 Finish stormwater basin (excludes bulk earthworks)

8.4.1 Line basin with sand and soil media layers and grass seed m2 156

8.4.2 Supply & install Enkamatt 7018 TRM or equivalent, topsoil and hydroseed m2 30

8.5 Construct Rock Chute

8.5.1 Shape, lay geotextile and install angular rock revetment m 18

8.6 Construct Stream Realignment (excluding earthworks)

Construct realigned stream channel (upper channel - Typical Section A, Drawing


8.6.1 m 48
Sht 1331)
Construct realigned stream rock chute (lower channel - Typical Section B, Drawing
8.6.2 m 21
Sht 1331)

8.6.3 Construct riprap rock pad at toe of lower channel LS 1

8.6.4 Shape channel from lower channel to main river channel m 10

8.6.5 Construct rock sill at start of channel realignment LS 1

Supply and install geotextile filter cloth for separation of pipe embedment from
8.7 m2 1000
high voids or soft silts (Provisional Item)
Undercut pipe trench to remove weak material and replaced with compacted
8.8 aggregate where directed by the engineer or where determined to be m3 500
unsatisfactory by SCALA penetrometer testing or similar (Provisional Item)
Supply and Install reinforced concrete pipe surround to CCC CSS SD331
8.9 m 40
(Provisional Item)

9 Carriageway Construction

9.1 Remove existing kerb and channels to dump offsite m 500

Extra over to item 9.1 - Remove existing kerb and channel and underpipe at pub -
9.2 m 40
Clifton St to Camp St (Provisional Item)

9.3 Construct new Kerb and Channel m 482

9.4 Construct new Mountable Kerb and Channel m 317

9.5 Construct new Mountable Kerb m 54

9.6 Construct new dish channel m 45

9.7 Residential vehicle crossing cutdowns m 26

9.8 Commercial vehicle crossing cutdown m 41

9.9 Pedestrian crossings cutdowns m 35

9.10 Pedestrian refuge No. 2

9.11 Scarify existing road, remove bitumen to dump offsite m2 6820

Trim existing pavement material (300mm deep) to dump offsite (No Exit Road -
9.12 m2 300
redundant portion of SH7 - sothern bridge approach)

9.13 Sawcuting m 204

9.14 Supply, place and compact AP65 sub base m3 3087

Supply, place and compact M4 AP40 (Draft NZTA M4: 2019 Specification - refer
9.15 m3 1900
Project Specification Section 19 & Appendix IX) basecourse

9.16 Supply and place 2 coat chipseal (G3/5) m2 8720

Supply and place AC14 (Draft NZTA M10: 2019 Specification - refer Project
9.17 m2 3500
Specification Section 19 & Appendix IX) (40 mm nominal depth)

9.18 Rip and remake tie-ins (Type 1 Pavement areas) m2 520

Tie-in to existing carriageway at the extent of works (either end of the project +
9.19 No. 5
side roads)

Page 5 of 8
NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT

9.20 Maintenance access track construction m2 1500

9.21 Unsealed Pavements

9.21.1 Supply, place and compact unsealed basecourse aggregate m3 26

9.21.2 Supply, place and compact unsealed wearing course aggregate m3 13

10 Paths & Driveway Construction

10.1 Strip existing bitumen surfaces and dump offsite m2 803

10.2 Supply, place and compact AP40 basecourse for driveways (125mm) m2 87

10.3 Supply, place and compact AP20 basecourse for footpaths (75mm) m2 1476

10.4 Supply and place asphaltic concrete GD7 (20mm) m2 1563

10.5 Supply and place AP5 gritted topping to wide shoulder (25mm) m2 600

10.6 Supply and place timber edging (25mm) for footpaths and driveways m 278

10.7 Supply and place timber edging (50mm) to back of threshold treatment m 60

11 Barrier Construction

11.1 Guardrail Leading Terminal X-350 or similar approved No. 2

11.2 Guardrail Leading Terminal Standard Curved No. 1

11.3 Guardrail Trailing Terminal Standard Curved No. 5

11.4 Guardrail Trailing Terminal 6m Radius No. 1

11.5 W-Section to Concrete Transition (NZTA RSB-5) No. 4

11.6 MASH TL-3 W Beam m 474.35

11.7 MASH TL-3 W Beam 6m Radius Convex m 1.91

11.8 MASH TL-3 W Beam 15m Radius Convex m 19.05

11.9 MASH TL-3 W Beam 10m Radius Convex m 17.15

11.10 MASH TL-3 W Beam with (CMPS) Motorcycle Safety / Protection Rail m 171.45

11.11 MASH TL-4 Thrie Beam with Modified Blockout m 60.96

11.12 Fall Protection Safety Fencing m 50

12 Traffic Services

12.1 Permanent road marking removal by blasting LS 1

12.2 Pavement Marking, RRPM's, KTM's & Edge Marker Posts LS 1

12.3 Supply and install RS1 (2 x 50km/hr & 2x 100km/hr) No. 4

12.4 Supply and install RP 1 (stop) and RP2 (give way) No. 10

12.5 Supply and install WM1R (curve advisory) No. 2

12.6 Supply and install WJ3L (T junction controlled) No. 2

12.7 Supply and install WYC4 (yellow chevron) No. 5

12.8 Supply and install new WYR2 chevron (corner or Camp St and SH7) No. 2

12.9 Supply and install RPX4 assembly (rail crossing) No. 2

12.10 Supply and install WZ1 & WZ12 assembly (cattle stop) No. 2

12.11 Supply and install WXR1 & WXL1 (rail side road) No. 2

12.12 Supply and install white or yellow width marker posts No. 4

Page 6 of 8
NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT

12.13 Supply and install 'Reefton' AD replacement signs No. 2

12.14 Supply and install "Street Name" or "River Access" blade signs No. 2

Supply and install "No Exit" supplementary plate under street name blade on
12.15 No. 2
street name or river access blade post

12.16 Supply and install SH reference station (LRMS) sign double sided No. 1

12.17 Supply and install yellow SH reference station (LRMS) marker No. 1

12.18 Supply and install PN-2 (threshold signs) and RG-2 (100) on reverse No. 2

12.19 Sign Relocations No. 4

12.20 Removal of signs from existing highway and township to waste LS 1

12.21 Electronic Speed Indication Device LS 1

13 Landscaping

13.1 Grassing

13.1.1 Grass areas - hydroseeded m2 9700

13.2 Planting - Supply and install mixed native shrub planting

13.2.1 Embankment planting (mix A) m2 5650

13.2.2 Embankment planting (low)(mix B) m2 1450

13.2.3 Detention basin (mix C) m2 920

13.2.4 Stream patch planting (mix H) m2 80

13.2.5 Riparian planting (mix D) m2 4500

13.2.6 Frangible screening planting (mix E) m2 310

13.2.7 Screening & definition planting (mix F) m2 850

13.2.8 Threshold planting (mix G) m2 150

Specimen Trees - Supply and install mixed native tree planting - including
13.3
staking

13.3.1 Dacrycarpus dacrydioides - Kahikatea No. 17

13.3.2 Dacrydium cupressinum - Rimu No. 15

13.3.3 Nothofagus fusca - Red Beech No. 12

13.3.4 Plagianthus regius - Manatu / lowland ribbonwood No. 5

13.3.5 Podocarpus ferrungineus - Miro No. 18

13.4 Mulch

13.4.1 Supply and install aged bark mulch m2 8400

13.4.2 Supply and install Coirfibre "Biomac CJ450" or approved equivalent m2 5500

13.5 Landscape Maintenance (2 years)

13.5.1 Landscape Defects Maintenance & Reporting mth 24

13.6 Urban Design Features

13.6.1 Rustic timber post supply (Prime Cost Sum) No. 10 $ 1,000.00 $ 10,000.00

13.6.2 Contractors on-cost to 13.6.1 for management and co-ordination % $ 10,000.00

13.6.3 Uplift rustic timer posts, transport to site and install No. 10

14 Fencing and Gates

14.1 Supply and install new post, 7 wire & batten fence m 210

Page 7 of 8
NZTA 2019359: AHAURA BRIDGE REPLACEMENT SCHEDULE OF PRICES

ITEM DESCRIPTION UNITS QUANTITY RATE AMOUNT

14.2 Supply and install post and netting fence m 1208

14.3 Supply and install timber post and 4 rail fence m 46

14.4 Supply and install new farm gates No. 5

14.5 Supply and install swale flood gates No. 2

14.6 Paint timber post and 4 rail fence white LS 1

15 Demolition of Existing Bridge

15.1 Demolition and removal of existing bridge including appropriate disposal LS 1

Extra over cost adjustment to SoP Item 15.1 for salvage, transport and unloading
15.2 No. 125
of timber stringers for community use (Provisional Item)

15.3 Withdraw and dispose of existing timber piles No. 35

15.4 Cutting and removing timber piles (Provisional Item) No. 15

16 Domestic Bore Decommission

16.1 Decommission existing bore LS 1

17 Additional Works

17.1 On site overheads (Provisional Item) % $ 500,000.00

17.2 Off site overheads and Profit (Provisional Item) % $ 500,000.00

17.3 Processing of Variations (Provisional Item) % $ 500,000.00

Working
17.4 Working Day Rate (Provisional Item) 20
Day

Contract Total $

Tenderer's Authorised Signature:

Authorised Name:

Tenderers Company Name:

Address:

Page 8 of 8
Basis of Payment

Ahaura Bridge Replacement


Contract No. NZTA 2019359
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

CONTENTS
1  Preamble 6 
1.1  Introduction 6 
1.2  Definitions 6 
1.3  Item Description 6 
1.4  Item Quantity 6 
1.5  Item Rate 6 
1.6  Item Unit 7 
1.7  Provisional Items 7 
1.8  Provisional Sums 8 
1.9  Alternative Materials or Designs 8 
1.10  Amendments To the Schedule of Prices 8 

2  Certificates and Payment 9 


2.1  Contractor’s Monthly Payment Claim 9 
2.2  Payment Details 9 
2.3  Quality Assurance 9 

3  Valuing Scope Changes 10 


3.1  Open Book Philosophy 10 
3.2  Variations 10 
3.3  Changes to Lump Sum Amounts 10 
3.4  Unscheduled Work 10 

4  Basis of Measurement and Payment 11 

Preliminary and General 11 


4.1  Establishment, Temporary Accommodation and Disestablishment 11 
4.2  Insurances and Bonds 11 
4.3  General Obligations and Requirements 11 
4.4  Preparation and Updating of Contractor’s Contract Plan 11 
4.5  Implementation of Contractor’s Contract Plan 12 
4.6  Preparation of Contractor’s Railway Management Plan 12 
4.7  Preparation of Contractor’s Programme 12 
4.8  Implementation and Updating of Contractor’s Programme 12 
4.9  Contractor’s Reporting and Meetings 13 
4.10  Implementation and management of Contractor’s Environmental Controls 13 
   

Page 1 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.11  Project Ecology 13 


4.12  Maintenance Requirements 13 
4.13  Public Liaison and Consultation 13 
4.14  As-Built Requirements 14 

Traffic Management 15 


4.15  Preparation and Implementation of Temporary Traffic Management Plans 15 
4.16  Railway Protection, Liaison amd Implementation of Railway Management Plan 15 

Earthworks 16 
4.17  Extra over to SoP Item 3.4 for Archaeological Investigations 16 
4.18  Archaeological finds Uplift and Topographical Survey (Provisional Sum) 16 
4.19  Site Clearance 16 
4.20  Strip topsoil, screen, stockpile 16 
4.21  Proof Roll Insitu Subgrade 17 
4.22  Import Topsoil (Provisional Item) 17 
4.23  Spread Topsoil from Stockpile or Imported Topsoil 17 
4.24  Excavate Buried Trees And Landfill to Waste and Backfill 18 
4.25  Strip Sheep Dip, Stockpile and Encapsulate 18 
4.26  Topographical Surveys - Bulk Fill Subgrade & Final Trimmed Bulkfill Embankment
Surface 19 
4.27  Undercut Unsuitable Material below subgrade to Waste off-site and backfill
(Provisional Item) 19 
4.28  Cut to Fill 19 
4.29  Cut to Waste off-site 20 
4.30  Cut to Landscape Fill (Provisional Item) 20 
4.31  Supply and Place Bulkfill 21 
4.32  Trim, Compact, Maintain and Prepare Pavement Subgrade 21 
4.33  Tree Protection 21 

Utilities 22 
4.34  Utilities Identification and Protection 22 
4.35  Service Relocations Liaison, Coordination, Management and Facilitates 22 
4.36  Chorus Service trenches 22 
4.37  Chorus Carriageway Duct Crossings 23 
4.38  Street Lighting and Electrical Works 23 

Bridge 24 
4.39  Bridge Construction General 24 
4.40  Preparation of abutment/pier sites 25 

   

Page 2 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.41  Cylinder Foundations to Piers and Abutments 26 


4.42  Pier/Abutment Construction 27 
4.43  Superstructure 29 
4.44  Barriers 30 
4.45  Miscellaneous 32 

Retaining Walls 33 


4.46  Excavation 33 
4.47  Supply, install and Fill Gabion Baskets 33 
4.48  Supply and Install Nexus Novaflo Drain 33 
4.49  Supply and Lay Terramesh Panels 33 
4.50  Locate and Temporarily Support Utilities 33 
4.51  Supply and Place Compacted Backfill 34 
4.52  Reinforced Concrete Capping Beam 34 
4.53  Reinstate Stable Batters (Topsoil, Grassing and Erosion protection) 34 
4.54  Supply and Construct Low Timber Back of Footpath Wall 34 

Railway Level Crossing 35 


4.55  Supply and Construct New Timber Panel Level Crossing 35 
4.56  Remove Old Redundant Level Crossing 35 
4.57  Supply and Install New Cattle Stop 35 

Stormwater 36 
4.58  Supply and Install Pipes 36 
4.59  Mitre PVC-U pipe ends 36 
4.60  Bulkheads 36 
4.61  Abandon culverts 36 
4.62  CCTV Pipes 36 
4.63  Supply and Install Manholes 37 
4.64  Modify Existing Manhole or Catch-pit 37 
4.65  Headwalls 37 
4.66  Catch-pits / Access chambers 37 
4.67  Modify Existing Catch-Pit to Solid Lid 38 
4.68  Line swales, Swale bunding and Linear Wetland 38 
4.69  Re-grade drain 38 
4.70  Line Basin 38 
4.71  Install Rock Chute 39 
4.72  Realign stream 39 
4.73  Riprap pad and Rock Sill 39 

   

Page 3 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.74  Geotextile Filter Cloth (Provisional Item) 39 


4.75  Undercut and Replace (Provisional Item) 40 
4.76  Reinforced Concrete Pipe Surround (Provisional Item) 40 

Carriageway Construction 41 


4.79  Kerb and Channels 41 
4.80  Pedestrian Refuge 41 
4.81  Scarify Existing Road, Remove Bitumen to Waste 42 
4.82  Trim existing pavement material to waste 42 
4.83  Sawcutting 42 
4.86  Chipseal 42 
4.87  AC Surfacing (NZTA Draft M10:2019 Specification) 43 
4.88  Rip and Remake Tie-Ins (Type 1 Pavements) 43 
4.89  Tie-ins to existing pavements 43 
4.91  Unsealed Pavements 44 

Paths & Driveway Construction 45 


4.92  Strip Existing Bitumen to Waste 45 
4.93  Construct Paths and Driveways 45 
4.94  Timber Edging 45 

Barrier Construction 46 


4.95  W-Section Barrier Leading & Trailing End Terminals 46 
4.96  W-Section to Concrete Barrier Transition 46 
4.97  W-Section Barrier 46 
4.98  Thrie-Beam Barrier 46 
4.99  Fall Protection Safety Fencing 47 

Traffic Services 48 


4.102  Supply and Install Signs 48 
4.103  Sign Relocations 48 
4.104  Remove Existing Signs to Waste 48 
4.105  Electronic Speed Indication Device 49 

Landscaping 50 
4.106  Grassing 50 
4.107  Planting – Mixed Native Shrubs 50 
4.108  Planting – Specimen Trees 50 
4.109  Mulching 50 
4.110  Supply and Install BIOMAC Coir Fibre Geo-Textile 51 

   

Page 4 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.111  Landscape Maintenance 51 


4.112  Urban Design Features 51 

Fencing and Gates 53 


4.113  Supply and Install Fencing 53 
4.114  Supply and Install Gates Including Swale Flood Gate 53 
4.115  Paint Timber Post and Rail Fence 53 

Bridge Deconstruction 54 


4.116  Demolition and removal of existing bridge including disposal 54 
4.117  Extra Over Cost adjustment for salvage and transport of timber stringers
(Provisional Item) 54 
4.118  Remove and dispose of existing timber piles 54 
4.119  cost associated with cutting and removing timber piles (Provisional Item) 55 

Domestic Bore Decommission 56 


4.120  Domestic Bore Decommission 56 

Additional Works (Provisional Items) 57 


4.121  On-site Overheads for Variations (Provisional Item) 57 
4.122  Off-Site Overheads and Profit for Variations (Provisional Item) 57 
4.123  Processing of Variations (Provisional Item) 57 
4.124  Working Day Rates (Provisional Item) 58 

   

Page 5 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

1 Preamble
1.1 INTRODUCTION
1.1.1 This section outlines the basis of payment for this contract. The following overrides any
basis of payment specified or implied elsewhere in the Contract Documents or in any
Transit/Transport Agency standard specification, other standard, manual or publication
referred to.
1.1.2 All payments made shall have cost fluctuation and retentions applied in accordance with
the conditions of contract.

1.2 DEFINITIONS
1.2.1 The defined terms in this Basis of Measurement and Payment shall have the same
meanings as defined in the Conditions of Contract.
1.2.2 Reference to ‘Contract Period’ shall mean the full contract period including all separable
portions.

1.3 ITEM DESCRIPTION


1.3.1 In the schedule of prices the item description identifies the work covered and shall be
read in conjunction with the basis of payment. The Contractor shall determine the nature
and extent 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. All Drawings shall
be developed using the metric system.
1.4.2 The Contractor shall not rely on the quantities provided in the schedule of prices, or the
dimensions provided on the Drawings provided by the Transport Agency for ordering
Materials or pricing.
1.4.3 For items not measured as Lump Sums, the quantity shall be measured net from the
dimensions stated in the contract. No allowance shall be made for over excavation, laps,
cutting, waste, etc. unless specifically stated. All cubic metre measurements shall be on a
solid measure basis unless stated otherwise.

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
NZ Dollars to two decimal places. Where no rate is entered, it shall be deemed to be
$0.00.
1.5.2 The rate tendered in the schedule of prices shall be deemed to include the costs of
meeting all conditions, obligations and liabilities in the Contract Documents. It shall be
deemed to be inclusive of, but not limited to, supplying all Plant, labour, Materials and
transportation required to complete the item of work.
1.5.3 All rates for items in the Schedule of Prices shall include all of the costs associated with
matters such as miscellaneous items, accommodation, supervision, contingencies,

   

Page 6 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

normally expected risks, transport of equipment, 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, as well as On-Site Overheads and Off-Site
Overheads and Profit, except that, if any one of those matters is scheduled separately as
a result of an item description expressly identifying that particular matter, that matter
will not be included in the rate for that item.
1.5.4 In addition to the payments made to the Contractor under this schedule of prices, the
Principal will pay the applicable Goods and Services Tax. Payment schedules shall be
issued in the form in accordance with the Clause 12.13 of the conditions of contract.

1.6 ITEM UNIT


1.6.1 Units of measurement shown in the “unit” column of the schedule of prices have been
abbreviated as follows (unless otherwise expressly defined throughout the Basis of
Payments of Schedule of Prices):

ABBREVIATION DESCRIPTION

PS Provisional Sum

PI Provisional Item

PCS Prime Cost Sum

LS Lump Sum

Day Calendar Day

m Linear metre

m2 Square metre

m3 Cubic metre

No. Number

Hr Hour

T Tonne

% Percent

Km Kilometre

1.7 PROVISIONAL ITEMS


1.7.1 Provisional Items provide for work that may or may not be carried out by the Contractor,
shall be priced by the Contractor. This work shall only be performed on the instruction of
the Engineer.
1.7.2 The amount payable to the Contractor for work covered by provisional items shall be for
the quantity or work directed by the Engineer, at the tendered rate.

   

Page 7 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

1.7.3 The tendered rate for provisional items shall fully compensate the Contractor for all their
costs for that item, including but not limited to: labour, Plant, Materials, On-Site
Overheads, Off-Site Overheads and Profit.
1.7.4 Where provisional items are not undertaken or only partially expended, this shall not give
rise to any compensation payment for overheads and margins.

1.8 PROVISIONAL SUMS


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

1.9 ALTERNATIVE MATERIALS OR DESIGNS


1.9.1 The Contractor may propose alternatives to the specified Materials, provided they meet
the contract requirements in terms of time, cost and quality. The Contractor shall submit
their proposed alternatives to the Engineer for review. The Engineer will provide their
recommendations to the Principal and the Contractor.
1.9.2 Where the Engineer accepts the equivalent product or Material in place of the one
identified or specified, the tendered rate in the Schedule of Prices shall be deemed to
include the replacement in the Contract Works. This includes the Contractor’s Design,
provision of data, Drawings, specifications, certificates, approvals, re-submissions and
modifications and amendments to the Contract Works.
1.9.3 Where the contract allows a choice of alternatives, the tendered rate shall be deemed to
cover any of the permitted alternative Materials, or Contractor’s Design the Contractor
chooses. In all cases the rates in the Schedule of Prices shall be deemed to include any
adjustments of the work content, rates, costs and the like made necessary by the
Contractor’s choice of alternative.

1.10 AMENDMENTS TO THE SCHEDULE OF PRICES


1.10.1 Tenderers are invited to use the interactive tender process to discuss amendments to the
Schedule of Prices to provide a schedule that better matches an Alternative Tender and/or
their methodology, financial reporting methods and ease of use in calculating interim
payments.
1.10.2 No changes shall be made to the Schedule of Prices without the Transport Agency’s
written approval.

   

Page 8 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

2 Certificates and Payment


2.1 CONTRACTOR’S MONTHLY PAYMENT CLAIM
2.1.1 Unless the Principal and the Contractor agree otherwise in writing, the Contractor shall
each month submit to the Engineer a progress payment claim. The first claim shall be
submitted within one month after the date the Contract Works begins. The progress
payment claim shall:
(a) Claim the appropriate payment for each item identified in the Schedule of Prices.
(b) Include an editable electronic file version of the claim.
(c) Comply with the requirements of clause 12.1 of the General Conditions of Contract,
and as amended by the Special Conditions.
2.1.2 Before payment, the Engineer will check all amounts claimed by the Contractor for work,
and process the payment claim in accordance with 12.2 of the General Conditions of
Contract as amended by the Special Conditions.

2.2 PAYMENT DETAILS


2.2.1 Progress payments will be made in accordance with clauses 12.1 and 12.2 of the General
Conditions of Contract (NZS 3910), and as amended by the Special Conditions of
Contract, to this contract.
2.2.2 All payments will be by direct credit only.

2.3 QUALITY ASSURANCE


2.3.1 Unless scheduled separately, all costs incurred by the Contractor in undertaking and
completing all quality assurance testing as outlined in the Contract Documents shall be
deemed to be included in the tendered rates.
2.3.2 Further to clause 12.1.3 of the Conditions of Contract, payment of 90% of the tendered
rate will be made for any item for which the test results are available, but have not been
submitted to the Engineer. Full payment will be completed once all records and IANZ, or
other approved, certified test results required by the Contract Documents have been
submitted and accepted by the Engineer.

   

Page 9 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

3 Valuing Scope Changes


3.1 OPEN BOOK PHILOSOPHY
3.1.1 In the event of a disputed contractual claim(s) or variation(s) the parties through mutual
agreement consistent with partnering, shall use first principles for substantiating the
claim. This may mean the Contractor shall make available to the Principal, on a
reasonable basis, their tender pricing information.
3.1.2 Commercial and price sensitive information provided by the Contractor to the Principal
will be treated with the utmost confidentiality.

3.2 VARIATIONS
3.2.1 Variations, including Dayworks, that constitute a change to the detailed design must be
ordered by the Engineer in writing and shall be valued according to the procedures
outlined in section 9 of the General Conditions of Contract.
3.2.2 Variations may be valued as positive (increased scope), or negative (reduced scope)

3.3 CHANGES TO LUMP SUM AMOUNTS


3.3.1 Lump sum amounts in the schedule of prices shall not be changed because of any
extensions in the due date for completion, or ordered variation to the Contract Works.
The value of any changes to lump sum items will be paid as variations to the contract
3.3.2 Where the Contractor identifies a possible change in scope of a lump sum item they shall
advise the Engineer in writing prior to carrying on with the revised scope of work.

3.4 UNSCHEDULED WORK


3.4.1 In general, payment for unscheduled work shall be made on a lump sum basis. No
payment shall be made for any unscheduled work without the Engineer’s written
approval.
3.4.2 Where payment is made on Dayworks, the Contractor’s representative shall certify and
provide to the Engineer the priced “daily job record sheet(s)” for all unscheduled works
undertaken to meet the project specification. The representative must provide the
original record sheet within 24 hours of the work being carried out.
3.4.3 Each record sheet shall contain:
a) Description of the work undertaken, including date undertaken, location and extent
b) Labour hours,
c) Type of plant, total plant hours, rate and total value claimed for each item of plant
d) 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 work
being carried out shall be forwarded to the Engineer within 48 hours of receipt of
these invoices from the supplier
e) Signature and name of the Contractor’s personnel supervising the work.

   

Page 10 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4 Basis of Measurement and Payment

Preliminary and General


4.1 ESTABLISHMENT, TEMPORARY ACCOMMODATION AND
DISESTABLISHMENT
SoP Item 1.1
4.1.1 Payment shall be made at the tendered lump sum for all costs directly and indirectly
involved in the establishment, temporary accommodation, and disestablishment of the
Contractor on site in accordance with Section 2 of the Project Specification. It shall also
include any other work or requirements that are of a ‘once off’ nature.
4.1.2 No additional establishment will be paid for works in the Defects Liability Period or for re-
establishment required for Separable Portions.
4.1.3 75% of the lump sum payment shall be made upon full establishment of the Contractor
on-site and the remaining 25% of the tendered lump sum shall be made upon the full
disestablishment of the Contractor and full reinstatement of the site.

4.2 INSURANCES AND BONDS


SoP Item 1.2
4.2.1 Payment shall be made at the tendered lump sum for all costs directly and indirectly
involved in providing the Insurances and Bonds in accordance with requirements of the
First Schedule of the Conditions of Contract.
4.2.2 100% of the lump sum payment shall be made on the Engineer’s acceptance of the
Insurances and Bonds

4.3 GENERAL OBLIGATIONS AND REQUIREMENTS


SoP Item 1.3
4.3.1 Payment shall be made at the tendered lump sum for all of the Contractor’s General
Obligations and Requirements. This payment shall cover for the remaining items outlined
in Section 2 of the Specification and any other general costs necessary to enable the
completion of the project works not otherwise specified or itemised in the schedule and
this Basis of Payments.
4.3.2 Payment shall be made at the tendered lump sum with progress payments being based
on the extent of works completed.

4.4 PREPARATION AND UPDATING OF CONTRACTOR’S


CONTRACT PLAN
SoP Item 1.4
4.4.1 Payment shall be made at the tendered lump sum for preparation and regular updating of
the Contractor’s Contract Plan in accordance with Section 3 the project specification.

   

Page 11 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.4.2 80% of the lump sum payment shall be made on the Engineer’s acceptance of the final
Contractor’s Contract Plan and the remaining 20% of the tendered lump sum shall be
made at Practical Completion provided regular updates to the Contract Plan have been
submitted and accepted.

4.5 IMPLEMENTATION OF CONTRACTOR’S CONTRACT PLAN


SoP Item 1.5
4.5.1 Payment shall be made at the tendered lump sum for implementing the Contractor’s
Contract Plan in accordance with Section 3 the project specification. The rate shall
include all costs to complete all sampling and testing, taking, recording and
supplying/reporting on-site measurements and surveys and any other QA requirements
necessary to complete the contract works in accordance with the Project Specification
(unless otherwise specifically scheduled).
4.5.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

4.6 PREPARATION OF CONTRACTOR’S RAILWAY MANAGEMENT


PLAN
SoP Item 1.6
4.6.1 Payment shall be made at the tendered lump sum for preparation of the Contractor’s
Railway Management Plan in accordance with Section 17 the project specification.
4.6.2 100% of the lump sum payment shall be made on KiwiRail and the Engineer’s acceptance
of the final Contractor’s Railway Management Plan. Implementation of the Railway
Management Plan shall be covered by SoP Item 2.2.

4.7 PREPARATION OF CONTRACTOR’S PROGRAMME


SoP Item 1.7
4.7.1 Payment shall be made at the tendered lump sum for all direct and indirect costs for the
preparation of the Contractor’s Programme in accordance with the project specification.
The rate shall also include amending the Programme to meet the requirements of the
Engineer.
4.7.2 100% of the lump sum payment shall be made on the Engineer’s acceptance of the
Contractor’s Programme.

4.8 IMPLEMENTATION AND UPDATING OF CONTRACTOR’S


PROGRAMME
SoP Item 1.8
4.8.1 Payment shall be made at the tendered lump sum for implementing, updating and
managing the Contractor’s Programme in accordance with the project specification.
4.8.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period. A payment of only 80% of the pro-rated monthly amount shall be made
when an updated programme is not supplied with the monthly progress report.

   

Page 12 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.9 CONTRACTOR’S REPORTING AND MEETINGS


SoP Item 1.9
4.9.1 Payment shall be made at the tendered lump sum for all of the Contractor’s reporting
and meeting requirements as set out in the project specification.
4.9.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

4.10 IMPLEMENTATION AND MANAGEMENT OF CONTRACTOR’S


ENVIRONMENTAL CONTROLS
SoP Item 1.10
4.10.1 Payment shall be made at the tendered lump sum for the implementation, operation, and
management of all environmental controls and compliance requirements in accordance
with the project specification.
4.10.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

4.11 PROJECT ECOLOGY


SoP Item 1.11
4.11.1 Payment shall be made at the tendered lump sum for the implementation, operation, and
management of all freshwater ecology requirements, including certifying the final stream
diversion plans, electronic fishing/netting, overseeing and co-ordinating the Ahaura
Stream works (including any temporary crossings) etc in accordance with the project
specification and statutory conditions. The tendered rate shall include for engagement
of, and the inputs from, a qualified Freshwater Ecologist by the Contractor.
4.11.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

4.12 MAINTENANCE REQUIREMENTS


SoP Item 1.12
4.12.1 Payment shall be made at the tendered lump sum for all costs to undertake all
maintenance requirements during the contract period in accordance with the project
specification.
4.12.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

4.13 PUBLIC LIAISON AND CONSULTATION


SoP Item 1.13
4.13.1 Payment shall be made at the tendered lump sum for all public liaison and consultation in
accordance with the project specification.
4.13.2 This rate shall include all allowances to provide liaison with the local Ahaura community,
school, stakeholders and other interested or effected parties to maintain good
relationships. The Contractor shall allow to provide input to all Principal’s publications,
communications, site visits/tours and to completed letterbox/mailbox drops.

   

Page 13 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.13.3 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

4.14 AS-BUILT REQUIREMENTS


SoP Item 1.14
4.14.1 Payment shall be made at the tendered lump sum for all costs associated with the as-built
requirements, reports, data sheets etc as set out in Section 12 of the project
specification.
4.14.2 75% of the lump sum payment shall be made upon the Engineer’s acceptance of the draft
submission of all required final as-built plans, Construction Report, RAMM data, BDS etc
and the remaining 25% of the lump sum shall be made upon the Engineer’s acceptance of
the final fully completed submission of all required final as-built plans, Construction
Report, RAMM data, BDS etc.

   

Page 14 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Traffic Management
4.15 PREPARATION AND IMPLEMENTATION OF TEMPORARY
TRAFFIC MANAGEMENT PLANS
SoP Item 2.1
4.15.1 Payment shall be made for all plant, labour and materials required for the preparation
and implementation of all temporary traffic management plans in accordance with the
project specification. The rate shall include for updating of the plans as necessary
throughout the contract period.
4.15.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

4.16 RAILWAY PROTECTION, LIAISON AND IMPLEMENTATION OF


RAILWAY MANAGEMENT PLAN
SoP Item 2.2
4.16.1 Payment shall be made for all plant, labour and materials required for Railway protection
(including engagement of the Rail Protection Officer (RPO) services, unless identified
under specific SoP items elsewhere), liaison and coordination with KiwiRail, any KiwiRail
permit fees, KiwiRail training fees, Train Speed Restriction (TSR), rail level crossing
maintenance costs and implementation of the Railway Management Plan in accordance
with the project specification.
4.16.2 Payment shall be made at the tendered lump sum pro-rated on a monthly basis over the
contract period.

   

Page 15 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Earthworks
4.17 EXTRA OVER TO SOP ITEM 3.4 FOR ARCHAEOLOGICAL
INVESTIGATIONS
SoP Item 3.1
4.17.1 This extra over rate to SoP Item 3.4 (Strip Topsoil), shall cover any additional costs
associated with topsoil stripping in the six archaeological risk areas as detailed in Section
4.2.1 (c) of the project specification.
4.17.2 Any Archaeological finds discovered under the accidental discovery protocol outside the
six risk sites, do not form part of this rate. Any Contractor costs associated with any
accidental discovery outside the six high risk sites shall be treated as a variation.
4.17.3 The Project Archaeologist shall be supplied by the Principal (NZTA) and shall not be
included in this rate.
4.17.4 Payment shall be made at the extra over rate for each day of topsoil stripping in the six
archaeological risk areas.

4.18 ARCHAEOLOGICAL FINDS UPLIFT AND TOPOGRAPHICAL


SURVEY (PROVISIONAL SUM)
SoP Item 3.2
4.18.1 This is a provisional sum that shall only be used if directed by the Engineer.
4.18.2 Payment shall be made for all plant, labour, and materials required for topographical
survey and/or uplift any archaeological finds, for further investigation or storage, under
the direction of the project Archaeologist.
4.18.3 Payment shall be made at an agreed variation cost.

4.19 SITE CLEARANCE


SoP Item 3.3
4.19.1 Payment shall be made at the tendered lump sum amount for all costs required for all
site clearance in accordance with the project specification and construction drawings.
This item shall include costs for clearing of all vegetation, trees, fences, gates,
termination of existing services, removal of all foundations, culverts and other ground
features, and any required on/off site security (fencing) etc. Costs for transport to off-
site dumps, dump fees and the like as necessary to undertake the contract works shall
also be included.
4.19.2 Payment shall be made at the tendered lump sum amount with progress payments being
based on the extent of works completed.

4.20 STRIP TOPSOIL, SCREEN, STOCKPILE


SoP Item 3.4
4.20.1 Payment shall be made to strip to stockpile and screen topsoil in accordance with the
construction drawings and project specification. This item shall include all costs for
stripping, loading, transport, stockpiling, screening, removal of screenings and

   

Page 16 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

unsuitable topsoil to waste offsite, and all handling of the topsoil. Unsuitable topsoil
shall be confirmed by the Engineer prior to removal offsite.
4.20.2 The Contractor shall allow for topographical surveys of the original ground profile and
stripped profile (subgrade) to verify the quantity of topsoil removed. The quantity of
topsoil stripping covered by this SoP item shall be limited to the extent of works (i.e.
footprint of permanent works) shown on the drawings. Other areas that are stripped of
topsoil outside the permanent works footprint (e.g. compounds, laydown areas,
construction access roads/tracks etc) shall be at the Contractors cost.
4.20.3 Payment for this item shall be made per original in place (solid) cubic metre (m3),
determined from the topographical surveys, of topsoil that is stripped, screened and
stockpiled.

4.21 PROOF ROLL INSITU SUBGRADE


SoP Item 3.5
4.21.1 Payment shall be made for all plant, labour and materials to undertake proof rolling of
the insitu subgrade at the direction of, and witnessed by, the Engineer. The purpose of
the proof roll is to identify any potential soft material which may require undercutting
and replacement or other subgrade improvement treatment.
4.21.2 Payment for this item shall be made per square metre (m2) of insitu subgrade which is
proof rolled.

4.22 IMPORT TOPSOIL (PROVISIONAL ITEM)


SoP Item 3.6
4.22.1 This is a provisional item that shall only be used if there is insufficient suitable
topsoil obtained from on-site stripping and importation of topsoil is directed by the
Engineer.
4.22.2 Payment shall be made for the procurement and supply of topsoil which meets the
project specification.
4.22.3 Payment for this item shall be made per solid cubic metre (m3) supplied to site.

4.23 SPREAD TOPSOIL FROM STOCKPILE OR IMPORTED TOPSOIL


SoP Item 3.7
4.23.1 Payment shall be made to spread the topsoil in accordance with the construction
drawings and project specification. This item shall include for all stockpiling, loading,
transport, handling, spreading and trimming of the topsoil to all areas of the project
including embankment batters, swales, berms, tracks, landscaping beds, lawns etc,
unless otherwise specifically identified in other basis of payment clauses.
4.23.2 The Contractor shall allow for undertaking a topographical survey of the ground profile
(subgrade) prior to topsoil spreading and a topographical survey of the final profile to
verify the quantity of in place topsoil re-spread. The quantity of topsoil spreading
covered by this SoP item shall be limited to the extent of works (i.e. footprint of
permanent works) shown on the drawings. Other areas where topsoil is spread for
reinstatement outside the permanent works footprint (e.g. compounds, laydown areas,
construction access roads/tracks etc) shall be at the Contractors cost.

   

Page 17 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.23.3 Payment for this item shall be made per in place cubic metre (m3) of topsoil that is
spread.

4.24 EXCAVATE BURIED TREES AND LANDFILL TO WASTE AND


BACKFILL
SoP Items 3.8 & 3.9
4.24.1 Payment shall be made for all plant, labour, and materials required to excavate the
buried tree material and landfill material, transport and dump off-site and backfill the
excavation with:
i. the material won from cut to fill (SoP Item 3.13) in the buried tree area, and
ii. with imported backfill in the landfill area
in accordance with the construction drawings and specification.
4.24.2 This item shall include all costs associated with dewatering, stockpiling and double
handling of material, loading, carting, dumping, placement of site won backfill, supply
and placement of imported fill and compaction etc.
4.24.3 SoP Item 3.9 shall include all plant, labour and materials required to locate and
temporarily support all existing utilities (fibre and copper) in the location and adjacent to
the landfill excavation. Service protection and support requirements are to be in
accordance with the asset owner’s requirements.
4.24.4 The Contractor shall allow for undertaking topographical surveys pre and post excavation
to verify the quantity of excavation and backfill completed. The area and quantity of
buried trees and landfill excavated and backfilled covered by this SoP item, shall be
limited to the extent of works shown in the contract drawings unless otherwise directed
by the Engineer.
4.24.5 Payment for this item shall be made per in place (solid) cubic metre (m3) of material that
is excavated and backfilled.

4.25 STRIP SHEEP DIP, STOCKPILE AND ENCAPSULATE


SoP Item 3.10
4.25.1 Payment shall be made for all plant, labour, and materials required to strip the
contaminated topsoil from the sheep dip site, place contaminated topsoil into a
stockpile, cover and maintain the stockpile, uplift and encapsulate the contaminated
topsoil in accordance with the construction drawings and specification.
4.25.2 This item shall include all costs associated with confirming the extent of the sheep dip
site, any loading, carting, protection and maintenance of the stockpile, encapsulation
geofabric and equipment cleaning. The area and quantity of sheep dip topsoil excavated,
stockpiled and encapsulated covered by this SoP item, shall be limited to the extent of
works shown in the contract drawings unless otherwise directed by the Engineer.
4.25.3 Payment for this item shall be made per cubic metre (m3) of contaminated topsoil that is
excavated from the sheep dip site, stockpiled and encapsulated. 50% payment shall be
made at to completion of the striping and stockpiling (including covering), and the
remaining 50% on full encapsulation completion.

   

Page 18 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.26 TOPOGRAPHICAL SURVEYS - BULK FILL SUBGRADE & FINAL


TRIMMED BULKFILL EMBANKMENT SURFACE
SoP Items 3.11 & 3.18
4.26.1 Payment shall be made at the tendered lump sum amounts for all costs required to
undertake topographical surveys of the bulk fill subgrade and final trimmed bulkfill
embankment surface, and to provide a complete electronic CAD file to the Engineer for
the full extent of the bulk fill subgrade area and final trimmed bulkfill embankment
surface.
4.26.2 The bulk fill subgrade level is defined as the insitu subgrade level at the base of the
topsoil strip, or the top of any backfill level (i.e. backfilled landfill, buried forest,
undercut/subgrade improvement areas etc).
4.26.3 The final trimmed bulkfill embankment surface is reached when the pavement subgrade
level has been trimmed compacted and prepared (SoP Item 3.17) and all batters fully
trimmed from the pavement subgrade to the toe of the embankment and prior to topsoil
placement.
4.26.4 Payment shall be made at the tendered lump sum amount once the final complete
electronic CAD file (processed survey) has been received, reviewed and accepted as
complete and satisfactory to the Engineer.

4.27 UNDERCUT UNSUITABLE MATERIAL BELOW SUBGRADE TO


WASTE OFF-SITE AND BACKFILL (PROVISIONAL ITEM)
SoP Item 3.12
4.27.1 This is a provisional item that shall only be used if there are areas of unsuitable
material identified by the Engineer.
4.27.2 Payment shall be made for all plant, labour, and materials required to excavate any
unsuitable material, transport, dump off-site and backfill the excavation with imported
fill, at the direction of the Engineer and in accordance with the project specification. This
item shall include all costs associated with dewatering, stockpiling and double handling
of material, loading, carting, dumping and the supply and placement of imported fill and
compaction etc.
4.27.3 The Contractor shall allow for undertaking topographical surveys pre and post excavation
to verify the quantity of excavation and backfill completed.
4.27.4 Payment for this item shall be made per in place (solid) cubic metre (m3) of material that
is excavated and backfilled.

4.28 CUT TO FILL


SoP Item 3.13
4.28.1 Payment shall be made for all plant, materials and labour required for the excavation of
cut to fill material at the southern end of the project, and placement as engineered
backfill for the buried tree excavation area, in accordance with the construction drawings
and project specification. This item shall include all costs for excavation, carting,
stockpiling (if required), loading and delivery to the buried tree excavation, placement
and compaction.

   

Page 19 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.28.2 The cut to fill material lies beneath 300-400mm of silt which shall be stripped first before
excavation of the material to be used as fill. The stripped silt material shall be cut to
waste off-site and shall be covered by SoP item 3.14.
4.28.3 The tendered rate shall include all plant, labour and materials required to locate and
temporarily support all existing utilities (fibre and copper) in the location and adjacent to
the excavation. Service protection and support requirements are to be in accordance with
the asset owner’s requirements.
4.28.4 The Contractor shall allow for undertaking topographical surveys pre and post excavation
to verify the quantity of excavation and cut to bulkfill completed. The area and quantity
of cut to fill covered by this SoP item, shall be limited to the extent of works shown in the
contract drawings unless otherwise directed by the Engineer.
4.28.5 Payment for this item shall be made per in place (solid) cubic metre (m3) of material that
is excavated and cut to bulkfill.

4.29 CUT TO WASTE OFF-SITE


SoP Item 3.14
4.29.1 Payment shall be made for all plant, labour, and materials required to excavate cut to
waste material, transport and dump off-site in accordance with the construction drawings
and specification. This item shall include all costs associated with dewatering, stockpiling
and double handling of material, loading, carting, and dumping.
4.29.2 Cut material may include insitu material (sands/gravels/silts etc), existing pavement
basecourse and subbase, or existing fill embankment material and the like.
4.29.3 The Contractor shall allow for undertaking topographical surveys pre and post excavation
to verify the quantity of excavation and backfill completed.
4.29.4 Payment for this item shall be made per in place (solid) cubic metre (m3) of material that
is excavated and fully removed from site to waste.

4.30 CUT TO LANDSCAPE FILL (PROVISIONAL ITEM)


SoP Item 3.15
4.30.1 This is a provisional item that shall only be used if there are areas of unsuitable
material identified by the Engineer.
4.30.2 Payment shall be made for all plant, labour, and materials required to excavate any
unsuitable or surplus cut material, transport, and placement as landscape fill, at the
direction of the Engineer and in accordance with the construction drawings and
specification. This item shall include all costs associated with dewatering, stockpiling and
double handling of material, loading, carting, placement, track rolling and
shaping/levelling.
4.30.3 The Contractor shall allow for undertaking topographical surveys pre and post excavation
to verify the quantity of excavation and backfill completed.
4.30.4 Payment for this item shall be made per in place (solid) cubic metre (m3) of material that
is excavated and placed as landscape fill.

   

Page 20 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.31 SUPPLY AND PLACE BULKFILL


SoP Item 3.16
4.31.1 Payment shall be made for all plant, labour, and materials required to supply and place
imported engineered bulkfill in accordance with the construction drawings and project
specification. The rate shall include all costs for supply, material processing, QA testing,
loading, transport, stockpiling (if required), placement and compaction of the bulkfill.
The rate shall also include all costs for trimming the batters to final shape and removal of
the trimmings to waste off-site.
4.31.2 The Contractor shall note the requirement to undertake topographical survey of the
ground profile (subgrade) prior to filling (SoP Item 3.11) and a topographical survey of
the final trimmed bulkfill fill profile (SoP Item 3.18). These topographical surveys will be
used to verify the quantity of bulkfill imported and placed. Material that is placed as
bulkfill from cut to fill operations (SoP Item 3.13) shall be subtracted from the
topographical survey determined quantity as placement and compaction for this material
is covered by SoP Item 3.13. The area and quantity of bulkfill covered by this SoP item,
shall be limited to the extent of works shown in the contract drawings unless otherwise
directed by the Engineer.
4.31.3 Payment for this item shall be made per in place solid cubic metre (m3) measure of
imported fill that is supplied and placed to construct the embankment as designed. The
Contractor shall make his own assessment of the settlement and consolidation that will
occur during construction of the bulk fill and allow for this in this tendered cubic metre
rate. No additional bulk fill claim will be accepted for settlement or consolidation of the
bulkfill, subgrade improvement layer or subgrade material below the bulkfill.

4.32 TRIM, COMPACT, MAINTAIN AND PREPARE PAVEMENT


SUBGRADE
SoP Item 3.17
4.32.1 Payment shall be made for all plant, labour, and materials required to trim, compact,
maintain and prepare the pavement subgrade (i.e. bulkfill embankment top surface or
insitu material etc).
4.32.2 Payment shall be made at the tendered lump sum amount with progress payments being
based on the extent of works completed once pavement subbase has been laid on the
subgrade surface.

4.33 TREE PROTECTION


SoP Item 3.19
4.33.1 Payment shall be made for all plant, labour, and materials required to protect the historic
fruit tree on the southern approach and several other trees on the northern approach in
accordance with the construction drawings and project specification.
4.33.2 Payment shall be made at the tendered lump sum amount at the completion of the
contract works and once it has been determined by the Engineer that the trees are alive,
undamaged and healthy.

   

Page 21 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Utilities
4.34 UTILITIES IDENTIFICATION AND PROTECTION
SoP Item 4.1
4.34.1 Payment shall be made at the tendered lump sum for all costs directly and indirectly
involved in the identification, locating, exposing/potholing and protection of all utilities
within the project extent in accordance with the project specification.
4.34.2 The Contractor shall allow for identifying all utilities prior to any drainage works being
undertaken to identify where clashes occur in accordance with Clause 18.4.1 of the
project specification.
4.34.3 Payment shall be made at the tendered lump sum amount pro-rated on a monthly basis
over the contract period.

4.35 SERVICE RELOCATIONS LIAISON, COORDINATION,


MANAGEMENT AND FACILITATES
SoP Item 4.2
4.35.1 Payment shall be made at the tendered lump sum for all costs directly and indirectly
involved in the liaison, co-ordination, programming and management of the utilities
service relocation and street lighting works in accordance with the construction drawings
and project specification.
4.35.2 The tendered rate shall also allow for any enablement works, clearing and all other
arrangements necessary to allow the utilities authorities access to undertake their
relocation and/or protection works.
4.35.3 The Contractor shall provide all facilities, traffic and site management, materials and
equipment required by the utilities authorities or their contractors.
4.35.4 The Contractor shall be responsible, and allow for all associated costs, for ensuring all
street lighting works completed by Electornet fully comply with the project specification
4.35.5 Payment shall be made at the tendered lump sum amount with progress payments being
based on the extent of works completed.

4.36 CHORUS SERVICE TRENCHES


SoP Item 4.3
4.36.1 Payment shall be made for all plant, labour and materials required to excavate, backfill
and reinstate the Chorus service trenches in accordance with the construction drawings,
project specifications and utilities authority’s requirements and specifications.
4.36.2 The tendered rate shall allow for trenching in all conditions (ie: existing insitu ground, fill
embankments etc), protection of the open trenches and all backfill material including
crusher dust, or other material required by the utilities authority, around the utilities.
4.36.3 The rate shall also allow for excavation and backfill of any overbreak which may occur
during the trenching operation, the disposal of the excavated material to waste off-site
and trench reinstatement to match existing material (i.e. pavement and surfacing
materials in carriageways and shoulders, topsoil and grassing in berms and lawns etc).

   

Page 22 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.36.4 Payment shall be made for every linear metre (m) of service trenches that are excavated
and fully reinstated.

4.37 CHORUS CARRIAGEWAY DUCT CROSSINGS


SoP Item 4.4
4.37.1 Payment shall be made for all plant, labour and materials required to supply and install
utility service ducts in accordance with the construction drawings, project specifications
and utilities authority’s requirements and specifications. The tendered rate shall allow
for trenching, full backfill and reinstatement or thrusting/directional drilling of the ducts
to suit the Contractors construction methodology or the Road Controlling Authorities
requirements and shall also include caps for each end of the ducts.
4.37.2 Payment shall be made for every linear metre (m) of carriageway duct crossing that are
fully constructed.

4.38 STREET LIGHTING AND ELECTRICAL WORKS


SoP Item 4.5 & 4.6 (NOT TO BE PRICED BY THE CONTRACTOR)
4.38.1 All street lighting works (new installations and upgrades) and electrical relocation works
shall be completed by Westpower/Electronet as detailed in the project specification.
These works will be invoiced directly between Westpower/Electronet and the New Zealand
Transport Agency.
4.38.2 The Contractor shall not include any quantity, rate or amounts against SoP Item 4.5
and 4.6 in the SoP, and no claim against these SoP items will be accepted.
4.38.3 Any Contractor costs associated with these works shall be included in SoP Items 4.1 or
4.2.
4.38.4 The Contractor shall be fully responsible for the electrical works associated with the
Electronic Speed Indication Device and shall include all electrical works costs related to
the supply, installation and commissioning of the Electronic Speed Indication Device
under SoP Item 12.21.

   

Page 23 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Bridge
4.39 BRIDGE CONSTRUCTION GENERAL
4.39.1 Cast in-situ reinforced concrete items
4.39.1.1 SoP Items Section 5 where cast in situ reinforced concrete construction is required. For
any element the contractor elects to precast, all applicable costs associated with 4.39.2
below shall also apply.
4.39.1.2 The rates for these items shall allow for all costs involved in cast in situ reinforced
concrete construction as detailed and specified. They shall include the supply, placing
and removal of all falsework and temporary formwork (except for permanent steel
casings where used), the supply and placing of permanent formwork and compressible
filler board, the supply, cutting, bending, galvanising (where required), welding (where
approved) and associated Third Party Weld Inspection, and fixing of all reinforcing
steel (including rubber sleeves or other reinforcement debonding where required), the
preparation of construction joints, the supply, placing, finishing and curing of all
structural concrete, all testing and the use of blinding concrete where required. The
rate shall also allow for the supply and installation of all embedded and associated
items not scheduled elsewhere.
4.39.2 Precast concrete items
4.39.2.1 SoP Items Section 5 where precast reinforced concrete construction is required and any
items the Contractor elects to precast as part of their approved methodology.
4.39.2.2 The rates for these items shall allow for all costs involved in manufacturing precast
concrete elements complete, including preparation of shop fabrication drawings, all
applicable costs associated with 4.39.1 above, storage and handling of the units prior
to delivery to site, the loading of the elements at the precasting factory and their
transport to site, and all costs involved in erection and installation of the precast
elements onto the bridge, including any and all craneage, temporary supports, bracing
or restraints needed for safe erection. If the Contractor elects to stockpile the units on
site prior to uplifting and erecting them, all additional costs for these operations shall
also be allowed for under this item.
4.39.3 Fabricated steel items
4.39.3.1 SoP Items Section 5 where fabricated steel items are required.
4.39.3.2 The rates for these items shall allow for all costs involved in pre-fabricating and/or site
connection of steel elements complete including materials supply and certification, any
testing required to demonstrate materials compliance, preparation of shop fabrication
drawings, cutting, drilling, bending, machining, threading, bolting, welding, Third
Party weld inspection and testing, handling, protective coatings as specified (including
galvanising where applicable) and associated inspection and testing. The rate shall
allow for the loading of the elements at the fabrication factory and their transport to
site, and all costs involved in erection and installation of the steelwork. If the
Contractor elects to stockpile the steel elements on or off site prior to uplifting and
erecting them, all additional costs for these operations shall also be allowed for under
these items.

   

Page 24 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.40 PREPARATION OF ABUTMENT/PIER SITES


4.40.1 Preparation of abutment and pier sites
SoP Items 5.1.1 and 5.1.2
4.40.1.1 The rates for these items shall include all costs involved in excavation and bedding of
the abutment/pier sites to achieve the required clearances and to allow concrete
construction and pile rig set up. The rate shall include all temporary works required to
suit the Contractor’s method of construction (excluding temporary staging, which is
covered below). The rate shall also include grading of the areas in front of the
abutments as detailed.
4.40.1.2 Payment shall be made for each site that is prepared according to the construction
drawings and specification.
4.40.2 Temporary Access and Staging
SoP Item 5.1.3
4.40.2.1 The rate for this item shall include all costs involved with temporary staging works
required to undertake construction in the river bed. This shall include but shall not be
limited to the construction and maintenance of a temporary causeway and any partial
work platforms deemed necessary through the Contractor’s methodology and the
requirements of the Project specification. This item also encompasses all costs
associated with the removal of temporary works to the satisfaction of the Engineer.
4.40.2.2 Progress payments up to 80% shall be made in proportion to the extent of work
completed. The final 20% shall be paid once temporary works have been removed to
the satisfaction of the Engineer.
4.40.3 Undertake proof bores at Pier Locations - Establishment/disestablishment
SoP Item 5.1.4
4.40.3.1 This Lump Sum rate shall allow for establishing drilling/coring equipment including
support vehicles onsite. The rate shall include disestablishment costs at the
completion of drilling proof boring.
4.40.3.2 50% payment of the tendered lump sum shall be made on establishment of proof
boring equipment on site and the remaining 50% shall be made once the proof bores
have been completed and the equipment disestablished from site.
4.40.4 Undertake proof bores at Pier Locations - Drilling
SoP Item 5.1.5
4.40.4.1 The rate for this item shall allow for undertaking sonic (or similar approved method)
proof bores of minimum 60 mm inner core diameter (HQ size or greater) extending to
a depth of 6 m below the level that sandstone is encountered at the locations specified
on the Construction Drawings. It shall include recovery of samples of both soil and
rock, SPT testing taken at 1.5 m depth intervals over the full length of the hole,
provision of associated consumables including core boxes, any drilling fluids required
and materials used to backfill holes.
4.40.4.2 Payment shall be per metre of core recovered, placed in a core box and supplied to the
Engineer.

   

Page 25 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.40.5 Undertake proof bores at Pier Locations – Set-up for each hole
SoP Item 5.1.6
4.40.5.1 This rate shall allow for establishing drilling/coring equipment at each test location,
including levelling and positioning of the rig over the hole. The rate for this item shall
allow for any additional temporary staging or other temporary works not scheduled
elsewhere but required to undertake the proof bores. The rate shall include
disestablishment costs at the completion of drilling each hole.
4.40.5.2 Payment shall be made per borehole completed as per the Engineer’s instruction.

4.41 CYLINDER FOUNDATIONS TO PIERS AND ABUTMENTS


4.41.1 Supply and install structural steel casing
SoP Items 5.2.1, 5.2.2, 5.3.1, 5.3.2
4.41.1.1 The rate for this item shall allow for the supply and placing of steel casings, including
all the applicable costs associated with 4.39.3 above, and including the cost of site
welding all joints, handling, pitching, driving to meet founding depth, cutting-off to
final length and any waste casing and disposal. The rate shall include all work involved
in excavating and cleaning out within the casing length, any additional excavation as
necessary to achieve the required casing depth and disposal of associated spoil. The
rate shall allow for up to 1m variation in sandstone level from that stated on the
Construction Drawings, including the cost of supplying and installing the additional
casing required without impacting the programme. The rate shall also allow for any
temporary bracing necessary to keep the casing within the tolerances specified.
4.41.1.2 The rate for SoP items 5.3.1 and 5.3.2 shall also cover all costs required to manage the
uncertainty in sandstone level at Piers E, F and G, including all costs associated with
managing the programme of proof drilling, cylinder construction (including
sequencing) and casing procurement to ensure that there is no impact on the
programme in the event that up to a total of 25 m of additional casing is required for
Piers E, F and G (over and above the standard 1m variation per cylinder allowance
above). The rate shall exclude any costs which are covered by Provisional Item 4.41.4
below (regarding the provisional requirement to supply and install up to 25m of
additional 1.8m diameter structural steel casing).
4.41.1.3 Payment shall be based on the final installed length (linear metres) of casing,
measured from the toe level of the casing to the top cut-off level of the casing.
4.41.2 Form uncased sockets in weak sandstone
SoP Items 5.2.3 and 5.3.3
4.41.2.1 The rates for these items shall allow for excavating an uncased socket within the weak
sandstone below the toe of the steel casing. The rate shall allow for all costs involved
in excavation below the casing and disposal of associated spoil not included in 4.41.1
above and 4.41.4 below. The rate shall include for roughening the vertical faces of the
sockets as specified on the Construction Drawings and allow for final cleaning out and
underwater camera inspection and any work required to provide visibility for camera
inspection.
4.41.2.2 Payment shall be based on the final constructed length (linear metres) of socket
measured as the length between the final toe level of the cylinder and the final toe
level of the steel casing.

   

Page 26 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.41.3 Pile reinforced concrete construction


SoP Items 5.2.4 and 5.3.4
4.41.3.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of the cylinder reinforced concrete. The rate shall also include all
costs associated with placing concrete under water and shall include craneage and
temporary support of the cylinder reinforcement cage within the specified tolerances.
The rate shall apply for all variations in length of actual cylinder constructed including
any costs not included within items 4.41.1, 4.41.2 and Provisional Item 4.41.4 below.
4.41.3.2 Payment shall be based on the final constructed length (linear metres) of cylinder
measured as the length between the final toe level of the cylinder and the final top
level of the cylinder.
4.41.4 Extra Over for the supply and install up to 25m of additional 1.8m diameter
structural steel casing (PROVISIONAL ITEM)
SoP Item 5.3.5
4.41.4.1 This is a provisional item and payment for this item shall only be made if the
provisional item is invoked on written instruction by the Engineer.
4.41.4.2 The provisional item is to cover for the risk of uncertainty in sandstone level at Piers E,
F and G and shall allow for all additional costs not covered by Item 4.41.1 above in the
event that up to a total of 25 m of additional casing is required for Piers E, F and G
(over and above the standard 1m variation per cylinder allowance in item 4.41.1
above). The rate shall allow for the separate procurement (if applicable) of the
additional casing and for any increase in all applicable costs as covered by 4.41.1 for
supply and placing of the additional steel casing over and above the standard rate of
item 4.41.1.
4.41.4.3 Payment shall be based on the final installed length (linear metres) of additional
casing, measured as the difference in level between actual toe level of the casing
installed and a level 1m lower than the casing toe level inferred from the Construction
Drawings.

4.42 PIER/ABUTMENT CONSTRUCTION


4.42.1 Pier column construction
SoP Item 5.4.1
4.42.1.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of the pier columns.
4.42.1.2 Payment shall be made for each pier column constructed according to the construction
drawings and specification.
4.42.2 Construct pier crossheads
SoP Item 5.4.2
4.42.2.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of the pier crossheads. The rate shall include all costs for supply and
installation of all associated components within the pier crossheads.
4.42.2.2 Payment shall be made for each pier headstock constructed according to the
construction drawings and specification.

   

Page 27 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.42.3 Construct pier upstands


SoP Item 5.4.3
4.42.3.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of the pier cap upstands. The rate shall include all costs for supply
and installation of all associated components within the pier upstands e.g. service
ducts. The rate shall also include all costs associated with supply and installation of
compressible filler board between the beam end diaphragms and the upstands.
4.42.3.2 Payment shall be made for each pier upstand constructed according to the
construction drawings and specification.
4.42.4 Construct set of shear keys
SoP Items 5.4.4 and 5.5.3
4.42.4.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of a set of shear keys where a set is defined as the total number of
shear keys required at one pier in accordance with the construction drawings. The rate
shall include all costs associated with the supply and installation of the compressible
filler board between the beam faces and the shear keys.
4.42.4.2 Payment shall be made for each set of shear keys constructed according to the
construction drawings and specification.
4.42.5 Abutment capping beams
SoP Item 5.5.1
4.42.5.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of the abutment capping beams. This shall also include all costs
directly and indirectly related with constructing the abutment headwalls and wingwalls.
The rate shall include all costs for supply and installation of all associated components
within the abutment headwalls e.g. linkage and service ducts
4.42.5.2 Payment shall be made for each abutment capping beam constructed in accordance
with the construction drawings and specification.
4.42.6 Abutment settlement slabs
SoP Item 5.5.2
4.42.6.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of the abutment settlement slabs, including the supply and
installation of the compressible filler board, elastomeric rubber strip and approved
mastic filler.
4.42.6.2 Payment shall be made for each abutment settlement slab constructed in accordance
with the construction drawings and specification.
4.42.7 Abutment knock-off blocks
SoP Item 5.5.4
4.42.7.1 The rate for this item shall include all applicable costs associated with 4.39.1 above
for the construction of the abutment knock-off blocks.
4.42.7.2 Payment shall be made for each knock-off block constructed in accordance with the
construction drawings and specification.

   

Page 28 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.42.8 Abutment bearing plinths


SoP Item 5.5.5
4.42.8.1 The rate for this item shall include all applicable costs associated with 4.39.1 above for
the construction of the abutment bearing plinths. The rate shall include all costs
involved with confirming the required final level of the bearing plinths prior to casting,
allowing for adjustment of final level based on the hog measurements recorded for the
precast beams.
4.42.8.2 Payment shall be made for each bearing plinth constructed in accordance with the
construction drawings and specification.

4.43 SUPERSTRUCTURE
4.43.1 Supply and install Super T beams
SoP Item 5.6.1
4.43.1.1 The rate for these items shall include all applicable costs associated with 4.39.2 above
for the supply and installation of Super T bridge beams. The rate shall include all
additional costs associated with prestressing including supply of jacking bed and
moulds, jacking and monitoring jacking loads, supply of compliant prestressing strand
and materials certification, prestress loss calculations, any further costs to
demonstrate the specified prestress has been provided and monitoring beam hog due
to prestress until the beams are incorporated into the bridge. The rate excludes the
cost of cast-in fixings for the abutment bearings which are included in 4.43.4 below.
4.43.1.2 Payment shall be for each super T-Beam that is installed in accordance with the
construction drawings and specification.
4.43.2 Construct diaphragms
SoP Item 5.6.2
4.43.2.1 The rate for these items shall include all applicable costs associated with 4.39.1 above
for the construction of beam diaphragms.
4.43.2.2 Payment shall be made for each diaphragm associated with each span at each pier or
abutment constructed according to the construction drawings and specification.
4.43.3 Construct in-situ deck
SoP Items 5.6.3 and 5.6.4
4.43.3.1 The rate for these items shall include all applicable costs associated with 4.39.1 above
for construction of all concrete deck slabs including supply and installation of
elastomeric strips and crack formers at pier link spans.
4.43.3.2 Payment shall be made for each deck slab that is constructed according to the
construction drawings and specification.
4.43.4 Supply and install elastomeric bearings at the abutments and piers
SoP Items 5.6.5 and 5.6.6
4.43.4.1 The rate for these items shall include all costs for the manufacture, supply, testing and
installation of all the bearings according the construction drawings and specifications.
The rate shall include the permanent mortar bedding at the interfaces with the beam
soffit and with the permanent supports. The rate shall also allow for any temporary
means of fixing or beam support required until the mortar bedding has set, and the

   

Page 29 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

diaphragms have achieved their required strength. The rate for abutment bearings
shall also include the cost for the cast in anchor fixings to the beam soffit and the cost
of the steel bearing plates and associated fixings including the dowels that engage the
uppermost internal steel plate of the laminated bearings as detailed on the
construction drawings and project specification.
4.43.4.2 Payment shall be made for each bearing installed according to the construction
drawings and specification.
4.43.5 Supply and install expansion joints
SoP Items 5.6.7 and 5.6.8
4.43.5.1 The rate for this item shall allow for all costs involved in providing the Engineer with
full working drawings and supplying and installing the complete expansion joint
system as detailed and specified.
4.43.5.2 Payment shall be made for each expansion joint installed according to the construction
drawings and specification.

4.44 BARRIERS
4.44.1 Supply and install steel HT rails for TL5 barriers
SoP Item 5.7.4
4.44.1.1 The rate for these items shall allow for all applicable costs associated with 4.39.3
above to supply and install the steel handrails/handrail extensions (i.e. HT barrier rails)
complete.
4.44.1.2 Payment shall be for each linear metre of steel HT rail installed according to the
construction drawings and specification.
4.44.2 Supply and install precast concrete barriers to bridge
SoP Items 5.7.5 and 5.7.6
4.44.2.1 The rates for these items shall include all applicable costs associated with 4.39.2
above for the supply and installation of all precast barrier units. The rate shall include
all costs associated with any local adjustments required to the moulds. The rate shall
include all embedded fixings to accommodate the steel rails and all costs associated
with providing the joints between units as specified. The rate shall include all
applicable costs associated with 4.39.1 above for the in-situ stitch portion of the
barrier installation. For SoP Item 5.7.5, this rate shall be inclusive of all applicable
costs associated with producing the rough timber finish on the pedestrian face of the
barrier in accordance with the project specification and construction drawings.
4.44.2.2 Payment shall be for each linear metre of concrete barrier installed according to the
construction drawings and specification.
4.44.3 Supply and install pedestrian barriers to bridge and approaches
SoP Items 5.7.1, 5.7.2, 5.7.3
4.44.3.1 The rate for these items shall allow for all applicable costs associated with 4.39.3
above to supply and install the steel pedestrian barriers complete. The rates shall also
include where applicable all costs for supply, cutting, shaping, treatment, fixing and
wastage and disposal associated with construction of the timber top rails and timber
facing to posts. The rate shall also include for all costs associated with 4.39.1 above

   

Page 30 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

for the construction of insitu concrete footings for the pedestrian barrier on the
approaches.
4.44.3.2 Payment shall be for each linear metre of pedestrian barrier installed according to the
construction drawings and specification.
4.44.4 Construct insitu concrete transition barriers on the approaches
SoP Item 5.7.10
4.44.4.1 The rates for these items shall include all applicable costs associated with 4.39.1
above for the construction of insitu concrete transition barriers on the approaches. The
rate shall include all embedded fixings to accommodate the steel rails and all costs
associated with providing the joints between units as specified. This rate shall be
inclusive of all applicable costs associated with producing the rough timber finish on
the pedestrian face of the barrier in accordance with the project specification and
construction drawings but exclude costs associated with the urban design treatment
and associated precast portion of the barrier, which is covered in 4.44.6 below.
4.44.4.2 Payment shall be for each linear metre of concrete barrier installed according to the
construction drawings and specification.
4.44.5 Supply and install special seismic gap detailing in the barriers
SoP Items 5.7.7, 5.7.8, 5.7.9
4.44.5.1 The rates for these items shall include all applicable costs associated with 4.39.1,
4.39.2 and 4.39.3 above for construction of the seismic gap detailing within the
precast, insitu concrete and pedestrian barriers at the expansion joints. The rate shall
include any additional costs for local details on the knockoff blocks and expansion
joints to accommodate the seismic gaps which are not already included within the
rates for the knockoff blocks or expansion joints. The rates shall also include for
supply and installation of the steel cover plates on the barriers at these locations.
4.44.5.2 Payment shall be made for each seismic gap detail installed according to the
construction drawings and specification.
4.44.6 Urban design treatment (negative detailing) on pedestrian approach barriers
SoP Item 5.7.11
4.44.6.1 The rate for this item shall include all plant, labour, and materials required to supply
and produce the negative detail pattern on the pedestrian face of the concrete
transition barriers. This item shall reflect all additional costs associated with this urban
design element beyond what has been allowed for in 4.44.4 above including all costs
associated with 4.39.2 above for precast construction
4.44.6.2 Payment shall be made per transition barrier where the urban design treatment has
been installed in accordance with the construction drawings and project specification
4.44.7 Construct insitu concrete end posts for pedestrian barriers
SoP Item 5.7.12
4.44.7.1 The rates for this item shall include all applicable costs associated with 4.39.1 above to
install insitu concrete end posts for the pedestrian barriers. The rate shall include all
costs directly and indirectly related with the construction of the concrete end posts
(including footings and urban design treatment) as per the construction drawings and
the project specification.

   

Page 31 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.44.7.2 Payment shall be made per concrete end post constructed in accordance with the
construction drawings and the project specification.

4.45 MISCELLANEOUS
4.45.1 Apply and maintain anti-graffiti protection
SoP Item 5.8.1
4.45.1.1 The rate for this item shall include all costs for the supply, application and
maintenance of graffiti protection in accordance with the construction drawings and
specifications.
4.45.1.2 Payment shall be per square metre of graffiti protection that is applied. 80% of the
total quantity shall be paid for after the application of the anti-graffiti protection. The
other 20% shall be paid after the defects liability period if the Engineer is satisfied the
anti-graffiti protection is in an acceptable condition, including absence of graffiti.
4.45.2 Date and loading panels, survey pins and new BSN and IG14 signs
SoP Item 5.8.2
4.45.2.1 The lump sum rate for this item shall allow for all costs for the supply and installation
of the date and loading panels, survey pins and new BSN and IG14 signs as specified.
4.45.2.2 Payment shall be made on installation of all panels, pins and signs in accordance with
the construction drawings and specification.
4.45.3 Rip rap scour protection to abutments
SoP Item 5.8.3
4.45.3.1 The rates for these items shall include all costs for the construction of the scour
protection as specified including supply and installation of rip rap, filter material,
backfill and geotextile and preparation of the substrate.
4.45.3.2 Payment for this item shall be made per in place solid cubic metre (m3) measure of
scour protection placed in accordance with the construction drawings and
specification.
4.45.4 Bridge deck surfacing (NZTA DRAFT M10:2019 SPECIFICATION)
SoP Item 5.8.4
4.45.4.1 The square metre rate for this item shall include for all costs for the supply and
installation of the surfacing, including any levelling course necessary to achieve the
specified road cross fall. The rate shall also include for tack coats, on the concrete
bridge deck and between levelling course and AC surfacing, and all costs associated
with forming a channel within the carriageway along the edge of the upstream concrete
barrier.
4.45.4.2 Payment shall be made per square metre (m2) of the surfacing constructed upon full
completion of the bridge deck surfacing works.

   

Page 32 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Retaining Walls
4.46 EXCAVATION
SoP Item 6.1.1
4.46.1 Payment shall be made for all plant, labour and materials required for excavation and
removal of existing gabion baskets, fill, kerbs, pavement, vegetation, and other
necessary items, and disposal off-site of all excavated material. The rate shall also
include the formation of benches to receive the new gabion baskets, backfill and
terramesh panels, and the supply and placement of geotextile.
4.46.2 100% of the lump sum payment shall be made on completion of the excavation and
disposal of all material off-site.

4.47 SUPPLY, INSTALL AND FILL GABION BASKETS


SoP Item 6.1.2 and 6.1.3
4.47.1 Payment shall be made for all plant, labour and materials required to supply, place and
fill the gabion baskets in accordance with the alignment and height as shown on the
drawings, and the details in the project specification.
4.47.2 Payment shall be made per 1m x 1m or 0.5m x 1m gabion basket supplied, placed and
filled.

4.48 SUPPLY AND INSTALL NEXUS NOVAFLO DRAIN


SoP Item 6.1.4
4.48.1 Payment shall be made for all plant, labour and materials required to supply and place
the Novaflo drain and 200 mm of TNZ F/2 Filter material to encapsulate the pipe, and
connect the novaflo drain to the roadside sump in accordance with the contract drawings
and project specification.
4.48.2 Payment shall be made per lineal metre (m) of perforated Nexus Novaflo 110 mm OD
drain supplied.

4.49 SUPPLY AND LAY TERRAMESH PANELS


SoP Item 6.1.5
4.49.1 Payment shall be made for all plant, labour and materials required to supply and place
the terramesh panels and connection of panels to the baskets in accordance with the
contract drawings and project specification.
4.49.2 Payment shall be made per square metre (m2) of terramesh panels supplied and laid.

4.50 LOCATE AND TEMPORARILY SUPPORT UTILITIES


SoP Item 6.1.6
4.50.1 Payment shall be made for all plant, labour and materials required to locate and
temporarily support all existing utilities in the location and adjacent to the wall
excavation. Service protection and support requirements are to be in accordance with the
asset owner’s requirements.

   

Page 33 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.50.2 100% of the lump sum payment shall be made on completion of the retaining wall
construction.

4.51 SUPPLY AND PLACE COMPACTED BACKFILL


SoP Item 6.1.7
4.51.1 Payment shall be made for all plant, labour and materials required to supply and place
backfill material in accordance with the construction drawings and project specification.
4.51.2 100% of the lump sum payment shall be made on completion of the retaining wall
construction.

4.52 REINFORCED CONCRETE CAPPING BEAM


SoP Item 6.1.8
4.52.1 Payment shall be made for all plant, labour and materials required to supply and
construct the reinforced concrete capping beam. The rate shall include all reinforcing
steel, formwork, falsework and any costs associated with temporary works.
4.52.2 Payment shall be made per lineal metre (m) of reinforced concrete capping beam
constructed.

4.53 REINSTATE STABLE BATTERS (TOPSOIL, GRASSING AND


EROSION PROTECTION)
SoP Item 6.1.9
4.53.1 Payment shall be made for all plant, labour and materials required to reinstate stable
batters, the supply and placement of topsoil, and the supply and placement of erosion
protection mat as shown on the drawings. The rate shall include the supply and
installation of erosion protection mat fixing pins. Planting and grassing the batters shall
be covered under SoP item 13.
4.53.2 100% of the lump sum payment shall be made on completion of the retaining wall
construction and batter reinstatement.

4.54 SUPPLY AND CONSTRUCT LOW TIMBER BACK OF FOOTPATH


WALL
SoP Item 6.2.1
4.54.1 Payment shall be made for all plant, labour and materials required to supply and
construct the new low timber back of footpath wall including excavation, transport and
dump excavated material off-site, drainage material, geotextile, backfill, topsoil and
grassing etc.
4.54.2 Payment shall be made per lineal metre (m), of wall fully constructed.

   

Page 34 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Railway Level Crossing


4.55 SUPPLY AND CONSTRUCT NEW TIMBER PANEL LEVEL
CROSSING
SoP Item 7.1
4.55.1 Payment shall be made for all plant, labour and materials required to supply and
construct the new timber panel railway level crossing, including excavation, disposal of
excavated material to waste offsite, all ducts, subsoil drains (including connections from
the mini manholes to the outfall locations), geotextiles, ballast, tamping etc and the
removal and replacement of the existing railway line concrete sleepers with timber
sleepers in accordance with the construction drawings and specification.
4.55.2 This item shall include all costs associated with the requirements for working within the
rail corridor including, the engagement of the Rail Protection Officer (RPO) and
connections from the subsoil drains to surface drains.
4.55.3 100% of the lump sum payment shall be made on KiwiRail and the Engineer’s acceptance
of the fully completed level crossing including all drainage and ducting.

4.56 REMOVE OLD REDUNDANT LEVEL CROSSING


SoP Item 7.2
4.56.1 Payment shall be made for all plant, labour and materials required to remove the old
redundant railway level crossing in accordance with the construction drawings and
specification.
4.56.2 This item shall include all costs associated with removal of the level crossing, removal of
the redundant sections of the level crossing approach roads and loading, carting, and
dumping to waste off-site all redundant materials.
4.56.3 This item shall include all costs associated with the requirements for working within the
rail corridor including the engagement of the Rail Protection Officer (RPO)
4.56.4 100% of the lump sum payment shall be made on KiwiRail and the Engineer’s acceptance
of the fully removed redundant level crossing and approach roads.

4.57 SUPPLY AND INSTALL NEW CATTLE STOP


SoP Item 7.3
4.57.1 Payment shall be made for all plant, labour and materials required to supply and install
the new cattle stop on the level crossing approach road in accordance with the
construction drawings and project specification and manufacturers requirements.
4.57.2 This item shall include all costs associated with the requirements for working within the
rail corridor including the engagement of the Rail Protection Officer (RPO).
4.57.3 This item shall include all costs associated with excavation for the cattle stop installation,
loading, carting, and dumping excavated material to waste off-site, supply place and
compact aggregate base, subsoils drains etc in accordance with the manufacturers
installation requirements.
4.57.4 100% of the lump sum payment shall be made on KiwiRail and the Engineer’s acceptance
of the fully completed cattle stop.

   

Page 35 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Stormwater
4.58 SUPPLY AND INSTALL PIPES
SoP Items 8.1.1 to 8.1.7
4.58.1 Payment shall be made for all plant, labour and materials required to supply and install
all pipes in accordance with the construction drawings, project specification and
manufacturers requirements.
4.58.2 This item shall include for dewatering, excavation, supply of materials (including filter
cloth and drainage media for subsoil drains), installation, QA, backfilling and compaction
and disposal off-site of excavated material un-suitable for re-use as approved backfill.
4.58.3 This item shall include all specific construction requirements for pipes installed on steep
grades in accordance with Clause 18.8.6 of the project specification.
4.58.4 Payment shall be made per lineal metre (m) of pipe installed, backfilled and compacted to
the proposed underside of either the pavement, topsoil or sand layer above.

4.59 MITRE PVC-U PIPE ENDS


SoP Item 8.1.8
4.59.1 Payment shall be made for all plant, labour and materials required to mitre PVC pipe ends
in accordance with the construction drawings and project specification. This item shall
include all costs associated with epoxy treatment and installation of the concrete
surround.
4.59.2 Payment shall be made for each completed mitred pipe end.

4.60 BULKHEADS
SoP Item 8.1.9
4.60.1 Payment shall be made for all plant, labour, materials and any dewatering required to
construct the concrete bulkhead at pipe collars in accordance with the construction
drawings and project specification.
4.60.2 Payment shall be made for each competed bulkhead.

4.61 ABANDON CULVERTS


SoP Item 8.1.10
4.61.1 Payment shall be made for all plant, labour, materials and any dewatering required to
abandon the existing DN300 culverts in accordance with the construction drawings and
project specification.
4.61.2 Payment shall be made per lineal metre (m), of culvert abandoned.

4.62 CCTV PIPES


SoP Item 8.1.11
4.62.1 Payment shall be made for all plant, labour and materials required to CCTV all pipes
(excluding subsoil pipes) following construction of the pavement subgrade above the
pipes location in accordance with the project specification. The Contractor shall provide
the CCTV video, survey log sheets and remediation proposals (if required).

   

Page 36 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.62.2 Payment shall be made per lineal metre (m), of CCTV survey completed upon the
Engineer’s acceptance of the video, log sheets and proposed remediation.

4.63 SUPPLY AND INSTALL MANHOLES


SoP Items 8.2.1 to 8.2.3
4.63.1 Payment shall be made for all plant, labour and materials required to supply and install
all manholes in accordance with the construction drawings, project specification and
manufacturers requirements.
4.63.2 This item shall include for dewatering, excavation, supply of materials, installation, QA,
backfilling and compaction and disposal off-site of excavated material.
4.63.3 Payment shall be made for each manhole fully installed including risers, step rungs,
benching, pipe connections, cover slab/frame and cover or scruffy dome to finished level.

4.64 MODIFY EXISTING MANHOLE OR CATCH-PIT


SoP Items 8.2.4 and 8.2.14
4.64.1 Payment shall be made for all plant, labour and materials required to modify and re-level
existing manholes or catch-pits to suit new finished levels in accordance with the
construction drawings and project specification.
4.64.2 This item shall include for dewatering, excavation, supply of materials, installation, QA,
backfilling and compaction, and disposal off-site of excavated material.
4.64.3 Payment shall be made for each manhole or catch-pit fully modified to finished level.

4.65 HEADWALLS
SoP Items 8.2.5 to 8.2.8
4.65.1 Payment shall be made for all plant, labour and materials required to supply and install
all headwalls including any associated gratings, connection of the pipe, epoxy treatment
& corbel construction in accordance with the construction drawings, project specification
and manufacturers requirements.
4.65.2 This item shall include for dewatering, excavation, supply of materials, installation, QA,
backfilling and compaction, and disposal off-site of excavated material.
4.65.3 Payment shall be made for each headwall fully installed.

4.66 CATCH-PITS / ACCESS CHAMBERS


SoP Items 8.2.9 to 8.2.13
4.66.1 Payment shall be made for all plant, labour and materials required to supply and install
all catch-pits and access chambers including any associated grates/lids/covers,
connection of the pipe, epoxy treatment & corbel construction, localised earthworks
shaping, concrete surrounds and supply and installation of back-entry lintels in
accordance with the construction drawings, project specification and manufacturers
requirements.
4.66.2 This item shall include for dewatering, excavation, supply of materials, installation, QA,
backfilling and compaction, and disposal off-site of excavated material.
4.66.3 Payment shall be made for each catch-pit or access chamber fully installed to finished
level.

   

Page 37 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.67 MODIFY EXISTING CATCH-PIT TO SOLID LID


SoP Item 8.2.15
4.67.1 Payment shall be made for all plant, labour and materials required to remove existing
grate and frame, modify and re-level the catch-pit to suit new finished levels and install
new solid lid and frame in accordance with the construction drawings and project
specification.
4.67.2 This item shall include for dewatering, excavation, supply of materials, installation, QA,
backfilling and compaction, and disposal off-site of excavated material.
4.67.3 Payment shall be made for each catch-pit fully modified to finished level.

4.68 LINE SWALES, SWALE BUNDING AND LINEAR WETLAND


SoP Items 8.3.1 to 8.3.3
4.68.1 Payment shall be made for all plant, labour and materials required to line swales, swale
bunds and lineal wetlands in accordance with the construction drawings and project
specification.
4.68.2 This item shall include for any dewatering, supply and placement of topsoil, Enkamatt
reinforcement, biodegradable geotextile, grass and gravel etc as required.
4.68.3 Payment shall be made per lineal metre (m), of lined swale or linear wetland constructed.

4.69 RE-GRADE DRAIN


SoP Item 8.3.4
4.69.1 Payment shall be made for all plant, labour and materials required to re-grade the
existing drain, reline the drain side with topsoil and grass, and stabilise the channel
invert with rock in accordance with the construction drawings and project specification.
4.69.2 This item shall include for supply and maintain temporary pumps, hoses, fish screens,
flumes, pipes or open channels etc to manage drain flows through or around the works,
dewatering, excavation, supply of materials, installation, QA, backfilling and compaction
and disposal off-site of excavated material.
4.69.3 Payment shall be made per lineal metre (m), of regraded and stabilised drain constructed.

4.70 LINE BASIN


SoP Items 8.4.1 & 8.4.2
4.70.1 Payment shall be made for all plant, labour and materials required to line the stormwater
basin with sand, soil media, Enkamatt, topsoil and grassing in accordance with the
construction drawings and project specification.
4.70.2 This item shall include for any dewatering, supply and placement of topsoil, sand, soil
media, Enkamatt reinforcement, grass seed, biodegradable geotextile and gravel as
required.
4.70.3 Payment shall be made per per square metre (m2) of lined basin constructed.

   

Page 38 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.71 INSTALL ROCK CHUTE


SoP Item 8.5.1
4.71.1 Payment shall be made for all plant, labour and materials required to construct the rock
chute including shaping, geotextile and angular rock installation in accordance with the
construction drawings and project specification.
4.71.2 This item shall include for any dewatering, supply and placement of rock, geotextile and
gravel as required.
4.71.3 Payment shall be made per lineal metre (m), of regraded and stabilised drain constructed.

4.72 REALIGN STREAM


SoP Items 8.6.1, 8.6.2 & 8.6.4
4.72.1 Payment shall be made for all plant, labour and materials required to construct the
realigned stream channel and rock chute in accordance with the construction drawings
and project specification.
4.72.2 This item shall include for supply and maintain temporary pumps, hoses, fish screens,
flumes, pipes or open channels etc to manage stream flows through or around the works,
any dewatering, excavation, supply of materials, installation, QA, backfilling and
compaction and disposal off-site of excavated material.
4.72.3 The tendered rate shall allow for all plant, labour and materials required to realign the
stream to the requirements of the project ecologist.
4.72.4 Payment shall be made per lineal metre (m), of regraded and stabilised drain constructed.

4.73 RIPRAP PAD AND ROCK SILL


SoP Items 8.6.3 & 8.6.5
4.73.1 Payment shall be made for all plant, labour and materials required to construct the riprap
pad and rock sill in accordance with the construction drawings and project specification.
4.73.2 This item shall include for any dewatering, supply and placement rock, geotextile and
gravel as required.
4.73.3 100% of the lump sum payment shall be made upon full completion of the works.

4.74 GEOTEXTILE FILTER CLOTH (PROVISIONAL ITEM)


SoP Item 8.7
4.74.1 This is a provisional item that shall only be used if there are areas of unsuitable
subgrade material identified by the Engineer.
4.74.2 Payment shall be made for all plant, labour, and materials required to supply and install
non-woven needle punched geotextile filter cloth for separation of pipes and structures
from soft subgrades in accordance with the construction drawings and project
specification.
4.74.3 Payment shall be for each square metre (m2) of filter cloth that is installed.

   

Page 39 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.75 UNDERCUT AND REPLACE (PROVISIONAL ITEM)


SoP Item 8.8
4.75.1 This is a provisional item that shall only be used if there are areas of unsuitable
subgrade material identified by the Engineer.
4.75.2 Payment shall be made for all plant, labour, and materials required to undercut
unsuitable insitu material, transport and dump material off-site and backfill in
accordance with the construction drawings and project specification. This item shall
include all costs associated with dewatering, stockpiling and double handling of material,
loading, carting, and dumping.
4.75.3 The Contractor shall allow for undertaking topographical surveys pre and post excavation
to verify the quantity of excavation and backfill completed.
4.75.4 Payment for this item shall be made per in place (solid) cubic metre (m3) of material that
is excavated and backfilled.

4.76 REINFORCED CONCRETE PIPE SURROUND (PROVISIONAL


ITEM)
SoP Item 8.9
4.76.1 This is a provisional item that shall only be used if a reinforced concrete surround
for under channel pipes are required as identified and instructed by the Engineer.
4.76.2 Payment shall be made for all plant, labour and materials required to supply and install
the reinforced concrete surround in accordance with CCC CSS SD331.
4.76.3 Payment shall be made per lineal metre (m), of reinforced concrete surround that is
constructed.

   

Page 40 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Carriageway Construction
4.77 REMOVE EXISTING KERB AND CHANNELS TO DUMP OFFSITE
SoP Item 9.1
4.77.1 Payment shall be made for all plant, labour, and materials required to excavate and fully
remove all existing kerbs and channels, transport and dump off-site in accordance with
the construction drawings and specification.
4.77.2 Payment shall be made for each linear metre (m) of kerb and channel that is fully
removed from site.

4.78 REMOVE EXISTING KERB AND CHANNEL AND UNDERDRAIN


PIPE TO DUMP OFFSITE (PROVISIONAL ITEM)
SoP Item 9.2
4.78.1 This is a provisional item that shall only be used if there are areas of unsuitable
material identified by the Engineer.
4.78.2 Payment shall be made for all plant, labour, and materials required to excavate and fully
remove all existing kerb and channel and underdrain pipe, transport and dump off-site,
at the direction of the Engineer and in accordance with the construction drawings and
specification.
4.78.3 Payment shall be made for each linear metre (m) of kerb and channel and underdrain
pipe that is fully removed from site.

4.79 KERB AND CHANNELS


SoP Items 9.3 to 9.9
4.79.1 Payment shall be made for all plant, labour and materials required to supply hand
poured/laid or extruded kerbs, channels or Kerb and channels, and crossing cutdowns in
accordance with the construction drawings and specification.
4.79.2 This item shall include all excavation, transport and dump excavated material off-site,
reinforced crossing beams for commercial vehicle crossing cutdowns, bedding, backfill
supply, placing and compaction, contraction joints, all seal, pavement and/or berm
reinstatement and all miscellaneous fitting required.
4.79.3 Payment shall be made for each linear metre (m) that is installed.

4.80 PEDESTRIAN REFUGE


SoP Item 9.10
4.80.1 Payment shall be made for all plant, labour and materials required to construct
completed pedestrian traffic island refuges in accordance with the construction drawings
and the project specification. The tendered rate shall allow for all kerbs, kerb noses,
infill and all other items necessary to fully construct the pedestrian refuges.
4.80.2 Payment shall be for each pedestrian traffic island refuge that is constructed.

   

Page 41 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.81 SCARIFY EXISTING ROAD, REMOVE BITUMEN TO WASTE


SoP Item 9.11
4.81.1 Payment shall be made for all plant, labour and materials required to scarify the existing
pavement, remove all bitumen material to dump off-site and reshape and compact the
unsealed surface where unsealed tracks are to be formed, in accordance with the
construction drawings and project specification.
4.81.2 Payment shall be made for each square metre (m2) of existing pavement that is scarified
and bitumen material is fully removed from site.

4.82 TRIM EXISTING PAVEMENT MATERIAL TO WASTE


SoP Item 9.12
4.82.1 Payment shall be made for all plant, labour and materials required to excavate existing
pavement materials to 300mm depth to dump off-site in accordance with the
construction drawings and project specification.
4.82.2 Payment shall be made for each square metre (m2) of existing pavement that is
excavated and fully removed from site.

4.83 SAWCUTTING
SoP Item 9.13
4.83.1 Payment shall be made for all plant, labour and materials required to sawcut the existing
pavement in accordance with the construction drawings and project specification.
4.83.2 Payment shall be made for each linear metre (m) of sawcutting which is completed.

4.84 SUPPLY AND PLACE AP65 SUB-BASE


SoP Item 9.14
4.84.1 Payment shall be made in accordance with NZTA B/2.

4.85 SUPPLY AND PLACE M4 AP40 (NZTA DRAFT M4:2019


SPECIFICATION) BASECOURSE
SoP Item 9.15
4.85.1 Payment shall be made in accordance with NZTA B/2.

4.86 CHIPSEAL
SoP Item 9.16
4.86.1 Payment shall be made for all plant, labour and materials required to supply, lay, roll,
and sweep, and construct chipseal in accordance with the construction drawings and
project specification. The rate is to include the removal of any excess chip and for all
required testing set out in the specification.
4.86.2 Payment shall be made for each square metre (m2) of chipseal that is constructed.

   

Page 42 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.87 AC SURFACING (NZTA DRAFT M10:2019 SPECIFICATION)


SoP Item 9.17
4.87.1 Payment shall be made for all plant, labour and materials required to supply and
construct asphalt concrete (AC) surfacing in accordance with the construction drawings
and project specification. The rate shall include a tack coat and all required testing as set
out in the specification.
4.87.2 This item excludes AC surfacing on the bridge deck which is covered by SoP Item 5.8.4.
4.87.3 Payment shall be made for each square metre (m2) of AC surfacing that is laid.

4.88 RIP AND REMAKE TIE-INS (TYPE 1 PAVEMENTS)


SoP Item 9.18
4.88.1 Payment shall be made for all plant, labour and materials required to rip and remake tie-
in pavements (Type 1 Pavements) in accordance with the construction drawings and
project specification. The rate shall allow for the supply, placement and compaction of
M4 AP40 top up material which may be necessary to shape and form the pavement to the
required line and levels.
4.88.2 Payment shall be made for each square metre (m2) of existing pavement that is ripped
and remade.

4.89 TIE-INS TO EXISTING PAVEMENTS


SoP Item 9.19
4.89.1 Payment shall be made for all plant, labour and materials required to construct the tie-ins
to the existing carriageway levels in accordance with the construction drawings and
project specification. The rate shall allow for the any rip and remake, supply, placement
and compaction of M4 AP40 top up material which may be necessary to shape and form
the pavement to the required line and levels.
4.89.2 Payment shall be made for each tie-in completed.

4.90 CONSTRUCT MAINTENANCE ACCESS TRACKS


SoP Item 9.20
4.90.1 Payment shall be made for all plant, labour and materials to construct entranceways and
maintenance access tracks, in accordance with the construction drawings and project
specification.
4.90.2 The supply and placement of topsoil and grassing the tracks are covered by SoP Items
3.3, 3.5, 3.6 and 13.1.1.
4.90.3 Payment shall be made for each square metre (m2) of maintenance access track that is
fully constructed.

   

Page 43 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.91 UNSEALED PAVEMENTS


SoP Items 9.21.1 and 9.21.2
4.91.1 Payment shall be made for all plant, labour and materials required to construct the
unsealed basecourse and wearing course pavement in accordance with the construction
drawings and project specification.
4.91.2 Payment shall be made for each cubic metre (m3) of unsealed basecourse and wearing
course pavement which is fully constructed.

   

Page 44 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Paths & Driveway Construction


4.92 STRIP EXISTING BITUMEN TO WASTE
SoP Item 10.1
4.92.1 Payment shall be made for all plant, labour and materials required to strip the existing
paths and driveway bitumen surfaces and remove all bitumen material to dump off-site,
in accordance with the construction drawings and project specification.
4.92.2 Payment shall be made for each square metre (m2) of existing path and driveway surface
that is stripped and bitumen material is fully removed from site.

4.93 CONSTRUCT PATHS AND DRIVEWAYS


SoP Items 10.2 to 10.5
4.93.1 Payment shall be made for all plant, labour and materials to construct the residential
and/or commercial entranceways and paths in accordance with the construction
drawings, project specification and CCC CSS.
4.93.2 The tendered rate shall include for all construction works required to fully complete the
entranceways and paths including excavation, transport and dump excavated material
off-site, basecourse, surfacing, tie-in to the existing driveways and berm reinstatement.
4.93.3 Payment for kerb cutdowns, commercial crossing beams etc shall be covered under SoP
Items 9.7, 9.8 and 9.9.
4.93.4 Payment shall be made at the tendered square metre (m2) rate for paths and driveways
that are fully constructed.

4.94 TIMBER EDGING


SoP Items 10.6 and 10.7
4.94.1 Payment to be made for all plant, labour, and materials to supply and install timber
edging (battens) for footpaths, driveways and to the back of the speed threshold
treatment in accordance with the construction drawings and project specification.
4.94.2 Payment shall be made for each linear metre (m), of timber edging that is installed.

   

Page 45 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Barrier Construction
4.95 W-SECTION BARRIER LEADING & TRAILING END TERMINALS
SoP Items 11.1 to 11.4
4.95.1 Payment to be made for all plant, labour, and materials required for the supply and
installation of semi-rigid W-Section barrier leading and trail end terminals in accordance
with construction drawings, project specification, and manufacturer’s instruction.
4.95.2 Payment shall be made for each leading and trailing end terminal that is fully installed
and the installation certification completed, supplied and accepted by the Engineer.

4.96 W-SECTION TO CONCRETE BARRIER TRANSITION


SoP Item 11.5
4.96.1 Payment is to be made for all plant, labour, and materials required for the supply and
installation of the W-section to concrete barrier transition (NZTA RSB-5 detail) in
accordance with the construction drawings, project specification, and manufacturer’s
instructions. The rate shall allow for supply of the thrie-beam structure connector and
casting this connector into the concrete barrier.
4.96.2 The tendered rate shall allow for all plant, labour and materials required to construct the
continuous weak (10Mpa) concrete weed band around and between the guardrail posts
through the threshold planting buildouts.
4.96.3 Payment shall be made for each transition that is installed and the installation
certification completed, supplied and accepted by the Engineer.

4.97 W-SECTION BARRIER


SoP Items 11.6 to 11.10
4.97.1 Payment to be made for all plant, labour, and materials required for the supply and
installation of semi-rigid MASH TL-3 W-Section barrier and motorcycle safety/protection
rail in accordance with the construction drawings, project specification, and
manufacturer’s instructions.
4.97.2 Payment shall be made for each linear metre (m), of semi-rigid barrier that is installed
and the installation certification completed, supplied and accepted by the Engineer.

4.98 THRIE-BEAM BARRIER


SoP Item 11.11
4.98.1 Payment is to be made for all plant, labour, and materials required for the supply and
installation of TL-4 Thrie-Beam barrier (in addition to thrie beam included in the W-
section to concrete barrier transition (NZTA RSB-5) covered by SoP Item 11.5) in
accordance with the construction drawings, project specification, and manufacturer’s
instructions.
4.98.2 The tendered rate shall allow for all plant, labour and materials required to construct the
continuous weak (10Mpa) concrete weed band around and between the guardrail posts
through the threshold planting buildouts.

   

Page 46 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.98.3 Payment shall be made for each linear metre (m), of thrie-beam barrier that is installed
and the installation certification completed, supplied and accepted by the Engineer.

4.99 FALL PROTECTION SAFETY FENCING


SoP Item 11.12
4.99.1 Payment is to be made for all plant, labour, and materials required for the supply and
installation of fall protection safety fence, including sockets/connection to the capping
beam, in accordance with the construction drawings, project specification, and the
manufactures requirements.
4.99.2 Payment shall be made for each linear metre (m), of pedestrian safety fence that is
installed.

   

Page 47 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Traffic Services
4.100 PERMANENT ROAD MARKING REMOVAL
SoP Item 12.1
4.100.1 Payment to be made for all plant, labour, and materials required for all permanent road
marking removal by blasting methods in accordance with the construction drawings and
project specification.
4.100.2 Payment shall be made at the tendered lump sum with progress payments being based
on the extent of works completed.

4.101 PAVEMENT MARKING, REFLECTIVE RAISED PAVEMENT


MARKERS (RRPM’S & KTM’S) AND EDGE MARKER POSTS
SoP Item 12.2
4.101.1 Payment to be made for all plant, labour, and materials required for the installation of
new pavement markings, RRPM’s, KTM’s, Edge Marker Posts, Culvert Markers, Route
Position Markers in accordance with the construction drawings and project specification.
The tendered rates shall allow for marking all new paint marking twice in accordance with
Clause 21.1.1.2 of the project specification.
4.101.2 Payment shall be at the tendered lump sum. 50% of the lump sum shall be paid on
completion of the first pavement marking application and full installation of all RRPM’s,
KTM’s and Edge Marker Posts, while the other 50% of the tendered rate shall be paid on
completion of the final application.

4.102 SUPPLY AND INSTALL SIGNS


SoP Items 12.3 to 12.18
4.102.1 Payment to be made for all plant, labour, and materials required for the supply and
installation of traffic signs in accordance with the construction drawings and project
specification.
4.102.2 Payment shall be made for each sign that is fully installed.

4.103 SIGN RELOCATIONS


SoP Item 12.19
4.103.1 Payment to be made for all plant, labour, and materials required for the dismantling,
uplifting, transport, storage (if required) and re-installation of existing signs including
the associated new posts in accordance with the construction drawings and project
specification.
4.103.2 Payment shall be made for each sign that is fully relocated.

4.104 REMOVE EXISTING SIGNS TO WASTE


SoP Item 12.20
4.104.1 Payment to be made for all plant, labour, and materials required for the dismantling,
uplifting, transport and dump off-site of all existing signs including the associated posts
and foundations in accordance with the construction drawings and project specification.

   

Page 48 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.104.2 Payment shall be made at the tendered lump sum with progress payments being based
on the extent of works completed.

4.105 ELECTRONIC SPEED INDICATION DEVICE


SoP Item 12.21
4.105.1 Payment to be made for all plant, labour, and materials required for the supply and
installation of the electronic speed indication device in accordance with the construction
drawings and project specification.
4.105.2 The tendered rate shall include the sign foundation(s), solar panels, mains power
connection, cabling, switches, fuses, controllers, batteries and charging equipment etc.
4.105.3 Payment shall be made at the tendered lump sum one the devices is fully installed,
commissioned and all reports and certificates are supplied and accepted by the Engineer.

   

Page 49 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Landscaping
4.106 GRASSING
SoP Item 13.1.1
4.106.1 Payment to be made for all plant, labour, and materials required to sow and grow grass
in accordance with the construction drawings and project specification. The rate shall
include full compensation for the supply and sowing of grass seed, soil preparation
including fertilising and cultivating, watering, mowing, spraying, and controlling of all
weed and pest species.
4.106.2 80% of the tendered square metre (m2) rate shall be paid upon successful strike of the
grass. The remaining 20% of the tendered square metre (m2) rate shall be paid once all
grassed areas have maintained successful and sustained growth, all weeds species have
been successfully eradicated and there are no significant bare patches to the satisfaction
of the Engineer.

4.107 PLANTING – MIXED NATIVE SHRUBS


SoP Items 13.2.1 to 13.2.8
4.107.1 Payment to be made for all plant, labour, and materials required to supply and plant all
native shrub planting works in accordance with construction drawings and project
specification. The rate shall include full compensation for the supply of plants, storage,
uplifting, transport and planting of plants inclusive of weed eradication, preparation of
planting beds (holes), backfilling, staking, security wiring, tying, fertilising, watering and
pest control.
4.107.2 Payment shall be for each square metre (m2) of planting that is planted.

4.108 PLANTING – SPECIMEN TREES


SoP Items 13.3.1 to 13.3.5
4.108.1 Payment to be made for all plant, labour, and materials required to supply and plant
specimen trees in accordance with construction drawings and project specification. The
rate shall include full compensation for the supply of plants, storage, uplifting, transport
and planting of trees inclusive of weed eradication, preparation of planting beds (holes),
backfilling, staking, security wiring, tying, fertilising, watering and pest control.
4.108.2 Payment shall be for each specimen tree that is planted.

4.109 MULCHING
SoP Item 13.4.1
4.109.1 Payment to be made for all plant, labour and materials required to supply and place
mulch on the garden beds in accordance with the construction drawings and project
specification.
4.109.2 Payment shall be for each square metre (m2) that is mulched.

   

Page 50 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.110 SUPPLY AND INSTALL BIOMAC COIR FIBRE GEO-TEXTILE


SoP Item 13.4.2
4.110.1 Payment to be made for all plant, labour, and materials to supply and install BIOMAC Coir
Fibre geo-textile (Biomac CJ450 or approved equivalent) in accordance with the
construction drawings, project specification, and manufacturer’s instructions.
4.110.2 Payment shall be for each square metre (m2) of BIOMAC Coir Fibre geo-textile that is
supply and installed.

4.111 LANDSCAPE MAINTENANCE


SoP Item 13.5.1
4.111.1 Payment to be made for all plant, labour and materials required to fulfil all requirements
of the landscape maintenance period in accordance with the construction drawings and
project specification. The amount tendered shall include full compensation for re-sowing
and replanting areas where poor or low grass strike or plant deaths occur, re-mulching as
required, weedmat repairs, watering, fertilising, spraying, staking, controlling of weed
species, pest control, mowing, etc and completing and submitting all maintenance QA
results and reports.
4.111.2 Payment shall be for each month of landscape maintenance and reporting and shall be
claimed and paid quarterly. Payment shall only be made when all completed maintenance
records, QA results and reporting required by the project specification are received and
accepted by the Engineer for the month(s) being claimed.

4.112 URBAN DESIGN FEATURES


4.112.1 Rustic Timber Post Supply
SoP Item 13.6.1 (PRIME COST SUM)
4.112.1.1 This item is a Prime Cost Sum for the procurement of Rustic Timber Posts which shall
be selected by the Engineer.
4.112.1.2 Payment shall be for each post which are procured.

4.112.2 Contractors on-cost to Rustic Timber Post Supply


SoP Item 13.6.2
4.112.2.1 Payment shall be made for the Contractor’s expense and profit on the procurement of
Rustic Timber Posts under SoP Item 13.6.1. This item shall include all costs associated
with management, administration, co-ordination etc of procuring the Rustic Timber
Posts under SoP Item 13.6.1.
4.112.2.2 Payment shall be at the tendered percentage rate applied to the actual net purchase
price of the Rustic Timber Posts under SoP Item 13.6.1.

4.112.3 Uplift, Transport and Install Rustic Timber Posts


SoP Item 13.6.3
4.112.3.1 Payment shall be made for all plant, labour, and materials required to uplift the rustic
timber posts selected by the Engineer, transport the posts to site and fully install in
accordance with the construction drawings and project specification.

   

Page 51 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.112.3.2 This item shall include all costs associated with secure storage of the posts on-site
prior to installation, applicable costs associated with clause 4.38.1 and 4.38.3, post
concrete footings, steel brackets, trimming and modifications to the posts for
installation and full installation of the posts on the foundations.
4.112.3.3 The Rustic Timber Posts shall be uplifted from Interlink Landscaping Supplies depot in
Ashburton.
4.112.3.4 Payment shall be for each post which is uplifted, transported and fully installed.

   

Page 52 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Fencing and Gates


4.113 SUPPLY AND INSTALL FENCING
SoP Items 14.1 to 14.3
4.113.1 Payment shall be made for all plant, labour, and materials required to supply and install
all fencing (post, 7 wire & batten, post and netting and timber rail fences) in accordance
with the construction drawings and project specification. The tendered rate shall allow
for all fasteners, fixtures, strainers, chains, locks and all other items required to fully
construct the fences, and tie the new fences into all existing fences.
4.113.2 Payment shall be for each linear metre (m) of fencing that is installed.

4.114 SUPPLY AND INSTALL GATES INCLUDING SWALE FLOOD


GATE
SoP Items 14.4 and 14.5
4.114.1 Payment shall be made for all plant, labour, and materials required to supply and install
all gates (farm gates and swale flood gates) in accordance with the construction drawings
and project specification. The tendered rate shall allow for all fasteners, fixtures, hinges,
strainers, chains, locks and all other items required to fully construct the gates and
connections to the fences.
4.114.2 Payment shall be for each gate that is installed.

4.115 PAINT TIMBER POST AND RAIL FENCE


SoP Item 14.6
4.115.1 Payment shall be made for all plant, labour, and materials required to paint the timber
post and 4 rail fence white. The tendered rate shall allow for 3 coats of paint and any
primer, timber cleaning or preparation required prior to painting.
4.115.2 100% of the lump sum payment shall be made on full completion of the painting.

   

Page 53 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Bridge Deconstruction
4.116 DEMOLITION AND REMOVAL OF EXISTING BRIDGE
INCLUDING DISPOSAL
SoP Items 15.1
4.116.1 Payment shall be made for all plant, labour, and materials required for the demolition
and disposal of the existing bridge. This item shall encompass all works directly and
indirectly related with demolition of the existing bridge in compliance with all project and
environmental requirements specified.
4.116.2 The rate shall assume the entire bridge shall be demolished and disposed appropriately.
No allowance shall be made in this rate for the likely salvage of stringers (as covered by
SoP Item 15.2). For the purposes of this rate, it shall be assumed that the stringers will
not be salvaged and instead will need to be disposed of appropriately. The rate shall
exclude the cost of withdrawing and disposing of the timber piles which are covered by
SoP Item 15.3.
4.116.3 Payment shall be made at the tendered lump sum with progress payments being based
on the extent of works completed.

4.117 EXTRA OVER COST ADJUSTMENT FOR SALVAGE AND


TRANSPORT OF TIMBER STRINGERS (PROVISIONAL ITEM)
SoP Item 15.2
4.117.1 This is a provisional item that shall only be used if any stringers are to be salvaged
as instructed by the Engineer.
4.117.2 Payment shall be made for all plant, labour and materials to salvage existing timber
stringers on the existing bridge and transport them to a storage location agreed with the
Engineer and a representative of the Ahaura Community Trust.
4.117.3 For pricing purposes, it shall be assumed that the storage location is within a 5 km
radius of the existing bridge. This rate shall be an adjustment to SoP Item 15.1 such that
if no salvage is made then the total cost of demolition and disposal is covered by SoP
Item 15.1 and if some salvage is made then all additional costs and/or savings associated
with the salvage shall be covered by this rate.
4.117.4 The rate shall include all extra costs and/or savings to SoP Item 15.1, including
additional works associated with precautions during demolition to avoid unnecessary
damage to the salvaged stringers, reduced transport costs and reduced disposal costs.
4.117.5 Payment shall be made for each stringer that is salvaged and delivered to the salvage
location.

4.118 REMOVE AND DISPOSE OF EXISTING TIMBER PILES


SoP Item 15.3
4.118.1 Payment shall be made for all plant, labour and materials to completely remove and dispose
of the existing timber piles from the riverbed in accordance with the project specification.
4.118.2 In the case that the Contractor has made a reasonable attempt to withdraw one or more
piles and is unable to do so, the Engineer may invoke the Provisional SoP Item 15.4 on a
pile-by-pile basis. In such a case the quantity for SoP Item 15.3 shall be reduced accordingly
and the rate for Provisional SoP Item 15.4 shall be considered to provide full compensation
   

Page 54 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

for cutting, removal and disposal of the timber piles. No adjustment to the scheduled rate
for SoP Item 15.3 shall be considered in the case of a significantly reduced quantity.
4.118.3 Payment shall be made for each timber pile fully removed from the riverbed.

4.119 COST ASSOCIATED WITH CUTTING AND REMOVING TIMBER


PILES (PROVISIONAL ITEM)
SoP Item 15.4
4.119.1 This is a provisional item and shall only be exercised upon written instruction by the
Engineer, on a pile by pile basis, and only after a reasonable attempt to withdraw the
entire pile has been made.
4.119.2 In the case that the Contractor has made a reasonable attempt to withdraw one or more
piles and is unable to do so, the Engineer may invoke the Provisional SoP Item 15.4 on a
pile-by-pile basis. In such a case the quantity for SoP Item 15.3 shall be reduced accordingly
and the rate for Provisional SoP Item 15.4 shall be considered to provide full compensation
for cutting, removing and disposing of the existing timber piles.
4.119.3 No adjustment to the scheduled rate for SoP Item 15.3 shall be considered in the case of a
significantly reduced quantity.
4.119.4 Payment shall be made for all costs for plant, labour and materials required to excavate,
dewater and cut the existing timber piles below the river bed in accordance with the project
specification. The rate shall allow for disposal of the reduced quantity of pile material due
to cutting-off. The rate shall also allow for all costs associated with the aborted attempt
to withdraw the pile.
4.119.5 Payment shall be made for each timber pile that is cut off below bed level at the RL
indicated in the project specification.

   

Page 55 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Domestic Bore Decommission


4.120 DOMESTIC BORE DECOMMISSION
SoP Item 16.1
4.120.1 Payment shall be made for all plant, labour, and materials required to fully decommission
the existing domestic bore in accordance with the project specification.
4.120.2 This rate shall allow for disconnecting, isolating and making safe the existing electrical
supply and water pipe, removal of the existing pump, riser, pump shed, foundations and
other components to dump off-site, backfill the well/bore with inert material and cap
0.5m below finished ground level, and supply all records and documentation in
accordance with construction drawings and project specification.
4.120.3 100% of the lump sum payment shall be made on full decommissioning of the bore and
the decommissioning records are completed, supplied and accepted by the Engineer.

   

Page 56 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

Additional Works (Provisional Items)


The prices and rates in the Schedule of Prices are inclusive of full allowance for On-
site and Off-site Overheads and Profit in accordance with Clause 9.3.9 and 9.3.10 of
Schedule 1 – Special Conditions of Contract – Specific Conditions of Contract.
Where a variation occurs and prices or rates in the Schedule of Prices directly apply, or
have a sufficient relationship to the work, or part of the work, and are therefore used to
value a variation, or part of a variation, the portion of the value of the variation compiled
from these prices and rates shall NOT have the On-site and Off-site Overheads and Profit
percentages (SoP Items 17.1 and 17.2) applied to them.
The On-site and Off-site Overheads and Profit percentages (SoP Items 17.1 and 17.2)
shall only be applied to the portion of the value of a variation where Net Cost prices or
rates have been used.

4.121 ON-SITE OVERHEADS FOR VARIATIONS (PROVISIONAL ITEM)


SoP Item 17.1
4.121.1 This is a provisional item that shall only be used if additional works are instructed
by the Engineer that use rates that are not included in the schedule of prices.
4.121.2 The Contractor’s nominated tendered percentage shall be added to the portion of the
value of the variation where Net Cost prices or rates have been used, to cover all On-site
Overheads (except those covered under 9.3.11, 9.3.14 & 9.3.15 of section 9 of the
General Conditions of Contract (NZS 3910)).

4.122 OFF-SITE OVERHEADS AND PROFIT FOR VARIATIONS


(PROVISIONAL ITEM)
SoP Item 17.2
4.122.1 This is a provisional item that shall only be used if additional works are instructed
by the Engineer that use rates that are not included in the schedule of prices.
4.122.2 The Contractor’s nominated tendered percentage shall be added to the portion of the
value of the variation where Net Cost prices or rates have been used, to cover all Off-site
Overheads and Profit (except those covered under 9.3.11, 9.3.14 & 9.3.15 of section 9 of
the General Conditions of Contract (NZS 3910)).

4.123 PROCESSING OF VARIATIONS (PROVISIONAL ITEM)


SoP Item 17.3
4.123.1 This is a provisional item that shall only be used if additional works are instructed
by the Engineer.
4.123.2 The Contractor’s nominated tendered percentage shall be added to the value of the
variation in accordance with Clause 9.3.15 of section 9 of the General Conditions of
Contract (NZS 3910).

   

Page 57 of 58
SM031 App A7 Issue 14: March 2016
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Basis of Payment


BP1 

4.124 WORKING DAY RATES (PROVISIONAL ITEM)


SoP Item 17.4
4.124.1 This is a provisional item that shall only be used if additional works are instructed
by the Engineer and an extension of time by reason of the net effect of any
Variation is determined.
4.124.2 The Contractor’s nominated tendered working day rate shall be applied in accordance
with Clause 9.3.11, 9.3.12, 9.3.13 & 9.3.14 of section 9 of the General Conditions of
Contract (NZS 3910).

   

Page 58 of 58
SM031 App A7 Issue 14: March 2016
Conditions of Contract

Ahaura Bridge Replacement


NZTA Contract No. 2019359
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

This page is intentionally left blank.

   

SM031 App A8 Issue 14: March 2015


Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

CONTENTS
CONTRACT AGREEMENT 3 
GENERAL CONDITIONS 5 
SCHEDULES TO THE GENERAL CONDITIONS OF CONTRACT 6 
SCHEDULE 1 – SPECIAL CONDITIONS OF CONTRACT – SPECIFIC CONDITIONS OF
CONTRACT 6 
Schedule 2 – Special Conditions of Contract – Other Conditions of Contract 20 
Schedule 3 – Form of Contractor’s performance bond 23 
Schedule 4 – Form of Principal’s bond - NOT USED 25 
Schedule 5 – Form of Contractor’s bond in lieu of retentions 26 
Schedule 6 – Form of Producer Statement - Construction 28 
Schedule 7 – Information on Contractor arranged construction insurance - NOT USED 29 
Schedule 8 – Information on Contractor arranged Plant insurance 30 
Schedule 9 – Information on public liability insurance 32 
Schedule 10 – Information on Contractor arranged motor vehicle insurance 35 
Schedule 11 – Information on Contractor arranged professional indemnity insurance 37 
Schedule 12 – Information on Principal arranged construction insurance 38 
Schedule 13 – Form of Contract (or Subcontractor) warranty - NOT USED 43 
Schedule 14 – Agreement for off-site Materials - NOT USED 44 
Schedule 15 – Practical Completion Certificate 45 
Schedule 16 – Final Completion Certificate 46 
Schedule 17 – Cost fluctuations 47 

 
 

   

Page 1 of 48
SM031 Issue 14: March 2015
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

This page is intentionally left blank.

   

Page 2 of 48
SM031 Issue 14: March 2015
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Contract Agreement
CONTRACT FOR Ahaura Bridge Replacement

CONTRACT NUMBER NZTA 2019359

THIS AGREEMENT is made on 20

BETWEEN (‘the Contractor’)

AND The NZ Transport Agency a Crown entity, established on 1 August (‘the Principal’)
2008 by Section 93 of the Land Transport Management Act 2003

IT IS AGREED as follows:
1. The Contractor shall carry out the obligations imposed on the Contractor by the Contract.
2. The Principal shall pay the Contractor the sum of $ _______________________________________
or such greater or less sum as shall become payable under the Contract together with goods
and services tax at the times and in the manner provided in the Contract.
3. Each party agrees to the terms and conditions as set out in the Contract.
4. The Contract comprises the following documents:
(a) This Contract Agreement;
(b) The notification of acceptance of tender or award of Contract;
(c) The following post-tender documents <<Guidance note: identify any agreed post-
tender documents to be included, for example correspondence or minutes of pre-let
meetings dealing with tender tags etc>>

(d) Notices to Tenderers <<guidance note: give details with dates>>:

(e) Schedule 1: Special Conditions of Contract – Specific Conditions of Contract


(f) Schedule 2: Special Conditions of Contract – Other Conditions of Contract
(g) The General Conditions of Contract NZS3910: 2013 (including other Schedules);
(h) Specifications issued prior to the Date of Acceptance of Tender;
(i) Drawings issued prior to the Date of Acceptance of Tender;
(j) The Schedule of Prices
(k) The Contractor’s tender;

   

Page 3 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

(l) The Schedule to the Conditions of Tendering;


(m) The Conditions of Tendering; and
(n) The following additional documents: <<Identify any additional documents to be
included for example agreed correspondence>>

5. This Contract shall constitute the entire agreement between the parties. This Contract
supersedes all prior negotiations, representations, and warranties, except insofar as the
same are expressly incorporated herein.

SIGNED BY Authorised Signatory of Contractor

SIGNED BY Authorised Signatory of Principal

   

Page 4 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

General Conditions
The General Conditions of Contract shall be those included in NZS 3910: 2013 Conditions of
Contract for Building and Civil Engineering Construction and the following clauses.

   

Page 5 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedules to the General Conditions of


Contract
Schedule 1 – Special Conditions of Contract –
Specific Conditions of Contract
(Clause numbers refer to General Conditions)

Contract for: NZTA 2019359, Ahaura Bridge Replacement

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

1 INTERPRETATION

1.2 Definitions

The Principal is: The Principal is: the Transport Agency, a


Crown entity, established on 1 August 2008 by
Section 93 of the Land Transport Management
Act 2003

of: Level1 BNZ Centre Cashel Square


120 Hereford Street
Christchurch
1.2, 10.2 Separable Portions
 Are there any Separable Portions in this Contract? Yes
 If yes, the Separable Portions are as follows and SP1 – Main contract works excluding those
as further defined in the Contract. works under the other separable portions
SP2 – Landscaping (runs concurrently with
SP1)
SP3 – Demolition of the existing State Highway
bridge

2 THE CONTRACT

2.1 Type of Contract

2.1.1 This Contract is a: (select one to apply, (a) or (b))


(a) Lump sum contract governed by 2.2

(b) Measure and value contract governed by 2.3

2.5 Local authority contracts in public places, and road contracts

2.5.1 Is this Contract a local authority contract to which 2.5.2 No


applies

2.5.3 Is this Contract a contract in a public place to which B1 Yes


and B2 of Appendix B apply?

2.5.4 Is this Contract a road contract to which Appendix B Yes


applies?

   

Page 6 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

If yes, the allowance under B3 shall be: Refer to Schedule 2 – Special Conditions of
Contract - Other Conditions of Contract, Clause
10.3.1
2.6 Evidence of Contract

2.6.2 How is the Contract Agreement executed?


(a) As stated in 2.6.2

2.7 Documents prepared by the Engineer or Principal

2.7.1 Copies of the Contract shall be supplied without pdf


charge to the Contractor in the following electronic
format:

2.8 Documents prepared by the Contractor

2.8.2 Copies of the documents referred to in 2.8.2 shall be


supplied without charge to the Engineer:
 Number of hard copy sets: Nil
 In the following electronic form: pdf

3. BONDS

3.1 Contractor’s Bond

3.1.1 Is a Contractor’s Bond required? Yes


Note - Bonds are accepted in principle from those
insurance companies and bond companies who hold a
minimum interactive S&P rating of ‘A’.

3.1.2 If yes, the amount of the Contractor’s Bond shall be: 5% of the Contract Price

3.2 Principal’s Bond

3.2.1 Is a Principal’s Bond required? No

5. GENERAL OBLIGATIONS

5.4 Possession of the Site

5.4.1 The Contractor shall be given possession of the Site (select one to apply, (a) or (b))
(a) 10 Working Days after the Date of Acceptance of
Tender:
(b) On the following date: Click to enter a date N/A

N/A

5.4.3 Limits on the Contractor’s right of entry to adjoining As detailed in the Project Specification
properties are:

5.5 Separate Contractors

5.5.1 Separate Contractors who may be carrying out work Maintenance Contractors (see PSF15 –
on the Site concurrently with the Contract Works are: Appendix VIII) and Utility Providers.

5.5.2 Are facilities for Separate Contractors required? Yes

   

Page 7 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

If yes, details of facilities required are: Traffic Management, trench excavation, backfill
and other requirements as detailed in the
Project Specification
5.6 Care of works and Site

5.6.6(g) Further risks specifically excepted are: Nil

5.10 Programme

5.10.4 Is the programme required to be a Comprehensive Yes


Programme?

5.10.4(e) If yes, other requirements for the Comprehensive Refer to the Project Specification for
Programme are: programming constraints.
Programme must show all programming
constraints, the critical path and all Separable
Portions
5.10.5 The Comprehensive Programme shall be the following MS Project 2010
software:

5.10.6 Updates of the Comprehensive Programme shall be At least monthly to be issued with the Monthly
provided at the following intervals: Report

5.11 Compliance with laws

5.11.3 Exceptions to the Principal’s obligations to obtain Any design and build aspects (e.g. temporary
licences under 5.11.3 are: works) or off-site materials extraction,
procurement or dumping/disposal etc required
for the construction of the Contract Works

5.11.4 Exceptions to the Contractor’s obligations to give Nil


notices and obtain other licences under 5.11.4 are:

5.17 Safety plan

Is a Site-specific safety plan required to be prepared Yes


by the Contractor?

5.18 Quality plan

Is a quality plan required to be prepared by the Yes


Contractor?

5.19 Traffic management plan

Is a traffic management plan required to be prepared Yes


by the Contractor?

5.20 As-built drawings and operation and maintenance manuals

5.20.1(a) Are as-built drawings required to be prepared by the Yes


Contractor, as set out in the project specification?

5.20.1(b) Are operation and maintenance manuals required to Yes


be prepared by the Contractor, as set out in the project
specification?

6. THE ENGINEER

6.1 Appointment of the Engineer

   

Page 8 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

6.1.2 The Engineer is: Muir Coup, WSP Opus, Level 3, 100 Beaumont
Street, PO Box 5848, Auckland 1141
Whose professional qualification is: BE (Hons)(Civil), CPEng, FEngNz, NZTA
Engineer to Contract Level 4
6.4.6 The Principal will recover the cost for reinspection,
remeasuring or retesting at the following rates:
 Engineer or other professional $330.00 per hour (exclusive of GST)
 Other personnel $250.00 per hour (exclusive of GST)
 Vehicle running $1.50 per km (exclusive of GST)
 Sub-consultant invoices Cost plus 15%

8. INSURANCES

8.1 General

8.1.1 The party identified below shall arrange the following


insurances referred to in the following clauses

8.3 or 8.8 Construction Principal

8.8 Existing structure(s) and contents Principal

8.4 Plant Contractor

8.5 or 8.9 Public liability Principal

8.5.2 Motor Vehicle Contractor

8.6 Professional Indemnity Contractor

8.1.6 The following forces of nature shall be specifically


insured under 8.3 or 8.8 as applicable:
(a) Landslip Yes
(b) Earthquake Yes
(c) Tsunami Yes
(d) Tornado Yes
(e) Cyclone Yes
(f) Storm Yes
(g) Flood Yes
(h) Lightning strike Yes
(i) Volcanic activity Yes
(j) Hydrothermal activity Yes
(k) Geothermal activity Yes

8.3, 8.8 Construction insurance

   

Page 9 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)
(These items are required to be completed whether the Contractor or the Principal is the insuring party (see 8.1 above)

8.3.2, 8.8 The following shall have their respective interests Nil
noted in the construction insurance policy:

8.3.3, 8.8 Where construction insurance is required (see 8.1


above), the amount of insurance to be effected for the
Contract Works and Materials shall be for not less than
the sum of the Contract Price, after acceptance of the
tender or other offer, plus the following allowances:
(a) An allowance for the Cost of demolition, disposal (Select one to apply, (i) or (ii))
and preparation for replacement work, equal to:
(i) The amount in the right hand column: $10,000,000
(ii) The percentage of the Contract Price
adjusted as above, stated in the right hand
column:
(b) An allowance for professional services fees (Select one to apply, (i) or (ii))
including the Cost of clerks of works and
inspectors, equal to:
(i) The amount in the right hand column: $5,000,000
(ii) The percentage of the Contract Price
adjusted as above, stated in the right hand
column:
(c) An allowance for items to be incorporated in the (Select one to apply, (i) or (ii))
Contract Works, the Cost of which is not included
in the Contract Price, equal to:
(i) The amount in the right hand column: included in 8.8.1 schedule 12
(ii) The percentage of the Contract Price
adjusted as above, stated in the right hand
column:
(d) An allowance for an increase in the Contract Price (Select one to apply, (i) or (ii))
due to Variations, equal to:
(i) The amount in the right hand column:

(ii) The percentage of the Contract Price 20%


adjusted as above, stated in the right hand
column:
(e) An allowance for increased construction Costs (Select one to apply, (i) or (ii))
due to inflation, equal to:
(i) The amount in the right hand column: Per policy (http://nz.marsh.com/nzta-pai)
(ii) The percentage of the Contract Price
adjusted as above, stated in the right hand
column:
The insurance shall make provision for automatic change of cover for items (a) and (e) above, to provide
insurance for any additions to or deductions from the Contract Price which occur after acceptance of the
tender or other offer.

8.4 Contractor arranged Plant insurance

Where Plant is required to be insured (see 8.1 above): (Select one to apply, (a) or (b))
(a) The Contractor shall insure the following items of
Plant on Site for the amounts stated:

   

Page 10 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)
(b) The Contractor shall insure each item of Plant on $200,000
the Site having a current market value of more
than:

8.5 Contractor arranged public liability insurance

8.5.1 Where required (see 8.1 above), public liability Not Applicable refer to Clause 8.9
insurance shall be effected by the Contractor for an
amount not less than:

Such public liability insurance may include sub limits:


 For liability arising out of vibration, weakening or Not Applicable refer to Clause 8.9
removal of support, of not less than:

 For liability under the Forest and Rural Fires Act Not Applicable refer to 8.9
1977, of not less than:

8.5.2 Where required (see 8.1 above), motor vehicle third $5,000,000
party liability insurance shall be effected for an amount
not less than:

8.6 Contractor arranged professional indemnity insurance

8.6.1 Where required (see 8.1 above), professional


indemnity insurance for design by the Contractor shall
be effected for an amount not less than:
 For any one claim: $10,000,000
 And for an amount in the aggregate of: $10,000,000

8.6.2 Sub limits of liability for design of parts of the Contract Not required
Works by Subcontracts shall not be less than:

8.8 Principal arranged construction insurance (refer also to 8.3)

In accordance with 8.7.2, the insurance policy wording The NZ Transport Agency as Principal and its
title for 8.8.1 and 8.8.2 (a), (b), and (c) is: Contractors and their Sub Contractors for their
respective rights and interests

In accordance with 8.7.2, the extraordinary exclusions, Specific policy wording applicable to this
conditions, warranties or endorsements to the policy contract can be read at the following website:
for 8.8.1 and 8.8.2 (a), (b) and (c) are: http://nz.marsh.com/nzta-pai

8.8.1 Where the Principal is required to effect construction


insurance (see 8.1 above).

The lead insurer is: Vero Insurance New Zealand Ltd

Address of lead insurer: 23-29 Albert Street, Auckland

The Nominal Deductibles are:

Original Estimated Contract Value

   

Page 11 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

>0 to >10m to >20m


10m 20m

Each loss $10,000 $25,000 $50,000


except as
below:

Major Perils $25,000 $50,000 $100,000

Wet Work $150,000 $200,000 $300,000


Contracts

Tunnelling $150,000 $200,000 $300,000


Contracts
(including
excavations
/
underpasses
>100m)

LEG 3/06 $150,000 $150,000 $250,000


Defects
Claims

For this contract, the Original Estimate Contract


Value is in the range >$10m to $20m

8.8.2(a) The existing structures are: N/A

8.8.2(b) Other structures in the vicinity are: N/A

8.8.2(c) Contents insurance are: N/A

8.9 Principal’s option to insure public liability

8.9.1 Where required (see 8.1 above), the Principal shall $5,000,000
effect public liability insurance for an amount not less
than:

The lead insurer is: Berkshire Hathaway

Address of lead insurer: 1 Queen Street, Auckland

The Nominal Deductibles are:

Original Estimated Contract


Value

>0 to 5m >5m to >10m


10m

Each $10,000* $20,000* $25,000*


occurrence
(including

   

Page 12 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

Maintenance
Contracts)

*Including costs and expenses

For this contract, the Original Estimate Contract


Value is in the range >$10m

In accordance with 8.7.2:

 The policy wording title is: Specific policy wording applicable to this
contract can be read at the following website:
http://nz.marsh.com/nzta-pai

 Extraordinary exclusions, conditions, warranties, or Specific policy wording applicable to this


endorsements to the policy are: contract can be read at the following website:
http://nz.marsh.com/nzta-pai

8.9.2 Such public liability insurance may include sub-limits


for: (specify as applicable or state ‘not applicable’)

 Liability arising out of vibration, weakening or $5,000,000


removal of support

 Liability under the Forest and Rural Fires Act 1977: $250,000

9. VARIATIONS

9.3 Valuation of Variations

9.3.9 For On-site Overheads: (select one to apply, (a) or (b))


(a) The prices and rates in the Schedule of Prices are
inclusive of full allowance for On-site Overheads;
(b) The prices and rates in the Schedule of Prices are (select one to apply, (i), (ii), (iii), or (iv))
exclusive of On-site Overheads and the
allowances for On-site Overheads to be added in
accordance with 9.3.9 is:
(i) Agreed percentage:

(ii) As nominated in the Schedule of Prices.

(iii) As nominated in the Contractor’s tender.

(iv) A reasonable percentage.

9.3.10 For Off-site Overheads and Profit: (select one to apply, (a) or (b))
(a) The price and rates in the Schedule of Prices are
inclusive of full allowance for Off-site Overheads
and Profit;
(b) The prices and rates in the Schedule of Prices are (select one to apply, (i), (ii), (iii), or (iv))
exclusive of Off-site Overheads and the
allowances for Off-site Overheads and Profit to be
added in accordance with 9.3.10 is:
(i) Agreed percentage:

(ii) As nominated in the Schedule of Prices.

   

Page 13 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)
(iii) As nominated in the Contractor’s tender.

(iv) A reasonable percentage.

9.3.11 For time related Cost, the Working Day rate in (select one to apply, (a), (b), (c,) or (d))
compensation for time-related On-site Overheads and
Off-site Overheads and Profit in relation to an
extension of time to be applied in accordance with
9.3.11 is:
(a) Agreed percentage:

(b) As nominated in the Schedule of Prices.

(c) As nominated in the Contractor’s tender.

(d) Reasonable compensation.

9.3.15 For processing of Variations, the percentage to be paid (select one to apply, (a), (b), (c,) or (d))
in accordance with 9.3.15 is:
(a) Agreed percentage:

(b) As nominated in the Schedule of Prices.

(c) As nominated in the Contractor’s tender.

(d) A reasonable Cost of processing the Variations.

10. TIME FOR COMPLETION

10.2 Due Date for Completion

10.2.1 The periods to be used for calculating the Due Date for (select one to apply, (a), (b)or (c))
Completion are:
(a) For the Contract Works:
(Working Days)
(b) For any Separable Portions: Separable Portion 1 – 300 (Working Days)
Separable Portion 2 – 300 (Working Days)
[Note: SP2 runs concurrently with SP1]
Separable Portion 3 – 62 (Working Days)
(c) In respect of the Contract Works the Number of NA
Weeks nominated by the Contractor in their
Tender Submission
10.4 Practical Completion Certificate

10.4.5 Prior to issue of the Practical Completion Certificate: (select one to apply, (a), (b) or (c))
(a) Producer Statements in the form of Schedule 6 are
required;

(b) Producer Statements as set out in the following


parts of the Contract are required:

(c) Producer Statements are not required.

10.5 Damages for late completion

10.5.1 Liquidated damages shall be applied as follows:


 In respect of the Contract Works:

   

Page 14 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

 In respect of the Separable Portions:


Separable Portion 1 $1,650 per Working Day
Separable Portion 2 $200 per Working Day
Separable Portion 3 $380 per Working Day

10.6 Bonus for early completion

10.6.1 Is a bonus to be payable? No


 If yes, the bonus for the Contract Works is: $nil per Working Day
 If yes, bonuses for any Separable Portions are: $nil per Working Day

11. DEFECTS LIABILITY

11.1 Defects Notification Period

The Defects Notification Period shall be:


(3 Months unless otherwise stated)
 In respect of the Contract Works:

 In respect of the Separable Portions: Separable Portion 1 – 52 weeks


Separable Portion 2 – 104 weeks (2 years
maintenance and defects period)
Separable Portion 3 – 0 weeks
11.3 Final Completion Certificate

11.3.2 Prior to issue of the Final Completion Certificate: (select one to apply, (a), (b) or (c))
(a) Producer Statements in the form of Schedule 6 are
required;

(b) Producer Statements as set out in the following


parts of the Contract are required:

(c) Producer Statements are not required.

11.5 Warranties

11.5.1 (select one to apply, (a) or (b))


(a) No warranties are required;

(b) The Contractor shall provide warranties as set out


in the Contract for the following items of work:

11.6 Guarantees

11.6.1,11.6.2 (select one to apply, (a) or (b))


(a) No guarantees are required;

(b) The Contractor shall provide guarantees in the


following form:

12. PAYMENTS

12.1 Contractor’s payment claims

12.1.3(b) (iii) Advances for Materials delivered to the Site (select one to apply, (a) or (b))

   

Page 15 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)
(a) Advances for Materials delivered to the Site but
which have yet to be incorporated in the Contract
Works shall not be made;
(b) Advances for Materials delivered to the Site but
which have yet to be incorporated in the Contract
Works shall be made, subject to the following
conditions:
12.1.3(b) (iv) Advances for Temporary Works or Plant (select one to apply, (a) or (b))
(a) Advances for Temporary Works or Plant shall not
be made.
(b) Advances for Temporary Works or Plant shall be
made, subject to the following conditions:

12.1.3(b) (iv) Advances for Materials not yet on Site (select one to apply, (a) or (b))
(a) Advances for Materials not yet on Site shall not be
made.
(b) Advances for Materials not yet on Site shall be
made, subject to the following conditions:
(a) The Contractor agrees to execute an
Agreement in respect of off-site
materials in the form as set out in the
Fourteenth Schedule of these
Conditions of Contract.
(b) The Contractor shall ensure that at all
times the Materials are fully insured in
accordance with the provisions of
section 8. of the General Conditions of
Contract (as appropriate), and supply
evidence of same to the Principal.
(c) The Contractor shall keep the Principal
indemnified against loss, damage
costs, claims, expenses or liability
incurred by the Principal in respect to
any loss of, or damage to, or defect in
all or part of the Materials to the extent
that the Principal is not so indemnified
under section 7 of the General
Conditions of Contract
(d) The Contractor undertakes to keep the
stored materials in good order,
maintenance and condition. The
Contractor warrants that in relation to
such Materials, those Materials when
incorporated into the Contract Works
will be fit for their purpose as required
under the Contract Document. The
Engineer shall be given reasonable
access to inspect the relevant
Materials.
(e) Following payment to the Contractor
ownership of the Materials shall vest in
the Principal as legal and beneficial
owner free of all charges and
encumbrances of any nature
whatsoever. The Contractor shall
ensure that all secured creditors of the
Contractor are given written notice of
the existence of the Principal’s
ownership of the Materials and of the
conditions of the relevant advance.

   

Page 16 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)
Should any portion of the Materials no
longer be required for the Contract
Works, the Contractor shall be
responsible for all costs of storage,
handling and disposal of the surplus
Materials. The Contractor shall only
dispose of such surplus Materials
following a written instruction from the
Engineer. Ownership of such surplus
Materials shall re-vest in the Contractor
as the Contractor disposes of such
surplus Materials. The Principal shall
recover the value of disposed material
from subsequent progress payments,
at the same rates as paid to the
Contractor for the Materials stored off
site.
(f) The advance payment for the
Materials, shall be recovered
progressively by deduction from
progress payments as such Materials
are incorporated into the Contract
Works
12.3 Retention monies

12.3.1,12.3.2 The percentage to be retained from each progress (select one to apply, (a) or (b), and (c))
payment and the limit of the total sums retained shall
be in accordance with the following:
(a) For the Contract Works, a total retention of:
 10% on the first $200,000, and
 5% on the next $800,000, and
 1.75% on amounts in excess of $1,000,000,
and
 With a maximum total retention when
aggregated of $200,000, and
 With a defects liability retention of half the
total retention.
(b) For the Contract Works, the retention scale in the
right hand column:
A total retention of:
 10% on the first $200,000, plus
 5% of the next $800,000, plus
 2% on amounts in excess of $1,000,000,
and
 With a maximum total retention of
$600,000 when aggregated, and
 With a defects liability retention of 50 % of
total retention

(c) For Key Personnel

Refer to Schedule 2 – Special Conditions of


Contract - Other Conditions of Contract, Clause
5.22

The amount to be retained in respect of the Contract Works in accordance with this clause shall not be
reduced, until all Asset Register (RAMM) information, all as-built drawings and all operations and

   

Page 17 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)
maintenance manuals required to be submitted at or before Practical Completion, have been submitted to
the Engineer. The retention monies shall not be reduced, until all RAMM information, all as-built drawings
and all operations and maintenance manuals required to be submitted at or before the end of the Defects
Notification Period have been submitted to the Engineer

12.3.3 Bond in lieu of retention (select one to apply, (a) or (b))


(a) The Contractor may provide a bond in lieu of
retentions. The percentage to be retained from
each progress payment and the limit of the total
sums retained shall be nil if the Contractor
provides a Bond in Lieu of Retentions (Schedule
5). The value of the bond shall be the applicable
retention amount plus a further 10%
(b) The Contractor may not provide a bond in lieu of
retentions
12.8 Cost fluctuations (select one to apply, (a), (b) or (c))
(a) Cost fluctuations shall not be paid;

(b) Cost fluctuations shall be paid in accordance with


Appendix A;
(c) Cost fluctuations shall be paid in accordance with
the method described in Schedule 17

12.13 Goods and services tax

12.13.2 Payment Schedules provided by the Engineer: (select one to apply, (a) or (b))
(a) Shall not be in the form of a tax invoice;

(b) Shall be in the form of a buyer created tax invoice


and the parties agree not to issue any other tax
invoice for items covered by the Payment
Schedule.
13. DISPUTES

13.4 Arbitration

13.4.3 If required, the arbitrator shall be nominated by the Muir Coup, Engineer to Contract
following Person:

15. SERVICE OF NOTICES

15.1.2 For the purposes of service of written notice:


(a) The address of the Principal is:

Postal address: PO Box 1479, Christchurch 8140

Delivery address: Level 1, 120 Hereford Street, Christchurch


8140
Mark the attention of: Albert Chan

Email address: Albert.Chan@nzta.govt.nz

Other agreed means of electronic communication Nil


and address detail:
(b) The address of the Contractor is:

   

Page 18 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Clause Title and subject matter Specific condition data


in General (Expand cells if required or add reference to further
Conditions detail provided in Schedule 2.)

Postal address:

Delivery address:

Mark the attention of:

Email address:

Other agreed means of electronic communication


and address detail:
(c) The address of the Engineer is:

Postal address: WSP Opus, 100 Beaumont Street, Westhaven,


Auckland 1010
Delivery address: PO Box 5848, Wellesley St, Auckland, 1141

Mark the attention of: Muir Coup

Email address: Muir.coup@wsp.com

Other agreed means of electronic communication Nil


and address detail:

   

Page 19 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 2 – Special Conditions of Contract –


Other Conditions of Contract
These conditions amend and supplement the General Conditions. Clause numbers refer to NZS
3910:2013.
Section 1 INTERPRETATION
In addition to 1.2 Definitions, add in the following definitions:
KEY PERSONNEL means the Contractor’s personnel nominated for the positions under the relevant
skills Form C in the Contractor’s Tender and any other persons identified by the Principal as key
personnel with the Contractor’s prior approval.
UNDERGROUND SERVICES means existing pipework, cables, conduits, conveying services such as
electricity, gas, water, waste and electronic communications, located below the existing ground.
WINTER PERIOD means the period 30 April through 30 September inclusive.
Section 5 GENERAL OBLIGATIONS
A new clause 5.1.7 is added as follows:
5.1.7 During the term of the contract the Contractor must advise the Engineer to the
Contract of any potential or actual conflicts of interest with any individual or
organisation engaged to complete any of the contract works. This includes individuals
and organisation’s engaged in any subcontractor or other supply arrangement.
The Contractor must advise the Engineer to the Contract the means that they intend to
use to remove or mitigate such conflicts of interest.
The Engineer must inform the Principal of any conflicts of interest notified to the
Engineer by the Contractor in accordance with this clause, and the Engineer will, in
discussion with the Principal and taking into account (but not bound by) the
Contractor’s intended action, decide the appropriate action required to remove or
mitigate any actual or potential conflict of interest. The Engineer must ensure the
Contractor implements such required action.
A new clause 5.22 Key Personnel is added as follows:
5.22.1 The Contractor must use all reasonable endeavours to:
a) Supply and retain the Key Personnel and not remove the Key Personnel from their
position without the prior written approval of the Principal.
b) Replace any of the Key Personnel if they are unable to undertake work due to
termination of employment, resignation, illness, disability or death or other
circumstances reasonably beyond the control of the Contractor. The parties
acknowledge that the Contractor’s primary focus is to ensure the continuity and
quality of the performance of its obligations. Consequently, the Contractor must:
(i) Promptly advise the Principal if it is necessary to replace Key Personnel; and
(ii) Provide a suitable replacement or substitute during the period of unavailability
that has at least the same or better status, skills, qualifications, expertise and
experience as the Key Personnel to be replaced; and
(iii) Consult with the Principal in relation to any proposed replacement; and
(iv) If requested by the Principal, provide details of the proposed replacement to
the Principal.

   

Page 20 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

c) Ensure that each of the Key Personnel is available at the times set out in the
Contractor’s Tender or as otherwise required to ensure the completion of such
portion of the services as are assigned to them.
5.22.2 If any Key Personnel are not available to perform the role and responsibilities required
of that Key Personnel because of an act or omission of the Contractor, and the
Contractor does not within a period acceptable to the Principal replace the relevant Key
Personnel with a person of equivalent skills and experience, the Principal reserves the
right to withhold 20% of the value of the next contract progress payment due until
such time as a suitable replacement has been made and notified to the Principal. The
monies retained, shall be paid to the Contractor by payment as part of the progress
payment due after the replacement has been made.
Section 8 INSURANCES
A new clause 8.1.7 is added as follows:
8.1.7 Responsibility for pursing any claim under any insurance policy shall rest with the party
bearing the deductible or excess. Where the Contractor is pursuing a claim, the
Contractor is required to advise the Engineer of the outcome of the claim and provide
the Engineer with information in relation to the claim on request.
A new clause 8.2.3 (c) is added as follows:
8.2.3 (c) The actions of one insured shall not affect the rights of any other insured.
A new clause 8.5.1 (d) is added as follows:
8.5.1 (d) Public Liability Insurance shall include liability arising out of damage to Underground
Services and will be for a sub limit amount not less than $250,000.00.

Section 10 TIME FOR COMPLETION


New clause 10.1.3 is added as follows:
10.1.3 No sealing operations shall take place over the Winter Period without the prior written
approval of the Engineer.
Clause 10.3.1(b) is deleted and replaced with the following:
10.3.1 (b) Allowance for inclement weather 127 Working Days for Separable Portions 1/2 and 3
combined (Note – SP1 and 2 run concurrently and SP3 runs consecutively to SP1&2).
 This allowance is based on automatic weather station NIWA Reefton Ews Weather
Station, Agent Number 3925 [Network Number F21182], records from June 2009
to June 2019:
 The Wet days are determined from the average over the 10 year record;
 A Wet day is defined as a day in which the rainfall is 5 mm or greater. Any of the
two (2) immediately following days on which rainfall is 1 mm or greater shall also
qualify as Wet days.
 Wet Working Day is defined as a Wet Day occurring on a Working Day
 All rainfall shall be measured at the NIWA Reefton Ews Weather Station, Agent
Number 3925 [Network Number F21182 above;
 An extension of time for inclement weather will be granted when the total number
of Wet Working days is greater than the allowance in the contract. The Contractor
shall provide copies of the rainfall records in support of their “Wet days” claim at
their own expense.

   

Page 21 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

No extension of time will be granted for Wet days lost due to inclement weather in the
period 30 April to 30 September for earthworks operations, or for surfacing works.
Other activities such as bridge construction may be granted extension of time for Wet
days if the affected work item is on the critical path.
Ahaura River flows and water levels are not deemed inclement weather and no
extensions of time or associated costs shall be granted for delays due to river
conditions.
New clause 10.3.8 is added as follows:
10.3.8 Where an extension of time granted by the Engineer necessitates sealing activities to
be programmed in the Winter Period, the Engineer may instruct that the Contract be
suspended to avoid the completion of sealing works in the Winter Period. In such a
case the Contractor shall be entitled to only the direct and on-site overhead costs to
maintain the site over the period of suspension. The Engineer may require that the
Contractor apply a temporary holding seal or any other works required to maintain the
site to an acceptable standard. No off-site overheads or profits shall be payable over
this period regardless of the reason for the extension of time.
New clause 10.3.9 is added as follows:
10.3.9 Where no extension of time is granted, the Contractor is responsible for applying a
temporary holding seal or to complete any other works that may be necessary to
maintain the site over the Winter Period, at no additional cost to the contract.
Section 11 DEFECTS LIABILITY
Clause 11.2.3 is deleted and replaced with the following:
11.2.3 The Principal shall be entitled to recover the Cost of the work undertaken by others in
11.2.2 from the Contractor, including all costs and expenses of assessment and
supervision whether by the Engineer or otherwise, and a reasonable allowance for
associated administrative and professional costs and expenses. As soon as practicable
after the completion of the work the Engineer shall notify the Contractor of the work
undertaken and its Cost.
A new clause 11.2.9 is added as follows:
11.2.9 An additional defects notification period equivalent in length to the original defects
notification period shall apply to all works required to be remedied as a defect or
required as a consequence of the remedy of a defect, unless the Engineer agrees
otherwise in writing.

   

Page 22 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 3 – Form of Contractor’s performance


bond

CONTRACT FOR NZTA 2019359, Ahaura Bridge Replacement

THIS DEED is made on

BY

of (‘the Contractor’)

AND

of (‘the surety’)

(Address of surety for service)

IT IS MADE IN THE FOLLOWING CIRCUMSTANCES:


A The Contractor has entered into an agreement with ...............................................................
of ................................................................................................................ (“the Principal”)
to carry out and fulfil the obligations imposed on the Contractor (‘the Contract’).
B The Contract requires the Contractor to provide the Principal with security in the form of a
bond to ensure performance of the Contractor’s obligations under the Contract.
C Words and phrases with capital initial letters that are not otherwise defined in this bond shall
have the meaning set out in the Contract.
BY THIS DEED:
1. THE Contractor and surety are jointly and severally held and bound to the Principal in the
sum of $NZ ............................................................................................................................
and bind themselves, their successors and assigns jointly and severally for the payment of
that sum.

2. THE conditions of this bond are that it shall be released if and when:
(a) A Practical Completion Certificate has been issued for the Contract Works in
accordance with 10.4 of the General Conditions;
(b) The surety receives a notice from the Principal releasing the Contractor and surety
from this bond; or
(c) The surety receives a notice from the Principal confirming that a replacement
Contractor’s Bond has been received and accepted and releasing the Contactor and
surety from this bond.

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

4. THE surety shall not be released from any liability under this bond:
(a) By any alteration in the terms of the Contract;

   

Page 23 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

(b) By any alteration in the extent or nature of the Contract Works to be completed,
delivered, and having defects remedied;
(c) By any allowance of time by the Principal or by the Engineer appointed by the Principal
under the Contract; or
(d) By any forbearance or waiver by the Principal or by the Engineer in respect of any of
the Contractor’s obligations or in respect of any default on the part of the Contractor.

5. THIS bond shall be governed by New Zealand law.

In witness of which this deed has been executed.

SIGNED on behalf of the surety by:

Director

Director

SIGNED on behalf of the Contractor by:

Director

Director

NOTE – This bond shall be executed by the Contractor and by the surety in the manner required for
execution of a deed. Any of these parties which are a company shall execute the bond by having it signed,
under the name of the company, by two or more directors. If there is only one director, it is sufficient if
the bond is signed under the name of the company by that director, but the signature shall be witnessed
by another person. The witness shall not only sign, but shall also add his or her occupation and address.
Alternatively, companies may execute under the power of attorney. Any party which is a body corporate
(other than a company) shall execute in the same manner as a company by persons in a comparable
position to a company director or otherwise in accordance with section 9 of the Property Law Act 2007.
In the case of a party who is an individual, the party shall sign and the signature shall be witnessed by
another person. The witness shall not only sign but must also add his or her occupation and address.

   

Page 24 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 4 – Form of Principal’s bond

This Section Not Used

   

Page 25 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 5 – Form of Contractor’s bond in lieu of


retentions

CONTRACT FOR NZTA 2019359, Ahaura Bridge Replacement

THIS DEED is made on

BY

of (‘the Contractor’)

AND

of (‘the surety’)

(Address of surety for service)

IT IS MADE IN THE FOLLOWING CIRCUMSTANCES:


A The Contractor has entered into an agreement with ...............................................................
of ................................................................................................................ (“the Principal”)
to carry out and fulfil the obligations imposed on the Contractor (‘the Contract’).
B The Contractor has agreed to provide the Principal with security in the form of a bond in lieu
of retentions additional to any other bond required under the Contract.
C Words and phrases with capital initial letters that are not otherwise defined in this bond shall
have the meaning set out in the Contract.
BY THIS DEED:
1. THE Contractor and surety are jointly and severally held and bound to the Principal in the
sum of $NZ ............................................................................................................................
and bind themselves, their successors and assigns jointly and severally for the payment of
that sum.

2. THE conditions of this bond are that it shall be released if and when:
(a) The Final Completion Certificate has been issued for the Contract Works in accordance
with 11.3 of the General Conditions; or
(b) The surety receives a notice from the Principal releasing the Contractor and surety
from this bond.

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

4. THE surety shall not be released from any liability under this bond:
(a) By any alteration in the terms of the Contract;
(b) By any alteration in the extent or nature of the Contract Works to be completed,
delivered, and having defects remedied;

   

Page 26 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

(c) By any allowance of time by the Principal or by the Engineer appointed by the Principal
under the Contract; or
(d) By any forbearance or waiver by the Principal or by the Engineer in respect of any of
the Contractor’s obligations or in respect of any default on the part of the Contractor.

5. THIS bond shall be governed by New Zealand law.

In witness of which this deed has been executed.

SIGNED on behalf of the surety by:

Director

Director

SIGNED on behalf of the Contractor by:

Director

Director

NOTE – This bond shall be executed by the Contractor and by the surety in the manner required for
execution of a deed. Any of these parties which are a company shall execute the bond by having it signed,
under the name of the company, by two or more directors. If there is only one director, it is sufficient if
the bond is signed under the name of the company by that director, but the signature shall be witnessed
by another person. The witness shall not only sign, but shall also add his or her occupation and address.
Alternatively, companies may execute under the power of attorney. Any party which is a body corporate
(other than a company) shall execute in the same manner as a company by persons in a comparable
position to a company director or otherwise in accordance with section 9 of the Property Law Act 2007.
In the case of a party who is an individual, the party shall sign and the signature shall be witnessed by
another person. The witness shall not only sign but must also add his or her occupation and address.

   

Page 27 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 6 – Form of Producer Statement -


Construction

ISSUED BY (Contractor)

TO The NZ Transport Agency (Principal)

IN RESPECT OF (Description of Contract Works


or Separable Portion)

AT

(Address)

has contracted to the NZ Transport Agency

(Contractor) (Principal)

to carry out and complete certain building works in accordance with a Contract titled

NZTA 2019359, Ahaura Bridge Replacement (‘the Contract’)

(Project)

I (Duly Authorised Agent)

A duly authorised representative of (Contractor)

believe on reasonable grounds that (Contractor)

has carried out and completed:


All

Part only as specified in the attached particular of the contract works in accordance with
the Contract

Date

(Signature of Authorised Agent on behalf of)

(Contractor)

(Address)

   

Page 28 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 7 – Information on Contractor


arranged construction insurance
This Section Not Used

   

Page 29 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 8 – Information on Contractor


arranged Plant insurance
To whom it may concern:
From (Name of Insurance Company)

(Branch)

(Address)

We confirm having effected Plant insurance for:


(The Contractor)

In respect of NZTA 2019359, Ahaura Bridge Replacement (Project Title)

Policy wording title is

We advise that special terms, copy attached, have been applied to this policy Yes/No
The following provisions apply:
Annual policy

Project specific policy

Policy expiry date

8.4
The insured are (GST exclusive):
All items of Plant Sum insured $
OR
Valued schedule of construction Plant insured (copy attached)

The policy deductible (GST inclusive) is: $

Policy cover terms included are:

8.2.2 Discretionary cancellation clause Yes/No


8.2.3(a) Reinstatement provision Yes/No

8.2.4 Void ab initio for non-payment of premium without prior notification Yes/No
No settlement delay due to exercise of subrogation Yes/No
We undertake that this policy will not be cancelled or amended by us within the period of
insurance without written advice to the insured party which has arranged the insurances.
The insurance issued is subject to the terms and conditions of the policy. We do not
warrant that this policy complies with the requirements of NZS 3910:2013.

   

Page 30 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Insurance Company
Stamp Date
(Or name of insurance broking company confirming cover)

SIGNED BY

SIGNATORY TITLE
(Clause numbers refer to NZS 3910:2013 and are for information only)

   

Page 31 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 9 – Information on public liability


insurance

   

Page 32 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

   

Page 33 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

   

Page 34 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 10 – Information on Contractor


arranged motor vehicle insurance
To whom it may concern:
From (Name of Insurance Company)

(Branch)

(Address)

We confirm having effected motor fleet insurance for.


(The Contractor)

In respect of NZTA 2019359, Ahaura Bridge Replacement (Project Title)

Policy wording title is

We advise that special terms, copy attached, have been applied to this policy Yes/No
The following provisions apply:
Annual policy

Project specific policy

Policy expiry date

8.5.2
The limits of liability are (GST exclusive):
Section 2 - Liability
For any one occurrence arising out of the same event $
The policy deductibles are:
Section 2 – Liability (GST inclusive) $
Plus under age penalties

8.2
Policy cover terms included are:
Section 2 Liability automatic reinstatement Yes/No
Discretionary cancellation clause Yes/No
Void ab initio for non-payment of premium without prior notification Yes/No

No settlement delay due to exercise of subrogation Yes/No

We undertake that this policy will not be cancelled or amended by us within the period of
insurance without written advice to the insured party which has arranged the insurances.
The insurance issued is subject to the terms and conditions of the policy. We do not
warrant that this policy complies with the requirements of NZS 3910:2013. 

   

Page 35 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Insurance Company
Stamp Date
(Or name of insurance broking company confirming cover)

SIGNED BY

SIGNATORY TITLE
(Clause numbers refer to NZS 3910:2013 and are for information only)

   

Page 36 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 11 – Information on Contractor


arranged professional indemnity insurance
To whom it may concern:
From (Name of Insurance Company)

(Branch)

(Address)

We confirm having effected professional indemnity insurance for.


(The Contractor)

In respect of NZTA 2019359, Ahaura Bridge Replacement (Project Title)

Policy wording title is

We advise that special terms, copy attached, have been applied to this policy Yes/No
The following provisions apply:
Annual policy

Project specific policy

Policy expiry date

8.6.1
The limits of liability are (GST exclusive): $ any one occurrence
in the aggregate
during the period of
$ insurance
Deductible (GST inclusive) $

We undertake that this policy will not be cancelled or amended by us within the period of
insurance without written advice to the insured party which has arranged the insurances.
The insurance issued is subject to the terms and conditions of the policy. We do not
warrant that this policy complies with the requirements of NZS 3910:2013.

Insurance Company
Stamp Date
(Or name of insurance broking company confirming cover)

SIGNED BY

SIGNATORY TITLE
(Clause numbers refer to NZS 3910:2013 and are for information only)

   

Page 37 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 12 – Information on Principal


arranged construction insurance

   

Page 38 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

   

Page 39 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

   

Page 40 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

   

Page 41 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

   

Page 42 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 13 – Form of Contract (or


Subcontractor) warranty
This Section Not Used

   

Page 43 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 14 – Agreement for off-site


Materials
This Section Not Used

   

Page 44 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 15 – Practical Completion Certificate


This Practical Completion Certificate is issued under 10.4.3(a) or 10.4.4.
Contract for NZTA 2019359, Ahaura Bridge Replacement

Principal The NZ Transport Agency a Crown entity, established on 1 (‘the Principal’)


August 2008 by Section 93 of the Land Transport
Management Act 2003
Contractor (‘the Contractor’)

This certificate relates to:


(a) The whole of the Contract Works referred to above;

(b) The following Separable Portion (specify)

Receipt of the Contractor’s notice dated .............................................. and issued in


accordance with 10.4.2 is acknowledged.

In accordance with 10.4.3(a) or 10.4.4 (select one), the Engineer certifies that the
Contract Works or Separable Portion to which this certificate relates qualify for a Practical
Completion Certificate under 10.4, notwithstanding that there may be minor omissions
and/or minor defects (as listed in the attached schedule) which satisfy the criteria in
10.4.1 (a), (b), and (c).

The Contractor is required to remedy all of the listed omissions or defects within the period
stated in the attached schedule against the relevant omission or defect, or at the latest
within ........... Working Days of the date of this certificate.

Practical Completion was achieved


on (insert date) at (insert time)

Signed by the Engineer

Name

Date

SCHEDULE
The following omissions and/or defects have been assessed as being of a minor nature
satisfying the criteria in 10.4.1(a), (b), and (c) and were identified during an inspection
carried out by the Engineer or Engineer’s Representative on .............................. (insert date)

(list minor omissions and defects)

   

Page 45 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 16 – Final Completion Certificate


This certificate is a Final Completion Certificate issued under 11.3.1.
Contract for NZTA 2019359, Ahaura Bridge Replacement

Principal The NZ Transport Agency a Crown entity, established on 1 (‘the Principal’)


August 2008 by Section 93 of the Land Transport
Management Act 2003
Contractor (‘the Contractor’)

In accordance with 11.3.1, the Engineer certifies that the Contract Works or Separable
Portion to which this certificate relates qualify for a Final Completion Certificate issued
under 11.3
on (insert date) at (insert time)

Signed by the Engineer

Name

Date

   

Page 46 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

Schedule 17 – Cost fluctuations


Contract for: NZTA 2019359, Ahaura Bridge Replacement
1 The provisions of this Schedule shall apply when provided for in the Special
Conditions.
2 Subject to the remainder of this Schedule, the amounts payable by the Principal to the
Contractor under the Contract shall be adjusted up or down by amounts calculated in
accordance with the following formula:

 a(W - W ) b(G - G) c(B - B) d(T - T ) e(R - R) f(F - F ) 


C =V + + + + +
 W G B T R F  
Where: The sum given by the equation in square brackets shall be rounded to
four decimal places before 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 under consideration, without deduction of retentions
and excluding the Cost Fluctuation adjustment.
W = Labour Index - published by Statistics New Zealand for the quarter
under consideration (Index reference LCIQ.SE53Z9)
G = Producers Price Index Inputs - Non-Metallic mineral product
manufacturing, published by Statistics New Zealand for the quarter under
consideration (Index reference PPIQ.SQNCC6100)
B = Producers Price Index Inputs - Construction, published by Statistics
New Zealand for the quarter under consideration (Index reference
PPIQ.SQNEE0000)
T = Producers Price Index Inputs –Transport, postal and warehousing,
published by Statistics New Zealand for the quarter under consideration
(Index reference PPIQ.SQNII0000)
R = Producers Price Index Inputs - Road Transport, published by
Statistics New Zealand for the quarter under consideration (Index
reference PPIQ.SQNII1100)
F = All Farming Inputs Price Index - Fuel and oil published by Statistics
New Zealand for the quarter under consideration (Index reference
FPIQ.SI9J)
W’, G’, B’, T’, R’, F’ = As defined for W, G, B, T, R, F respectively, but applying
for the quarter during which tenders close.
a, b, c, d, e, f = The proportions of inputs W, G, B, T, R, F respectively in
the Contract.

   

Page 47 of 48
SM031 Issue 15: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     

Contract No: NZTA 2019359 Conditions of Contract


CC1 

3 The proportions of each input, represented by a, b, c, d, e and f in Clause 2, shall be


as specified in the table below

PROPORTION OF EACH INPUT


Transport Construction Transport, Road Fuel and Oil Labour Non-Metallic
Agency Index postal and Transport Mineral Product
warehousing Manufacturing

c d e f a b

Construction 0.20 0.05 0.05 0.10 0.40 0.20

4 Cost fluctuation provisions shall be applied from the commencement of the contract
period.
5 Construction Cost Fluctuations are:
 Calculated on a quarterly basis in accordance with this section.
 Payment claims for cost fluctuation adjustments may be submitted each month.
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 advances shall 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 inputs specified.
8 The Contractor shall not be entitled to claim or have deducted any Cost fluctuation
adjustment for any further changes in indices which occur after the Due Date for
Completion of the Contract.
9 The indices to be used in the calculation of the cost fluctuation in Clause 2 shall be
those first published by Statistics New Zealand for the appropriate quarter.
10 Where indices for the quarter have not yet been published, interim payments shall be
made on the basis of the indices for the most recent quarter for which indices
available. A correction to the interim monthly payment will be made following the
publication of the applicable indices and will be processed with subsequent progress
payments.
11 If at any time any of the indices referred to in Clause 2 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 as
determined by the Engineer.

   

Page 48 of 48
SM031 Issue 15: March 2017
Project Specification

Ahaura Bridge Replacement


NZTA Contract No. NZTA 2019359
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

This page is to be left blank.

   

SM031 App A6 Trial 5: March 2017


Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

CONTENTS
  Contract works 8 
1.1  Introduction 8 
1.2  Scope 8 
1.3  Description of the Contract Works 8 

  Preliminary and general 11 


2.1  Definitions 11 
2.2  Standards and Specifications 11 
2.3  Provision of Information – Quality File 12 
2.4  Temporary Works 12 
2.5  Hours of Work 12 
2.6  Publicity and Public Relations 12 
2.7  Contractors Establishment 13 
2.8  Oblique Aerial Photography 14 
2.9  Video Recording 14 
2.10  Utility Services 14 
2.11  Archaeological Sites (Archaeological Discovery Procedures) 15 
2.12  Partnering 15 
2.13  Risk Management 16 
2.14  Performance Evaluation 16 
2.15  Contract Management Reviews 16 
2.16  Communication and Correspondence 16 
2.17  Post Construction Value Review 16 

  Contract plan 18 


3.1  General 18 
3.2  Contractor’s Personnel 19 
3.3  Quality Management System 20 
3.4  Quality Management Plan (QMP) 20 
3.5  Materials 21 
3.6  Sampling and Testing 22 
3.7  Non-Compliance 23 
3.8  Condemned Materials and Structures 23 
3.9  Risk Management Plan 23 

   

Page 1 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

  Contractor’s programmes 24 


4.1  Contract Programme 24 
4.2  Programming Constraints 24 

  Contractor’s reports 31 


5.1  Progress Reporting 31 
5.2  Meetings 32 
5.3  Final Report 33 
5.4  Reporting Deliverables 33 

  Health and Safety 34 


6.1  Health and Safety 34 
6.2  Health and Safety Management Plan (HSMP) 36 

  Traffic management 38 


7.1  General 38 
7.2  Traffic Control Plan 38 
7.3  Specific Site Requirements 38 

  Statutory approvals 39 


8.1  Designations 39 
8.2  Resource Consents 39 
8.3  Building Consents 41 
8.4  Other Statutory Approvals 41 
8.5  Contractor’s Obligations 41 

  Environmental management 43 


9.1  Contractor’s Environmental And Social Management Plan 43 
9.2  Dust Control Plan 44 
9.3  Erosion and Sediment Control 45 
9.4  Construction Noise Management Plan 46 
9.5  Construction Vibration Management Plan 47 
9.6  Bridge Construction and Demolition management 47 
9.7  Contaminated Land Management Plan 49 
9.8  Project Ecology 49 

  Customer management 51 


10.1  General 51 
10.2  Contractor’s Customer And Stakeholder Communication Management Plan 51 

  Site information 54 

   

Page 2 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

11.1  Site Limits 54 


11.2  Access to the Site 54 
11.3  Public and Private Roads and Accesses 55 
11.4  Dump and stockpile Sites 55 
11.5  Utilities Contractors 55 
11.6  Survey Information 55 
11.7  Geotechnical Information 56 
11.8  Contaminated Material 56 
11.9  Historic Fruit Trees 57 

  As-built requirements 59 


12.1  Introduction 59 
12.2  As-Built Drawings 59 
12.3  Bridge Data System Input Forms 61 
12.4  Construction Report 62 
12.5  Data Sheets 63 
12.6  Road Assessment and Maintenance Management (RAMM) Inspections and
Database 64 

  Maintenance requirements 65 


13.1  Maintenance Responsibilities 65 

  Technical requirements 66 


14.1  General 66 
14.2  Roughness 66 
14.3  Skid Resistance 66 
14.4  Graffiti Guard 66 
14.5  Concrete 67 
14.6  Bridge Construction 67 
14.7  Guardrail Certification 67 
14.8  Practical Completion 67 

  Earthworks 68 
15.1  Extent of works 68 
15.2  Relevant codes and standards 68 
15.3  Geotechnical information 68 
15.4  Materials 68 
15.5  Construction 72 
15.6  Inspections and Testing Requirements 75 

   

Page 3 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

15.7  Hold points and response times 76 

  Domestic well decommission 78 


16.1  Decommission Existing Domestic Well 78 

  KiwiRail works 80 


17.1  Definitions 80 
17.2  Scope 80 
17.3  Key Contact Numbers 80 
17.4  Roles and responsibilities 81 
17.5  KiwiRail Costs 82 
17.6  Working within the Vicinity of the Railway 84 
17.7  Specific Work Process 84 
17.8  Methodology and Rail Safety Plan 85 
17.9  Training 85 
17.10  Temporary Speed Restrictions (TSR) - Trains 85 
17.11  Train Timetable 86 
17.12  Ballast 86 

  Stormwater drainage 87 


18.1  Scope 87 
18.2  Relevant Standards, Guidelines and Specifications 87 
18.3  Hold Points 87 
18.4  Setting Out 87 
18.5  Dewatering 88 
18.6  Environmental Compliance 88 
18.7  Materials 88 
18.8  Pipes 90 
18.9  Manholes 92 
18.10  Sumps / Catch-Pits 93 
18.11  Headwalls 93 
18.12  Geo-textiles and Filter Cloths 94 
18.13  Channels/Swales 94 
18.14  Stormwater Basin 95 
18.15  Rip Rap 100 
18.16  Ahaura Stream and Farm Drain Realignments 103 
18.17  Inspection and Testing 104 
18.18  As-Built Data 105 

   

Page 4 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

  Pavement and surfacing 106 


19.1  General 106 
19.2  Subgrade and Undercut 106 
19.3  Subbase 107 
19.4  Basecourse 108 
19.5  Benkelman beam tests 108 
19.6  Preparation for surfacing 108 
19.7  Roughness and Skid Resistance 109 
19.8  AC Bridge deck surfacing 109 
19.9  AC Pavement Surfacing 109 
19.10  Unsealed Pavements 109 

  Safety barriers 112 


20.1  General 112 
20.2  Rigid Concrete Barriers 112 

  Traffic services 113 


21.1  Road marking 113 
21.2  Edge Marker Posts 114 
21.3  Bridge / Culvert Markers 114 
21.4  route position markers 115 
21.5  raised reflective pavement markers 115 
21.6  Traffic signs 116 
21.7  Electronic Speed Indication Device 117 

  Utilities and street lighting 118 


22.1  General 118 
22.2  Programming 119 
22.3  Responsibilities 120 
22.4  Utilities Trenching Requirements 121 
22.5  Utilities Road Crossings 122 
22.6  Utilities As-built Information 122 
22.7  Street Lighting Scope 123 
22.8  Street Lighting Standards, specifications and codes 123 
22.9  New Street Lighting columns and outreach arms 123 
22.10  Street Lighting Luminaire and lamps 124 
22.11  Street Lighting Conductors, wires and cables 124 
22.12  Street LIghting Testing, commissioning and documentation 124 

   

Page 5 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

22.13  Street Lighting AS-Built Information 124 

  Contaminated land 125 


23.1  General 125 
23.2  Sheep Dip Site 125 
23.3  Landfill Site 126 
23.4  Accidental Discovery Protocol – Contaminants in Soil 127 

  Fences and gates 129 


24.1  General 129 
24.2  Post & Netting and 7 Wire & Batten Fences 130 
24.3  Timber post and Rail Fence 130 
24.4  Farm Gates 130 
24.5  Swale Flood Gates 131 
24.6  Fall Protection Safety Fence 131 

  Bridge 132 
25.1  Scope of Work 132 
25.2  Standards, Specifications and Codes 132 
25.3  Materials 134 
25.4  Construction - General 145 
25.5  Substructure Construction 154 
25.6  Superstructure Construction 159 
25.7  Ancillary Items 161 

  Retaining wall 165 


26.1  Scope of Works 165 
26.2  Materials and Fabrication 165 
26.3  Clearing of Site 165 
26.4  Excavation 165 
26.5  Wall Construction 166 
26.6  Backfilling 166 

  Bridge deconstruction 168 


27.1  General 168 
27.2  Contaminated materials 168 
27.3  Removal of Existing Superstructure 169 
27.4  Removal of Existing Substructure 169 

  Scour protection 170 


28.1  Rip-Rap Rock 170 

   

Page 6 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

28.2  Placement Of Scour Protection Materials 172 

  Landscaping 175 
29.1  General 175 
29.2  Quality Control, INspections and Reporting 175 
29.3  Site Preparation 175 
29.4  Plant Pest Control and Animal Pest Control 175 
29.5  Plant Propagation 175 
29.6  Topsoil Supply 175 
29.7  Planting 176 
29.8  Grassed Surfaces 176 
29.9  Hydro-Seeding Grassed Surfaces 176 
29.10  Defects Liability and Maintenance Period 176 
29.11  Historic Fruit Trees 176 

APPENDICES

I Statutory Approvals
II Archaeological Requirements
III Geotechnical Information
IV Known Hazards
V PPE Minimum Requirement
VI Risk and Safety in Design Registers
VII KiwiRail Requirements
VIII Schedule of Maintenance Responsibilities (PSF 15)
IX Draft NZTA M4 & M10 Specifications
X Contaminated Land Information
XI Electronic Speed Indication Device
XII Formwork and Falsework Certificate Templates
XIII Consultant’s Standard Technical Specifications
XIV Existing SH7 Bridge Information

   

Page 7 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Contract works
1.1 INTRODUCTION
This Project Specification describes the Principal’s requirements for the construction,
completion and correction of defects of the Contract Works.
The Contractor shall be responsible for the construction, completion and correction of
defects of the Contract Works in line with, and so as to meet all requirements and
provisions of this Project Specification.
Unless otherwise described, all statements refer to the whole of the Contract Works.

1.2 SCOPE
The Scope of this contract is as described below:

This contract is for the construction of a replacement bridge over the Ahaura River
and associated realigned section of State Highway 7 approximately 35 km North East
of Greymouth, between RP 224/14.7 and 239/0.7.

The works includes the construction of a new 2 lane bridge spanning the Ahaura
River, earthworks and embankment construction, utility diversions, drainage,
pavement and surfacing construction, vehicle and pedestrian barriers, signage,
retaining walls, landscaping, and the deconstruction and removal of the existing
single-lane bridge.

The new bridge is located downstream from the existing road bridge near to the
existing Railway bridge.

1.3 DESCRIPTION OF THE CONTRACT WORKS


The Contract Works shall comprise the works described within the various Contract
Documents including without limitation:
a) Construction of a new two traffic lane bridge and a pedestrian path on the upstream
side of the bridge with concrete traffic barriers and pedestrian handrail barrier
b) The reinforced concrete bridge is:
i. 218 metres long
ii. seven spans each comprising 5No. 30 metre long prestressed Super T beams
(1,225mm deep beams) with an insitu concrete deck
iii. 6 No. piers each comprise 2No. 1,800mm diameter cylinders with permanent
steel casing and 2No. 1,200mm diameter pier columns
iv. two abutments each comprise 2No. 1,200mm diameter cylinders with
permanent steel casing
c) Working in the Ahaura river bed including the wetted channel
d) Demolition and removal of the existing single-lane bridge including liaison with
Ahaura Community Trust to effect donation of existing timber stringers
e) Retaining wall construction consisting of gabion baskets and Terramesh panels

   

Page 8 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

f) Construction of new and modification of existing stormwater drainage systems


including kerb and channel, sumps, manholes, pipes, culverts, swales and basins
g) The permanent diversion of the Ahaura Stream which currently traverses the
southern approach. These works include ecological requirements (fishing and
relocation of aquatic life) during the diversion works
h) Programming, management and providing resources for site archaeological
investigations during site clearing and topsoil stripping
i) Earthworks including clearing the site of vegetation, fences, stripping topsoil to
stockpile for landscaping reuse and bulk imported compacted granular fill
embankments.
j) Contaminated material handling including:
 stripping, stockpiling and on-site encapsulation of topsoil contaminated from
the operation of a historic sheep dip (Arsenic Contamination)
 Historic landfill excavation and removal to off-site licenced landfill
k) Dewatering for earthworks, drainage construction, stream diversions etc
l) Subgrade improvements consisting of excavation of unsuitable material, including
buried organic material (buried trees) to off-site dump and backfill with imported
compacted granular fill
m) KiwiRail Railway corridor works including level crossing construction and
embankment filling
n) Unbound granular pavement construction, chip seal and AC surfacing, and unsealed
pavement construction
o) Property access construction including drop crossings, AC residential and
commercial driveway crossing construction
p) Guardrail (Thrie Beam and W-section) construction and connections to concrete
bridge barriers
q) Traffic services including pavement markings, pedestrian refuges, electronic “Your
Speed” sign, traffic signs including threshold signage
r) Construction and installation of fences and gates
s) Management and co-ordination of utilities providers (incl. street lighting upgrade)
t) Utility diversions, modification and additions including trenching, ducting and
chamber installation
u) Streetlight upgrade including electrical cable installation, new streetlight pole
installation and amendments to existing street lighting to be completed by
Electronet as part of the electrical diversion and modification works
v) Landscaping including topsoiling, grassing, mulching, mass embankment and
swale/wetland planting
w) Environmental controls, management and compliance with statutory approvals and
consent conditions
x) Community engagement, public interface and liaison, maintaining river and
property access

   

Page 9 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

y) Domestic water bore decommissioning

z) Temporary traffic management


aa) Maintenance of construction works and existing roads, street furniture and other
associated features throughout the project area
The above list summarises work that is included in the contract. It is provided for general
information only, and is not necessarily a complete list of all the requirements.
The Contractor should note that descriptions of general and technical requirements above
do not include numerous items of work, particularly minor items.

   

Page 10 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Preliminary and general


2.1 DEFINITIONS
All the definitions in the General Conditions of Contract NZS 3910:2013 shall apply, plus
the following:
ARCHAEOLOGICAL SITE is defined in section 6 of the Heritage New Zealand Pohere
Taonga Act 2014. In terms of this definition, a site could include an object or material.
CUSTOMER means every person or community affected or influenced by the Contract
Works.
DESIGNATION is as defined in the Resource Management Act 1991 and any subsequent
amendments.
DISCOVERY AREA means an area around discovered archaeological material that:
a) the Project Archaeologist, or Heritage New Zealand in consultation with identified
Māori stakeholders considers has a high probability of containing Archaeological
Sites, Koiwi or Taonga similar to those already discovered, and that warrants careful
consideration; and/or
b) the Contractor determines is necessary as a safety buffer zone separating those
investigating Archaeological Sites or retrieving Koiwi or Taonga, from those carrying
out other construction and/or maintenance activities, so as to provide an acceptable
level of safety to all persons, and ensure the protection of the area and all material
contained within.
KOIWI means human skeletal remains of any race.
SCOPE means the project’s principal purpose(s) and services(s) to users as outlined in the
Tender Documents.
TAONGA means an object that:
a) relates to Māori culture, history, or society; and
b) was or appears to have been:
i) manufactured or modified in New Zealand by Māori; or
ii) brought into New Zealand by Māori; or
iii) used by Māori; and
c) Is more than 50 years old

2.2 STANDARDS AND SPECIFICATIONS


Subject to the other requirements of the contract, the Contract Works including the
Materials and workmanship shall comply with the Transport Agency Specifications and
Notes and Minimum Standards, current on the date tenders closed. Any references to the
basis of measurement and payment and maintenance period contained within the
Transport Agency Specifications and Notes shall not apply.
The Contract Works shall also comply with any standards published, adopted or endorsed
by Standards New Zealand that apply to the type and nature of the work current at the
close of tenders.

   

Page 11 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

2.3 PROVISION OF INFORMATION – QUALITY FILE


Unless specifically allowed elsewhere in this Project Specification or agreed otherwise in
writing with the Principal, the Contractor’s Quality File shall hold all contract
documentation, statements, certificates, submissions, quality assurance information and
the like used by the Contractor and submitted to the to the Engineer and the Principal, to
show that the contract works have been completed in accordance with the Specification.
The Contractor’s Quality File shall be in agreed digital format, accessible at all times to
the Contractor, Engineer and the Principal. All records shall be dated and include a
unique numbering system, which shall be established and agreed with the Engineer with
the QMP.
At the end of the contract, the complete digital quality file record will remain with the
Principal.

2.4 TEMPORARY WORKS


The Contractor shall be solely responsible for the sufficiency, stability and safety of all
temporary works and their care, in accordance with Clause 5.6 of the General Conditions
of Contract.

2.5 HOURS OF WORK


Unless otherwise approved in writing by the Engineer, no work (except for emergency
work authorised in writing by the Engineer) shall be permitted between the following
periods:
a) 7:00 p.m. to 7:00 a.m. Monday to Saturday inclusive
b) 7:00 p.m. Saturday to 7:00 a.m. Monday
c) The hours of darkness, as defined below
d) Good Friday to Easter Monday inclusive
e) The Friday immediately before Christmas Day to the 1st working day in the New Year
f) New Zealand Public Holidays (including Westland Anniversary Day)
g) Half day before and half day after New Zealand Public Holidays.
The hours of darkness shall be between 30 minutes before official sunset and 30 minutes
after official sunrise, or where there is insufficient light for a person to be clearly visible at
100 metres.
Where major sporting or cultural events are expected to generate additional traffic
volumes, the Contractor shall co-operate with the Principal, the Engineer and New Zealand
Police to ensure traffic flows through the Contract Works.

2.6 PUBLICITY AND PUBLIC RELATIONS


The Contractor shall not make any public communication or announcement at any time to
any third party, including any section of the media, about the contract or the project
without gaining written approval from the Principal beforehand.
The Contractor shall only release information or detail of the Contract Documents “In
Confidence” to those who have a legitimate need to know or whom they need to consult
to carry out the Contract Works.

   

Page 12 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor may not erect promotional or publicity signage on any part of the Site
without gaining written approval of the Engineer beforehand.
The Contractor shall provide input (such as construction programmes, description of
construction activities, key personnel profiles and contact details, photographs, etc) for
the Principal’s quarterly newsletter, Project Brochures, media releases and any other
publications as and when requested by the Engineer or Principal. The publications will be
prepared by the Principal with the help of the Contractor and distributed by the
Contractor. Publications will likely be prepared to coincide with the start of major
construction phases, key milestones and matters of public interest. The information will
also be provided for public access by the Principal on their website(s).
The Contractor shall undertake the following monitoring of and reporting on project
communications;
Maintain a register of all oral and written communications with key stakeholders and
members of the public and publishing a copy in each monthly report.
Record in the register all the actions taken in response to any complaints or requests
for information.

2.7 CONTRACTORS ESTABLISHMENT


The Principal (NZTA) is prepared to offer the Contractor the use of the existing residential
dwelling, grounds and associated outbuildings at No. 3329B SH7 (Camp Street – ex.
Pickering Property) for the duration of the Contract as outlined in section 11.1.2 of this
project specification.
The Contractor shall arrange for electric power supply for their site offices with the
Controlling Electrical Supply Authority. The Contractor shall pay all costs for erecting and
removing the supply line and for power used directly to that Authority.
The Contractor shall make its own arrangements and pay all costs for the supply of water.
The Contractor shall provide sanitary facilities, and other buildings for their use. The
Contractor shall obtain permits for these facilities and/or buildings from the relevant
Authority. All costs shall be at the Contractor's own expense.
The Contractor shall provide communications (telephone, internet connection) including
video conferencing facilities on site at its own expense.
The Contractor shall provide a shared access meeting room with booking system as
detailed below for the use of the Contractor, Principal and Engineer for the duration of the
contract
Contain a meeting table and padded meeting chairs of sufficient size for at least 12
people
Include a wall mounted white board with a minimum size of 2.4m x 1.2m
Heating and air conditioning
Power outlets for projection equipment
The Contractor is to remove all temporary services for electric power, communications,
water, temporary buildings, fencing and barriers on completion of the work at their own
cost.
Construction information signs shall be installed by the Contractor at its cost at each end
of the various sites on the state highway and on entry to the site from side roads (other
   

Page 13 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

than no exit side roads). These signs will be placed in clear view of traffic in positions
agreed by the Engineer. The format, layout and size of the sign shall be as shown in the
Transport Agency’s Visual Identity Style Guidelines.
The Contractor shall submit a proof of the exact wording and layout of the signs to the
Engineer before they are produced.

2.8 OBLIQUE AERIAL PHOTOGRAPHY


The Contractor shall photograph the whole project extents, using such methods as “blimp”
photography, to provide oblique aerial photographs clear enough to show all construction
features.
The Contractor shall provide one CD-ROM set of digital images, one set of photographs
with the main line generally centrally located. The photographs shall be submitted within
10 days after the completion of each flight. The photographs shall be labelled on the
reverse side with the state highway number project name, station to station length, scale,
and date of photography.
The oblique aerial photographs shall be taken:
 Before construction works commence,
 At monthly intervals for the duration of the contract,
 On completion of construction works,
 To supply consistency of views for each location,
 With a digital file specification of 400dpi and approximately 4 MB image

2.9 VIDEO RECORDING


Before any work begins, the Contractor shall engage a professional video production
company to record the condition of the following roads, tracks, driveways and corridors.
Two copies shall be submitted to the Engineer.
Videos shall be taken in each direction (i.e. 2 videos to be provided per road, track,
driveway and corridor.

TABLE 2.9: REQUIRED VIDEO SURVEY

ROAD EXTENT OF VIDEO SURVEY

SH7 100 m beyond the extent of works in either direction


and 50 m beyond each side road

River access routes (north Full extent of access routes from SH7 to the riverbed
and south banks)

Ex. Pickering property access From the driveway intersection with SH7 and the
driveway (north approach) residential house

Railway Corridor From 100 m south of the proposed level crossing to


the southern abutment of the Ahaura Railway Bridge

2.10 UTILITY SERVICES


The Drawings show the positions of existing utility services as obtained from each service
authority during the design period, which may now be outdated. The plan positions of
   

Page 14 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

services are indicative only and no information is provided as to depth or details of the
service. There may be other services not shown on the plans. The Contractor should
note that some services may have been relocated prior to commencement.
The Contractor shall protect all existing utilities services until they are fully relocated
diverted and re-commissioned. Where utilities services are to remain in their current
position and incorporated into the final works the Contractor shall ensure these services
are fully protected from construction activities. The Contractor shall be fully responsible
for any damage caused by construction activities or the failure of the Contractor to fully
protect the utility service.
The Contractor shall be responsible for updating the service plans and locating all
services prior to construction.
The Contractor is responsible for the management of all service relocations required for
the project. The Contractor shall ensure that services are laid parallel to the roadways, as
close to the boundary as possible and not less than 2.0m from the edge of seal. All
crossings shall be at right angles to the road centreline and ducted. Ducts shall extend
out from the edge of seal for a minimum of 2.0m.
The Contractor shall co-operate with the utility authorities during any works and shall
allow for any delay or interruption to the construction programme necessitated by the
relocation of services. The Contractor shall provide appropriate Traffic Management for
the service authorities while these service relocations are taking place.
the Contractor shall liaise directly with the service authorities to confirm the timing of the
relocations to integrate into the Contractor’s programme.
The Contractor shall re-level, relocate & reinstate all utility valve and service box
chambers, frames, manholes, lids and the like to the final finished levels.

2.11 ARCHAEOLOGICAL SITES (ARCHAEOLOGICAL DISCOVERY


PROCEDURES)
The Contractor shall refer to specific Archaeological Investigation requirements detailed
in Section 4.2.1(c) of this project specification that shall be completed.
All work shall be undertaken in accordance with the approved Archaeological Site
Management Plan (refer Appendix II) and Section 4.2.1 (c).
If any material is discovered that could be an Archaeological Site, Koiwi and/or Taonga, all
work in the Discovery Area shall stop and the Contractor shall notify the Engineer and the
project Archaeologist immediately. Following the discovery, the Contractor shall be
directed by the Engineer in accordance with the Archaeological Site Management Plan and
the Archaeological Discovery protocol (Refer Appendix II) for the contract.
The project Archaeologist shall be supplied by the Principal (NZTA).

2.12 PARTNERING
NZTA wishes to encourage a co-operation between the Principal, Contractor, Engineer and
other stakeholders. A formalised agreement amongst parties will drive a working
relationship rather than a purely contractual one.
At the monthly contract meetings, all parties will discuss the project Risk and Value
Management. This will help all parties to manage or foretell future risk and value
concerns that may arise over the life of the contract.

   

Page 15 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

2.13 RISK MANAGEMENT


The Contractor shall liaise with the Consultant to facilitate fulfilment of the Consultant’s
contractual obligations to the Principal to conduct risk management in accordance with
the Transport Agency’s Minimum Standard Z/44 – Risk Management.
A register of risks identified to date is included in Appendix VI.

2.14 PERFORMANCE EVALUATION


The Principal is gathering Contractor and Consultant performance data for this contract,
to be used for the future evaluation of the Track Record non-price attribute.
The Contractor shall participate in evaluation of the Contractor’s performance on this
contract, in accordance with the Transport Agency’s Minimum Standard Z/11 -
Performance Evaluation.

2.15 CONTRACT MANAGEMENT REVIEWS


The Principal engages an independent party to systematically and objectively examine its
supplier’s compliance with formal contracts requirements, the specified quality
requirements and approved quality plans.
The Contractor shall participate in any such reviews of the contract and shall make
available all facilities, documentation, records and personnel, including those of
subcontractors, that are reasonably required to undertake the review.

2.16 COMMUNICATION AND CORRESPONDENCE


All written communications and correspondence between the Contractor and Engineer
during the contract shall be via email.
Only Notices to Contractor (NTC) and Notices to the Engineer (NTE) shall be used with a
unique sequential number for tracking and referencing.
The use of Contractor communication and correspondence management systems such as
Aconex etc shall not be permitted.

2.17 POST CONSTRUCTION VALUE REVIEW


Following Practical Completion, and within one month of agreeing the final account for
this project, the Contractor shall work with the Engineer to establish the project value-for-
money criteria. This shall include providing the following project cost information, and
may include further analysis agreed between the Engineer and the Contractor.

TABLE 2.17: PROJECT COST INFORMATION

ITEM DESCRIPTION QTY UNIT COMPOSITE AMOUNT


RATE

1 Development (Non Construction


Costs)1

1.1 Investigation and reporting %

1.2 Detailed Design %

   

Page 16 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 2.17: PROJECT COST INFORMATION

ITEM DESCRIPTION QTY UNIT COMPOSITE AMOUNT


RATE

1.3 MS&QA %

Development Total (subTotal)

2 Construction

2.1 Environmental Management and km


Monitoring

2.2 Earthworks m3

2.3 Ground Improvements km

2.4 Drainage and Stormwater km

2.5 Pavement and Surfacing m2

2.6 Bridge (s) m2

2.7 Noise Mitigation km

2.8 Retaining Walls m2

2.8 Traffic Services km

2.10 Service Relocations km

2.11 Urban Design and Landscaping km

2.12 Traffic management km

Construction excluding P&G (subTotal)

2.12 Preliminaries and General %

Construction Costs including P&G Total

3 Extraordinary Project Costs

3.1 Abnormal costs (to be detailed in %


full)

Extraordinary Project Costs (subTotal)

Project Total (this amount is Final Account Value for Contract)

1
Development costs exclude land purchase. This information to be obtained from WSP Opus
Property Team.

   

Page 17 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Contract plan
3.1 GENERAL
The Contractor shall prepare an all-encompassing Contract Plan (CP) to meet all statutory
and Principal’s requirements. The CP shall clearly demonstrate an organisation level
based, accredited, integrated working system and strategic-level framework for the
management, planning and execution of the contract.
Such details shall include:
a) Contract name, specified objectives and outcomes
b) Policy statements on health and safety, quality and risk management
c) Policy statements on customer and stakeholder communication, environmental and
social management
d) Contract team organisation and Key Personnel
e) Contractor and sub-contractor work management systems, specifically for
communication, information transfer and lessons learnt migration
f) Succession planning for the Key Personnel outlined in the Tender.
The CP shall include the following management plans:
a) Health and Safety Management Plan (HSMP)
b) Quality Management Plan (QMP)
c) Risk Management Plan (RMP)
d) Customer and Stakeholder Communication Management Plan (CSCMP)
e) Environmental and Social Management Plan (ESMP)
f) Railway Management Plan (RMP) – Refer Section 17 of this project specification
g) Traffic Control Plan (TCP)
The Principal recognises the initial effort needed to setup the physical works presence,
processes and plant for contracts involving physical works. The CP shall be set up and
accepted by the Engineer prior to any works commencing on site.
The Contractor’s CP, and associated HSMP (TCP), QMP and RMP shall be in place prior to
physical works commencing on site. Ongoing review by both the Contractor and Engineer
shall not prevent the plans becoming operative.
The Quality File (including the agreed Inspection and Testing Schedule (ITS), refer 3.4.3)
shall be in place prior to any works commencing on site, in accordance with the QMP.
The ESMP and CSCMP shall be in place within two weeks of Contract Award and prior to
physical works commencing on site. The Contractor shall programme the preparation and
submission of the ESMP to ensure the statutory timeframes are met, in particular,
submission of the ESMP to the Consent Authority at least ten working days prior to the
commencement of the construction activities. To meet the statutory timeframes the
Contractor shall programme a review period by the Engineer, of at least 5 working days,
and sufficient time for updates and subsequent submission following the Engineer’s
review prior to the statutory timeframe.

   

Page 18 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Should the Contractor fail to meet these management plan timing requirements, all work
on site must stop, and only recommence with the Engineer’s approval.
The Contractor shall regularly review the appropriateness of all management plans and
maintain an up to date copy on the Quality File at all times. Notification of all changes
shall be continuously documented at the front of each management plan.

3.2 CONTRACTOR’S PERSONNEL


The Contractor’s CP shall include the details of the following key personnel who are to be
employed on the Contract Works:

Contract Director Senior Representative from the Contractor’s


Organisation. Responsible for the overall
management of the Contract Works. Typically
not based on site.

Contractor’s Representative Refer Clause 5.2 of the General Conditions of


Contract. The CR is responsible for the day to
day management of the contract, preparing
and then ensuring the effective maintenance
and operation of the Contract Plan (CP).

Stakeholder Engagement Responsible for liaising and maintaining


Manager working relationships with local community
and stakeholders during construction

Quality Manager Does not have line management


responsibilities for carrying out any works
associated with the contract. Has the
delegated authority to lead the Contractor’s
delivery of the QMP and to authorise actions
required to enable the Contractor to deliver
quality across the contract

Environmental Manager Does not have line management


responsibilities for carrying out any works
associated with the contract. Responsible for
ensuring compliance with the Contractor’s
Environmental and Social Management Plan
(ESMP), all District and Regional Plan
requirements, and any conditions relating to
designations, outline plans, resource consents,
archaeological authorities, and concessions.
The Environmental Manager is also responsible
for reporting to the Transport Agency and
liaising with Regional and District Councils and
Department of Conservation in respect of
social and environmental matters, managing
environmental monitoring, and managing
complaints.

   

Page 19 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Health and Safety Manager Does not have line management


responsibilities for carrying out any works
associated with the contract. Has the
delegated authority to lead the Contractor’s
delivery of the HSMP, and to authorise actions
required to enable the Contractor to deliver
the expected Zero Harm outcomes in the
contract

Risk Manager Does not have line management


responsibilities for carrying out any works
associated with the contract. Has the
delegated authority to lead the Contractor’s
delivery of the RMP and to authorise actions
required to enable the Contractor to deliver
the contract and manage risk effectively, for all
parties.

Fire Safety Officer Responsible for control of all fire hazards.

Traffic Manager Responsible for ensuring all personnel, plant,


vehicle and traffic movements and controls
comply with the contract requirements and the
Contractor’s Traffic Control Plan.

STMS Refer COPTTM

IANZ Laboratory and Signatory Contractor’s personnel responsible for


undertaking the field and laboratory testing
required by the Project Specification.

Emergency Works Three people who will arrange for any


emergency works to make the site safe.

3.3 QUALITY MANAGEMENT SYSTEM


The Contractor shall prepare, maintain and operate under an accredited Quality
Management System for the term of the contract. The system must meet the requirements
of the TNZ Q/4:1995 Specification for High Quality Assurance Level as appropriate to the
contract. This requirement ensures that all aspects the Contractor is responsible for
under the contract are carried out in line with the provisions of the contract.
The Contractor shall require that all its sub-contractors and suppliers shall prepare,
maintain and operate for the term of the contract a Quality Management System
consistent with that of the Contractor.
The Contractor shall remain responsible for the performance of all its nominated sub-
contractors, suppliers and design consultants.

3.4 QUALITY MANAGEMENT PLAN (QMP)


The purpose of the Contractor’s QMP is to integrate the contract standard and special
conditions with the Contractor’s systems to deliver the contract works.

   

Page 20 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The QMP must be prepared in accordance with the Transport Agency’s Minimum Standard
Z/1 - Quality Management Plan, and at all times operate under the Contractor’s
accredited QMS.
Inspection and Testing Schedule (ITS)
The Contractor shall deliver the contract specific Inspection and Testing Schedule (ITS) in
accordance with the Transport Agency’s Minimum Standard Z/8. The Contractor shall
work closely with the Engineer to ensure that the ITS delivers explicit information about
the works to support informed decision making, leading to consistent, high quality
physical works outcomes in the contract.
Random Verification Testing (RVT)
The Contractor shall support and provide the access to site necessary to enable the
Engineer to deliver the agreed, contract specific RVT in accordance with the Transport
Agency’s Minimum Standard Z/8. The Engineer shall ensure that information derived
from the RVT is shared proactively with the Contractor to support informed decision
making, leading to consistent, high quality physical works outcomes in the contract.
Verification
The Contractor will be responsible for verification of all within contract work, data
preparation and delivery, and reporting under the QMP, in accordance with the Transport
Agency’s Minimum Standard Z/8 and the Contract Specification.
Contractor’s Quality File
The Contractor shall maintain and update a Quality File in accordance with 2.3. This shall
be available to the Principal and Engineer by “live stream” at all times on a secure website
or “cloud” based storage and retrieval system.
Details in the Contractor’s Quality File shall include this required information:
 Contract documentation (including but not limited to Notices to Contractor, Notices
to Engineer, and Notices to Principal); non-conformance notices and remedial action
records; statements; certificates; submissions; audit and review records; all quality
assurance records; clear evidence of informed decision making; leading to consistent,
high quality physical works outcomes in the contract
 Records shall be dated and include a unique numbering system or systems, which
shall be established and agreed with the Engineer at the time of contract award,
based on the methodology proposed by the Contractor in the tender, and agreed in
the QMP

3.5 MATERIALS
The QMP shall document the procedures by which the Contractor undertakes to purchase,
transport, store and use materials for the contract works.
All materials used shall comply with their respective standard specifications and all other
materials not specifically covered by these specifications shall be the best of their kind
available.
Materials shall be stored on approved sites in such a manner that will ensure the
preservation of the quality, fitness for the work and security. They shall be so located and
disposed that prompt and proper inspection may be made.

   

Page 21 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

3.6 SAMPLING AND TESTING


Sampling and testing of materials and components in the contract works shall be
completed in accordance with the agreed Inspection and Testing Schedule (ITS).
All materials and workmanship shall be that described in the contract and the Engineer's
instructions. They shall be subjected to the sampling and tests required or reasonably
implied by the terms of the contract, or that may be ordered by the Engineer.
Quality assurance of protective coatings for steel structures shall be in accordance with
Section 8.2 of the Transport Agency’s Protective coatings for steel bridges: a guide for
bridge and maintenance engineers.
All testing of materials required by the contract shall be undertaken in laboratories
registered under the Testing Laboratory Registration Act 1972 for the specific tests or
measurements concerned.
Acceptance of any pavement aggregate specified shall only be on the basis of individual
stockpiles. Test results for stockpiles of pavement aggregates are to be accompanied by
dated photographs of the stockpile. After sampling of the stockpile for acceptance
testing, no additional material shall be added to the stockpile without the prior approval
of the Engineer.
Where required by the Engineer, the Contractor shall provide a complete written
statement of the origin, composition and manufacture of the material to be supplied. The
Contractor shall not change the source of supply of the materials without the written
authorisation of the Engineer.
The Contractor shall provide to the Engineer and the Principal any other information they
request to demonstrate the Contractor meets the testing requirements in the ITS.
If the Engineer considers it necessary to undertake any tests independently of the
Contractor, the Contractor shall provide such assistance, instruments, machines, labour
and materials as are normally required for examining measuring and testing any work and
the quality, weight or quantity of any materials used. The Contractor shall supply
samples of materials the Engineer requires for RVT testing before including them in the
Contract Works.
The Contractor shall supply all samples at their own cost.
The Contractor shall meet the cost of testing if it is clearly called for to prove the Material
or workmanship meets the requirements of the Contract. The Contractor must meet the
costs of any tests ordered by the Engineer under this section if the test shows the
workmanship or Materials do not meet the contract requirements or Engineer's
instructions. The Principal will meet the costs of any tests ordered by the Engineer under
this section where the Materials and workmanship meet the contract requirements or
Engineer's instructions.
No extensions of time shall be granted because of delays caused by the rejection of any
Materials or work that do not comply with the requirements of the contract or Engineer's
instructions.
Where the Contractor uses work, goods or Materials not provided for in this Project
Specification, the Contractor shall use a test and frequency of test on the work, goods or
Materials as recommended in writing by the manufacturer and/or agreed in writing by the
Engineer.

   

Page 22 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor shall collate, organise, interpret and summarise all test results to
demonstrate that the technical requirements of the contract are being met.
The Contractor shall record all information and test results in the agreed format in the
Contractor’s Quality File (refer 3.4.7).
At the end of the Contract, the Contractor shall supply the Quality File, in an agreed
format, to the Principal for permanent record.

3.7 NON-COMPLIANCE
Should any inspection by the Quality Manager or the Engineer (or their agents) find
evidence of non-conforming materials or workmanship or results at variance with any
standard or requirement, the Quality Manager shall supply the Engineer within one
working day a written explanation for the variance and details of what remedial action is
to be taken.
The Engineer understands that from time to time on a project of this size and type,
problems with compliance are to be expected. For no other reason than to know what the
problems being encountered by the Contractor are and what is being done to remedy
them, the Contractor shall produce non-conformance (NC) reports and provide them to
the Engineer, in accordance with the QMP.

3.8 CONDEMNED MATERIALS AND STRUCTURES


The Contractor shall remove from the site of the work, without delay, all rejected and
condemned materials or structures of any kind brought to or incorporated in the work.
Should the Contractor fail to do so, or to make satisfactory progress in so doing, within
48 hours after the service of a written notice from the Engineer, the condemned materials
or work may be removed by the Engineer and the cost of such removal shall be taken out
of the money that may be due or may become due to the Contractor on account of or by
virtue of this contract.
Once rejected or condemned, the Contractor shall not offer any such material or structure
for use under this contract.

3.9 RISK MANAGEMENT PLAN


The purpose of the Contractor’s RMP is to describe: how risk management within the
contract will satisfy the requirements of the Transport Agency’s Minimum Standard Z/44
Risk Management; to describe the practices, procedures, controls and reporting processes
for the management of risk; to demonstrate that risk will be effectively managed.
The Contractor’s contract specific Activity Risk File shall include:
a) Risk Management Plan
b) Risk adjusted Contractor’s programme of works (with regular updates)
c) Risk analysis data
d) Contract close out risk report.
Copies of the project Risk Register and Safety in Design Registers, current up to the end
of the detailed design phase are included as Appendix VI.
A current, digital copy of the Contractor’s Activity Risk File shall be maintained on the
Quality File (refer 2.3)

   

Page 23 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Contractor’s programmes
4.1 CONTRACT PROGRAMME
The Contractor shall submit to the Engineer an appropriately detailed risk adjusted
programme for acceptance within two (2) weeks from the date of acceptance of the
Tender. The Programme shall show how the key aspects of the project will be
programmed, resourced and co-ordinated to meet the required contract completion dates.
The programme shall be shown in logic linked Gantt Chart form. It shall show all activities
and dependencies, and highlight the construction activities on the critical path. The
programme shall flag all programming constraints and milestones and shall be updated at
least monthly. A digital copy of the current risk adjusted programme shall be maintained
on the Contractor’s Quality File (refer 2.3)
The programme will be on industry accepted software such as MS Project, Suretrak and
Primavera. If software other than MS Project is used the Contractor shall: supply and
install a licensed copy of the software on the Engineer’s computer; and provide training to
a representative of the Principal and the Engineer from a certified facility, on the use of
the software.
The Consultant is required to create, maintain, report on and deliver a baseline Risk
Adjusted Programme (RAP) in accordance with the Transport Agency’s Minimum Standard
Z/44 – Risk Management. The Contractor shall liaise with the Consultant to ensure
alignment between the Contractor’s programme and the Consultant’s RAP at all times.

4.2 PROGRAMMING CONSTRAINTS


Weather, seasonal and environmental factors will be familiar constraints for an
experienced Contractor when programming, planning, organising its resources and
executing the Contract Works. In addition to these usual constraints the Contractor is
required to allow for the project specific programming constraints detailed below. The
Contractor is required to meet these and still meet the Due Date for Completion of
Separable Portions and for the Contract Works as a whole. The Contractor shall note that
there are various programming constraints identified throughout the Contract
Documentation. Key constraints include, but are not limited to, the following:
a) Open Days and Site Tours: The Contractor’s programme shall incorporate down
time to provide for any and all Open Days and Site Tours requiring observation
and/or participation by the project team before, during and following construction.
Where the possibility of changes to time allowed for cultural ceremonies exists, this
should be recorded in the project risk register and managed accordingly;
b) Outline Plan, Resource Consent and Designation and Permissions Conditions:
The Contractor’s programme shall allow for compliance with all District and
Regional Council requirements, Designation conditions and the specific
requirements of resource consents and/or Outline Plans and any conditions on
Department of Conservation Permissions or licences granted to the Principal or
Contractor, or transferred to the Contractor for the Contract Works. The Contractor
shall be solely responsible for checking all conditions for the works and assessing
the implications of such conditions on its construction programme and
methodology. Where the possibility of changes to time allowed for compliance with
   

Page 24 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

statutory requirements exists, this should be recorded in the project risk register
and managed accordingly;
i. The Contractor shall programme the preparation and submission of the
ESMP to ensure the statutory timeframes are met, in particular,
submission of the ESMP to the Consent Authority at least ten working
days prior to the commencement of the construction activities. To meet
the statutory timeframes the Contractor shall programme a review
period by the Engineer, of at least 5 working days, and sufficient time
for updates and subsequent submission following the Engineer’s review
prior to the statutory timeframe.
c) Provision for Archaeological investigation work:
Introduction
It has been identified that there is a high potential that sub-surface archaeological
features and deposits will be found within parts of the project footprint. There are
six risk areas, as shown in the Contract Drawings, and the management of these
areas shall be completed in accordance with the Archaeological Site Management
Plan contained in Appendix II and the following requirements.
The following summarises the inputs, allowances, resources and timeframes that
the Contractor shall allow for.
Of the six risk areas the following areas are high risk areas where is it certain or
highly likely that archaeological features will be found:
 Area A: St Mary’s Church
 Area B: St Mary’s Convent
 Area D: 19th Century Bridge
The remaining areas (Areas C [northern embankment], E [southern embankment] &
F [railway level crossing]) have a lower risk of finding archaeological features.
Any earthworks outside the six risk areas shall be completed in accordance with the
Accidental Discovery Protocol contained in the Archaeological Site Management Plan,
Appendix II.
Existing Access Track – Northern Embankment
The existing access track to the river on the northern embankment is located
outside, but immediately adjacent to, risk Areas A, B, C & D.
This track is therefore not subject to archaeological investigation and may be used,
in its current form, by the Contractor from possession of site.
Any track widening work that involves striping of topsoil adjacent to the existing
track, into the adjacent risk areas, shall be subject to archaeological investigations.
Any widening work involving filling onto the adjacent risk areas, without topsoil
stripping, would be permissible. Any subsequent removal of the fill, used for
widening, and topsoil stripping in the adjacent risk areas shall be subject to
archaeological investigations.
Vegetation Clearing
Cutting/felling of trees and vegetation in any of the risk areas is permissible
provided that the activity does not result in ground disturbance (i.e. removal of
stumps, roots etc shall be subject to archaeological investigations).

   

Page 25 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Extent of Investigations
The Contractor shall confirm and advise the Engineer and the Project Archaeologist
of the full extent of the construction activities in the six risk areas prior to the
archaeological work commencing. The extent shall take into account the
construction footprint (permanent works) and all tracks, access routes/roads,
stockpile and laydown sites, compounds and working areas etc (temporary works)
that the Contractor will use. The Contractor shall setout the extents on-site by
topographical survey and clearly mark the extents with setout pegs.
Contractor Inputs
The Contractor shall programme, co-ordinate and manage all archaeological
investigations including:
 Supporting the pre-topsoil stripping archaeological survey by the Project
Archaeologist
 Sub-surface topsoil stripping by the Contractor under the direction of the
Project Archaeologist
 Supporting monitoring, recording, mapping and artefact recovery by the
Project Archaeologist
The Contractor shall provide, site access, machinery and operators, topsoil stockpile
sites, all environmental controls, Health and Safety requirements and all other
project inputs as necessary for the archaeological works, as summarised in Table
4.2.
Sub-surface topsoil stripping of each area may be completed in a continuous
operation under the direction and witnessed by the Project Archaeologist.
The Contractor shall programme these works at the earliest opportunity and allow
for the timeframes identified in Table 4.2, before the sites will be available for any
construction activities. The timeframes identified in Table 4.2 are maximum
anticipated allowances and the actual time required will be dependent on the type,
size, frequency etc of any archaeological finds. If any areas are cleared by the
Project Archaeologist before the identified timeframe period is up the area will be
released and handed over to the Contractor for construction works.
The archaeological works shall be programmed in an efficient manor to limit the
number of establishments for the Project Archaeologist and the time required on-
site. A total of six (6) Project Archaeologist establishments have been allowed for
by the Principal (NZTA) for archaeological site investigations associated with the six
high risk areas. Any additional establishments required as a result of the
Contractors programming, resource allocation and availability, sequencing etc shall
be charged directly to the Contractor. Establishment costs associated with any
accidental discovery outside the six risk areas will be covered by the Principal
(NZTA).

   

Page 26 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 4.2: PROGRAMMING, MANAGEMENT AND RESOURCES REQUIRED FOR


ARCHAEOLOGICAL AREAS

RISK LIKELIHOOD OF CONTRACTORS PROJECT TIMEFRAME


AREA FEATURES BEING ACTIONS ARCHAEOLOGIST ALLOWANCE
ENCOUNTERED ACTIONS
Area A:
 Certain –  Supply excavator with  Pre-topsoil 12 weeks from
conclusive flat bucket and stripping survey. commencement
St Mary’s
evidence of operator to strip of stripping
Church  Monitor and direct
archaeological topsoil under the
topsoil strip.
features direction of the
existing Project Archaeologist.  Recording of May be
Note: Careful archaeological completed
stripping will be finds. concurrently
required around the with Area B
church foundations, only
steps and any other
features found.
 Uplift the church
steps to onsite
storage (ex. Pickering
property sheds) under
the direction of the
Project Archaeologist
(Provisional)
 Supply topographical
surveyor to survey
archaeological finds
(Provisional).
Area B:
 Likely –  Supply excavator with  Pre-topsoil 12 weeks from
credible flat bucket and stripping survey. commencement
St Mary’s
evidence of operator to strip of stripping
Convent  Monitor and direct
archaeological topsoil under the
topsoil strip.
features direction of the
existing Project Archaeologist.  Recording of May be
Note: Careful archaeological completed
stripping will be finds. concurrently
required around any with Area A
foundations or only
features found.
 Potential uplift of
foundation pieces or
other features which
may be discovered
(Provisional)
 Supply topographical
surveyor in the event
any archaeological
finds are made
(Provisional).

   

Page 27 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 4.2: PROGRAMMING, MANAGEMENT AND RESOURCES REQUIRED FOR


ARCHAEOLOGICAL AREAS

RISK LIKELIHOOD OF CONTRACTORS PROJECT TIMEFRAME


AREA FEATURES BEING ACTIONS ARCHAEOLOGIST ALLOWANCE
ENCOUNTERED ACTIONS
Area C:
 Chance –  Supply excavator with  Monitor and direct 4 weeks from
Median to low flat bucket and topsoil strip. commencement
Northern
likelihood of operator to strip of stripping
Bank  Recording of
finding Māori topsoil under the
Terrace archaeological
pits, ovens, direction of the May be
finds. completed
middens etc. Project Archaeologist.
(if multiple concurrently
 Supply topographical with Area E
Māori ovens,
surveyor in the event only
middens etc
any archaeological
are found
finds are made
these may be
(Provisional).
simply
recorded
rather than
individually
investigated
and mapped)
Area E: 4 weeks from
 Chance –  Establish exclusion  Monitor and direct
commencement
Median to low zone around existing topsoil strip.
Southern of stripping
likelihood stables
Approach  Recording of
 Supply excavator with archaeological May be
flat bucket and finds. completed
operator to strip concurrently
topsoil under the with Area C
direction of the only
Project Archaeologist.
 Supply topographical
surveyor in the event
any archaeological
finds are made
(Provisional).
Area D: • Likely –  Supply excavator with  Monitor and direct
credible 4 weeks from
flat bucket and earthworks.
19th evidence of commencement
operator to strip
Century archaeological  Recording of of stripping
topsoil or
Bridge features archaeological
embankment and
existing finds.
river bank excavation
under the direction of
the Project
Archaeologist.
 Supply topographical
surveyor in the event
any archaeological
finds are made
(provisional).

   

Page 28 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 4.2: PROGRAMMING, MANAGEMENT AND RESOURCES REQUIRED FOR


ARCHAEOLOGICAL AREAS

RISK LIKELIHOOD OF CONTRACTORS PROJECT TIMEFRAME


AREA FEATURES BEING ACTIONS ARCHAEOLOGIST ALLOWANCE
ENCOUNTERED ACTIONS
Area F:
 Chance – Low  Supply excavator with  Monitor and direct
4 weeks from
likelihood flat bucket and earthworks.
Site of commencement
operator to strip
Railway  Recording of of stripping
topsoil under the
Station archaeological
direction of the
Building finds.
Project Archaeologist.
 Supply topographical
surveyor in the event
any archaeological
finds are made
(Provisional).

The Contractor shall include an appropriate entry in the project risk register where
there is evidence to suggest additional cost or programme delay relating to
management of archaeological risk could occur.
d) Winter Sealing: The Contractor’s programme shall allow for all road surfacing to be
completed outside the Winter Period defined in the Conditions of Contract (30 April
through 30 September inclusive).
e) Weather: The Contractor’s programme shall allow for the risk of wet weather and /
or river levels delaying construction works, and management/mitigation strategies.
Ahaura River flows and water levels are not deemed inclement weather and no
extensions of time or associated costs shall be granted for delays due to river
conditions.
f) KiwiRail: The Contractor’s programme shall identify and allow for all KiwiRail
coordination, approval and construction works timeframes such as the preparation
and acceptance/approval of the Contractor’s Railway Management Plan, any block of
Line approval requests (if required due to the contractors programme or
methodology), corridor access approvals, level crossing construction, and all other
works within the KiwiRail corridor, These shall be specifically identified in the
programme and an appropriate risk mitigation strategy shall be outlined in the risk
register. No extensions of time or associated costs shall be granted for delays
associated with any KiwiRail works.
g) Utilities: The contractor shall ensure appropriate programme entries exist for the
co-ordination, management and lead in time(s) of the Utilities providers, and clearly
show the utilities work tasks. The Contractor shall note that Westpower/Electronet
shall undertake all electrical utilities diversions and street lighting works (including
electrical supply, pole, outreach arms and luminaire supply, installation and
commissioning, but excluding the full connection works from the street light to the
speed indication device which is the Contractors responsibility). The Contractor
shall co-ordinate, manage and programme all of these works with
Westpower/Electronet. No extensions of time or associated costs shall be granted
for delays associated with any utilities or streetlighting works.

   

Page 29 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

h) Hold Points and Engineer’s Reviews: The Contractor’s programme shall allow for
all hold points, Engineer’s Reviews, inspections and the like as required and detailed
in all sections of this Project Specification.
i) River Access: The Contractor’s programme shall include all tasks that are necessary
to maintain public vehicular (car and trailer) and boat launch access to the northern
river bed at all times during the contract period
j) Works in the Ahaura Riverbed and Ahaura Streambed: The Contractor’s
programme shall identify and allow for the following restrictions:
 The diversion of Ahaura Stream shall not be undertaken during May to July
inclusive.
 Any causeways in the Ahaura Riverbed shall be constructed so they extend no
more than 50% the width of the wetted river channel from the waters edge and
constructed over a period of time to avoid any fish stranding.
k) Bridge Superstructure: The Contractor’s programme shall account for the
programming constraints related to bridge construction sequence and age of beams
listed in 25.6.1 below.
l) Risk of uncertain sandstone level at Piers E, F and G: The Contractor’s
programme shall include the sequence of pier construction and allow for proof
bores (refer Section 25.5.1.2) to be completed to confirm the sandstone level and
length of casing required at Piers E, F and G in such time as to suit the Contractor’s
procurement strategy and lead time for any additional casing (up to 25m additional
casing), which may provisionally be required, without impacting the programme
(refer to Basis of Payment Item 4.40.4 and Schedule of Prices Item 5.3.5). The proof
bores shall be drilled before piling commences. Proof bores shall be carried out in
the presence of the Engineer, who will require at least five Working Days notice of
when drilling is expected to begin. The drillers log shall be provided to the
Engineer within 24 hours of completion of drilling and the Contractor shall allow 14
Working Days, from delivery of the drillers log, for the Engineer’s assessment and
confirmation of Piers E, F and G designs.
m) Demolition of the existing bridge: The Contractor’s programme shall allow for the
new bridge to be completed and opened to traffic prior to commencing demolition
of the existing bridge
n) Landscape Maintenance Period: The Contractor’s programme shall allow for the 2-
year landscaping maintenance period following the completion of the landscape
works.
o) River flows, peaks and flood events: The Contractor shall obtain, review and make
his own assessment of the historical Ahaura River water flows. The Contractor shall
make allowance in the programme, risk file and methodologies for all likely river
flows including seasonal variations, freshes and flood events. The Contractor shall
identify all relevant river monitoring sites on the Ahaura and Grey Rivers and
register with the West Coast Regional Council Flood Warning Alerts.
For all activities listed above where “no extension of time or associated costs shall be
granted” is specified, any action taken by the Contractor to maintain programme shall be
deemed to be inclusive of all related costs and included in the Contract Price.

   

Page 30 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Contractor’s reports
5.1 PROGRESS REPORTING
All reports shall be completed to a quality and standards appropriate for the project and
to the satisfaction of the Engineer.
Weekly progress reports shall be prepared by the Contractor and one copy submitted to
the Engineer. The weekly reports shall be submitted for each completed or partially
completed week. Reporting shall continue until the Contractor has completed all work
that is known to be outstanding at the date stated in the Certificate of Practical
Completion of the Contract Works. Each report shall include:
a) Summary of locations and description of work activity carried out during the
previous week, including an estimate of the progress achieved on major work items;
b) Issues or exceptions to accepted practice requiring follow-up by the Engineer or his
representatives including any traffic incidents or unplanned diversions and delays;
c) Forward Programme (minimum 3 week look ahead programme), with reference to
the Contractor’s risk adjusted programme;
d) Notification of Non-Conformance, response and remedial action(s), in accordance
with the QMP
e) Any other information agreed between the Contractor and Engineer.
Monthly progress reports shall be prepared by the Contractor and two copies submitted
to the Engineer. The monthly reports shall be submitted for each completed or partially
completed month. Reporting shall continue until the Contractor has completed all work
that is known to be outstanding at the date stated in the Certificate of Practical
Completion of the Contract Works. Each report shall include:
a) Current Contractor’s risk adjusted programme with agreed changes from baseline
identified, together with detailed descriptions of progress, details of any events or
circumstances that may jeopardise the contract’s completion, and measures being
(or to be) adopted to overcome delays;
b) Financial management, including a monthly progress claim, and a schedule showing
the status of all claims (extra contractual or variations) which the Contractor
considers to be (or may be) a Variation to the Contract Price. The format of the
schedule is to be agreed between the Contractor and the Engineer and shall include
a forecast of the final Contract Price;
c) Risk management activity in respect of Contractor-owned project risks to facilitate
the Consultant’s risk management reporting requirements, which as a minimum
shall include:
 A list of extreme level risks with treatment progress update;
 A brief report detailing the past month’s risk management activity, to include:
risks identified, impacted, closed or where there has been a change in risk level
(current or target);
 Notification of the current Risk management activity to the Principal and
Engineer

   

Page 31 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

d) Photographs showing the status of construction and progress on the Site;


e) Problems encountered during construction at the Site;
f) Quality File update including, but not limited to: ITS activity and evidence; non-
conformance, corrective action and lessons learnt reports; agreed changes in QMP
and/or proposed changes requiring Engineer’s approval;
g) Monthly Environmental Compliance Report (including details of monitoring and any
abatement orders issues, and measures taken);
h) Comment on activities relating to environmental aspects and public relations;
i) Site Safety Report including, Zero Harm Reporting, summary safety statistics and
details of any hazardous incidents, accidents or points of interest, including near
misses;
j) A rolling cashflow forecast versus base line cashflow (established at the outset of
the contract) for the contract;
k) A schedule of significant off-site manufactured Materials, including the name of the
manufacturer, manufacture location, percentage progress, and the actual or
expected dates manufacture will begin, shipment and arrival at Site;
l) Evidence of the Contractor's records for personnel and plant on site and available
during the period;
m) Weather records, in particular, the amount of rainfall recorded at the nominated
weather station (Refer Conditions of Contract Clause 10.3.1 (b)) for each day of the
reporting period;
n) Updated Correspondence Register;
o) Pre and post construction as-built surveys carried out;
p) Copies of quality assurance documents, test results and certificates of Materials
where required by the Engineer;
q) Landowner issues;
r) Any maintenance works performed;
s) Schedule of traffic management plans (TMP’s) identifying expiry dates and
programme for renewals or extensions as appropriate;
t) Any additional information either required by the Contract Documents and/or the
Engineer as part of the monthly report.

5.2 MEETINGS
Contract Weekly Meetings: The Contractor’s Representative shall meet with the Engineer
to review progress and discuss general matters relating to the Contract Works once in any
seven day period, unless otherwise agreed by the Engineer. The meeting shall be held at
the Contractor’s site office and be chaired by the Engineer. Other Contractor’s staff,
subcontractors and Engineer’s staff shall attend as appropriate.
Contract Monthly Meetings: A separate monthly meeting shall take place between the
Contractor’s Representative and Engineer, at the Contractors site office. This meeting will
discuss contractual and other management issues (including risk management and value
engineering). These monthly meetings will replace the weekly meeting scheduled for the
week of the monthly meeting.

   

Page 32 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

5.3 FINAL REPORT


A final report for the Contract Works shall be prepared by the Contractor’s
Representative and three copies submitted to the Engineer. A final report is required for
each Separable Portion
The final report shall:
a) Be in the same format as the monthly report;
b) Advise the Engineer of the estimated value of any claims which may be submitted
with the Contractor's Final Claim;
c) Include confirmation of consenting authorities' acceptance of final environmental
compliance;
d) Be submitted attached to a completed and certified Producer Statement (PS3) for
each structure.

5.4 REPORTING DELIVERABLES


The following schedule lists the contract documents’ required reporting and the due date
for submission. The schedule is not a full comprehensive list of all reporting
requirements specified elsewhere throughout the Contract Documentation.

TABLE 5.4: REPORTING SCHEDULE

REPORT DUE DATE

Weekly Progress Reports 10.00 am Tuesday following previous week

Monthly Contract Reports 10.00 am 3rd Calendar day of following


month

Final Report Within 10 Working Days of date of issue of


the Practical Completion Certificate

Zero Harm Reporting In accordance with 6.1.7 of this


specification

Traffic Incident Reporting In accordance with NZTA’s code of practice


for temporary traffic management
(CoPTTM)

Accident Reporting In accordance with 6.1.11 (b)

   

Page 33 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Health and Safety


6.1 HEALTH AND SAFETY
The contractor must implement processes that meet or exceed the requirements of the
Health and Safety at Work Act 2015, its regulations, supporting codes of practice’s and
the Transport Agency’s minimum standard guidelines found on the Highways Information
Portal (http://hip.nzta.govt.nz/technical-information/health-and-safety) and the
requirements of this Section 6.
The Contractor must meet the requirements of the Transport Agency’s Safety in Design
minimum standard for roading projects https://www.nzta.govt.nz/roads-and-
rail/highways-information-portal/technical-disciplines/zero-harm-minimum-standards/
A register of known hazards is included as Appendix IV
All hazards and notifiable activities shall be monitored by the Health and Safety Manager
to ensure that all necessary precautions are being taken to comply with the Health and
Safety Management Plan (HSMP) and relevant Acts and Regulations.
The Contractor shall provide, maintain and enforce the appropriate use of Personal
Protective Equipment (PPE) meeting the requirements of the Transport Agency’s Minimum
Requirements – Workplace Personal Protective Equipment included as Appendix V
http://hip.nzta.govt.nz/technical-information/health-and-safety/personal-protective-
equipment
Throughout the contract the Contractor will report in line with the Transport Agency’s
minimum standard reporting guidelines. The Contractor must report by the 9th calendar
day of the following month on the projects Health and Safety data, including both the lead
and lag indicators of their direct employees and sub-contractors/consultants.
https://www.nzta.govt.nz/roads-and-rail/highways-information-portal/technical-
disciplines/zero-harm-minimum-standards/
The Contractor must provide Monthly H&S reporting and incident reporting via the
Transport Agency’s Reporting Site which can be found at www.nztazeroharm.co.nz
All Transport Agency projects/work sites have a minimum entry requirement of
ConstructSafe Tier 1 (or alternative approved independent competency assessment
scheme aligned to ConstructSafe) for all workers entering the site. The Contractor’s
workers shall complete and obtain Construct Safe Tier 1 (Foundation Health and Safety
Competence) by 1 July 2017. Workers entering the site who have not attained
ConstructSafe Tier 1 are not authorised to enter the site or must be supervised at all
times while on site.
The Contractor must meet or exceed Roading New Zealand’s Guideline for Controlling
Reversing Vehicles and the provisions of the Code of Practice for Temporary Traffic
Management.
The Transport Agency expects that all personnel regularly working within 5 metres of hot
bitumen be appropriately trained, by a recognised training provider, in the safe handling
of bitumen.

   

Page 34 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor shall comply with the provisions of the Transport Agency’s Health and
Safety Compliance Notice, Minimum Standard Z/5 and the other contract specific
requirements as set out below:
a) Safety Supervisor
The Contractor shall nominate a Safety Supervisor for the project who shall be
responsible for the health and safety of all employees of the Contractor and
subcontractors working on the site. The Safety Supervisor shall be familiar with, and
experienced in, operating under all provisions of the Health and Safety in
Employment Act.
The Safety Supervisor shall maintain a record of all notifications under the Act. He
shall report to the Engineer any accidents on site, any hazardous operations and any
non-compliance with the Site Safety Plan.
The Contractor shall provide the Safety Supervisor with whatever authority is needed
to direct a stop work on any activity that is unsafe.
b) Accident Reporting
In addition to the requirements for reporting of traffic accidents and incidents
involving members of the public, the Contractor shall have an accident reporting
system approved by the Engineer which shall provide for the following minimum
requirements.
The Contractor shall immediately notify the Consultant, Engineer, appropriate
authorities (e.g. Police, District Council, Worksafe NZ etc) and where appropriate the
Network Maintenance Contractor by phone, of all accidents resulting in:
i) fatalities and other lost-time injuries to its staff or its subcontractors;
ii) non-employee injuries (public);
iii) damage to plant or equipment;
iv) all actual or potential damage to the environment (spills, dust, emissions, or
discharges);
v) fire.
Immediate notification is to be followed by full written details within 24 hours.
c) Safety Audit
The Contractor shall allow the Principal or the Engineer access to the Site, to conduct
a site inspection and Audit on a monthly basis. During this time the Contractor will
provide unrestricted access to any documentation or people.
The Contractor shall establish and maintain a documented system of checks and
audits to ensure that the work is being performed in accordance with the safety
requirements applicable to the work, and shall provide the Engineer with access to
the documentation upon reasonable request.
d) Site Access Restriction
The Contractor shall erect, maintain and remove all safety barricades, screens, fences
and other work whatsoever necessary to ensure the public and adjoining occupiers
and livestock are protected from all dangers associated with the execution of the
Contract Works.

   

Page 35 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor shall instruct its personnel that no unauthorised person is to be


brought on to the Site.
e) Induction and Training
The Contractor shall ensure that all personnel and visitors to the site are familiar with
the requirements of the HSMP, and have been given the required daytime and night-
time safety and skill training required by law.
The Contractor’s personnel shall be able to demonstrate their ability and skills
relative to their qualifications.
The Contractor shall provide, maintain and enforce the appropriate use of personal
protective clothing complying with the requirements of the Transport Agency’s Code
of Practice for Temporary Traffic Management, and other safety equipment, for all
personnel and visitors.
The Contractor shall be responsible for maintaining the daytime and night-time safety
awareness of its personnel throughout the contract. Regular safety meetings shall be
conducted by the Contractor and minutes kept. The minutes are to be made
available to the Engineer on request.
f) ROPS, TOPS, FOPS
The Contractor shall ensure that all plant used on the works complies with the
requirements in the Construction Regulations for Roll Over Protection Structures
(ROPS), Fall On Protection Structures (FOPS) or Tip Over Protection Structures (TOPS)
as appropriate to the type of plant and usage.
g) KiwiRail
The Contractor shall ensure that everyone working within 5 m of the rail track has
been fully inducted by KiwiRail and has been briefed on site regarding the risks to the
satisfaction of KiwiRail. All works within 5m of the rail track must be coordinated by
the Contractor with KiwiRail in advance and shall be completed in accordance with all
KiwiRail’s requirements including corridor access permits, the Contractors Railway
Management Plan and Rail Protection Officers instructions.

6.2 HEALTH AND SAFETY MANAGEMENT PLAN (HSMP)


The purpose of the Contractor’s HSMP is to foster a responsible attitude towards
occupational health and safety, and to comply with the provisions of current Health and
Safety acts, legislation and regulations, the Transport Agency’s Zero Harm policy, and the
Transport Agency’s Minimum Standard Z/5 Health and Safety Compliance Notice.
The Contractor must also meet the requirements of the Transport Agency’s Safety in
Design Minimum Standard for Roading Projects.
Details shall include this required information:
a) Linkage to the Contractor’s Health and Safety policy
b) Contract specific roles and responsibilities for key personnel in relation to Health
and Safety, for the Contractor, Sub-Contractors, Suppliers and Consultants as
appropriate
c) Health and Safety notifications and registrations
d) Health and Safety risk assessment and proposed control measures
e) Provisions for emergency
   

Page 36 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

f) Training and other records


g) Accident and near miss reporting, recording investigation, analysis and lessons
learnt
h) Communication and recording systems that support health and safety management
i) Schedule for safety audits and reviews
j) Safe operating procedures for office and site based activities, including sign in
procedures and emergency evacuation plan awareness
k) A Traffic Control Plan (TCP) incorporating the requirements of the Code of Practice
for Temporary Traffic Management (CoPTTM), covering all site based activities,
including those required on sites for which the primary health and safety
responsibly may lie with other parties (e.g. construction sites under the control of a
Network Management contractor)
l) A Hazard Management Plan

   

Page 37 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Traffic management
7.1 GENERAL
The Contractor shall ensure that disruption to road users and third parties during
construction is kept to the minimum possible. The Contractor shall ensure that they
provide for all vehicular and pedestrian traffic an alternative of an appropriate standard to
all existing roads, footpaths, all accesses and premises adjacent to and affected by the
Contract Works.
Traffic management (including cyclist and pedestrian traffic) shall be carried out as
described by the Transport Agency’s Code of Practice for Temporary Traffic Management.
The code of practice sets out the minimum requirements for traffic management and site
safety for the Contract Works.

7.2 TRAFFIC CONTROL PLAN


The Contractor shall submit the Traffic Control Plan (TCP) to the Engineer as part of the
HSMP. The Engineer will advise the Contractor within five working days if any areas do
not meet the requirements of the Transport Agency’s Code of Practice for Temporary
Traffic Management. Non-acceptance of the TCP by the Engineer shall not relieve the
Contractor of all obligations to complete the Contract Works in accordance with this
Section 7.

7.3 SPECIFIC SITE REQUIREMENTS


The level of Traffic Management required for this Contract is Level 1.
The Contractor shall maintain vehicle access to all private property accesses and access to
the northern Ahaura River Bank for boat launching. Where the duration of any work
extends beyond that originally envisaged the Contractor shall be responsible for
obtaining extensions to TCP’s and Temporary Speed limits.
Staging and programming works shall take into account the length of any single lane
(stop/go or traffic signal) temporary traffic operations and the interaction/interface with
the existing single lane bridge. Incorporating the single lane bridge within a temporary
traffic single lane operation will result in a very long length of single lane potentially
causing significant traffic delays.
State Highway 7 shall remain open at all times during the contract period (i.e. no road
closures will be permitted).
Construction Site access locations shall be completed in accordance with section 11 of
this project specification.
The contractor shall inspect the site at the end of each day to ensure the traffic
management is compliant. Should any complaints be received outside of normal working
hours the contractor is responsible to inspect and remedy within the appropriate
response time.

   

Page 38 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Statutory approvals
8.1 DESIGNATIONS
The Principal has notified its requirement for a Designation for the Contract Works. The
Contract works are to be constructed entirely within the Designation.
The Contractor shall be responsible for observing all conditions and requirements of the,
consent conditions, designation and outline plans relating to construction, from the start
of the contract until the end of the Defects Notification Period. Copies of the designation
and outline plans are included in Appendix I.
The Principal will remain responsible for all fees and charges for the designation and
outline plans.

8.2 RESOURCE CONSENTS


The Principal has obtained the following Resource Management Act approvals and/or is
relying on compliance with permitted activity rules. Copies of the applications and
approvals are included in Appendix I:
a) Consents obtained from the West Coast Regional Council for works within the
riverbed including temporary river diversion works, and vegetation clearance and
earthworks within the riparian margins, including:
i) Section 9 land use consent to disturb the riparian margins of the Ahaura River
and Ahaura Stream during the works associated with the SH7 bridge
construction and removal, including vegetation clearance and earthworks;
ii) Section 13 land use consent to disturb the bed of the Ahaura River for the
erection of a new bridge structure and associated disturbance, including
temporary diversionary bunding/embankments and causeways, temporary
construction staging and works associated with removal of the existing bridge;
iii) Section 13 land use consent for the construction of rock riprap, stormwater
outlets and culverts in the Ahaura River and Ahaura Stream
iv) Section 14 water permit for the temporary diversion of waters for bridge
construction and removal purposes;
v) Section 15 discharge permit to discharge dewatering liquid from pile
construction and incidentally discharge sediment for the purposes of the SH7
bridge construction and removal;
vi) Section 14 water permit and Section 15 discharge permit to take and discharge
dewatering water;
vii) Section 15 discharge permit for the discharge of contaminants associated with
the remediation of contaminated land;
viii) Section 13 land use consent to disturb the bed of Ahaura Stream associated
with its permanent diversion and the associated Section 14 water permit to
divert water; and
ix) Section 15 discharge permit to discharge construction stormwater.

   

Page 39 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

b) Consent obtained from the Grey District Council under the Resource Management
(National Environmental Standard for Assessing and Managing Contaminants in Soil
to Protect Human Health) Regulations 2011 (NESCS) associated with works in areas
known to contaminated soil material.
c) A Notice of Requirement to alter the SH7 designation has been approved by the Grey
District Council, incorporating the construction works as proposed during the design
stage and without the requirement to submit separate Outline Plans of Works.
The Contractor is required to comply with the following requirements or obtain resource
consent where:
a) Any works within the riverbed and riparian margins which vary from the methodology
applied for and given consent to by the WCRC, as works are required to be in “general
accordance” with the application – refer to Appendix I for statutory applications;
b) Any works which vary the works described in the Notice of Requirement
application. In which case a separate Outline Plan of Works may be required to be
submitted by the Contractor – refer to Appendix I for statutory applications;
c) Rule 20 of the WCRC’s Regional Land and Water Plan associated with removing the
existing SH7 bridge; and
d) Rule 4 of the WCRC’s Regional Air Quality Plan covering the discharge of
contaminants (dust) to air from earthworks during construction.
The Contractor shall be responsible for ensuring compliance with all district and regional
plans and observing all conditions and requirements of the resource consents relating to
construction, from the start of the contract until the end of the Defects Notification
Period.
The Principal will remain responsible for annual administration charges and all monitoring
fees and charges for the resource consents listed above.
The Contractor shall obtain and pay all costs associated with all other resource consents
(including other permits e.g. Wildlife permits) required to construct the Contract Works or
made necessary by its construction activities and shall provide copies of all such consents
to the Engineer. Applications for such consents shall be subject to the Engineers and
Principals review prior to being lodged.
The Contractor’s attention is drawn to the Resource Management Act 1991 which requires
authorisation to be obtained to carry out the following activities unless covered by the
project consents or Regional Council general authorisations:
a) dam a river or stream;
b) divert natural water;
c) take natural water;
d) discharge natural water;
e) discharge contaminants to water;
f) use natural water;
g) works in a river or stream bed;
h) dumping of waste;
i) take soil or river aggregates for earthworks of pavement construction.

   

Page 40 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

8.3 BUILDING CONSENTS


The Principal has applied for a building consent exception for the structures (Bridge and
retaining wall) associated with this project.
The issue of a building consent exemption shall not remove the Contractor’s requirement
and responsibility to undertake all works (including temporary works) in accordance with
the Building Act 2004.
Prior to Practical Completion, the Contractor shall supply to the Engineer a PS3 Producer
Statement for each structure, and provide any other information requested by the
Engineer to confirm the as-built details and to provide support to the building consent
exception process.

8.4 OTHER STATUTORY APPROVALS


The Principal has obtained other statutory approvals as follows, copies of which are
included in Appendix I:
a) Heritage New Zealand Archaeological Authority (Authority Number 2019/666)
b) Department of Conservation permissions and licences:
(i) Easement to obtain access across the DoC marginal strip to the works
(ii) To construct the bridge on and over Public Conservation Land (Ahaura River Bed)
(iii) To remove the existing bridge on and over Public Conservation Land (Ahaura
River Bed)
(iv) Easement to obtain access across the DoC marginal strip to a potential gravel
extraction site** upstream of the existing SH bridge (Note: resource consent for
gravel extraction is held by others.)
(v) A DoC gravel extraction license to extract gravel form a potential gravel
extraction site** upstream of the existing SH bridge (Note: resource consent for
gravel extraction is held by others)
** The potential gravel extraction site is not a Principal’s supplied/nominated site nor a
recommended gravel extraction site. The gravel extraction consent is held by a third
party. The DoC easement is required due to the presence of the marginal strip along the
banks of the Ahaura River, and the extraction license is required because the Ahaura
riverbed is Public Conservation Land. The DoC easement and extraction license were
obtained by the Principal to eliminate delay should the Contractor source gravel from this
site. The Contractor shall assess the suitability of the gravel and allow for any treatment
or processing that may be necessary to ensure the gravel meets the requirements of this
project specification – refer section 15.4.2.2. The Principal does not warrant the
suitability of the gravel.
The Contractor shall be responsible for observing all conditions and requirements of the
statutory approvals in section 8.4.1 above.

8.5 CONTRACTOR’S OBLIGATIONS


The Contractor will indemnify the Principal against any loss, claim, damage, expense,
liability or proceeding suffered or incurred at any time by the Principal, as a direct or
indirect result of an enforcement order, infringement notice or abatement notice being
issued to the Principal under the Resource Management Act 1991 or other relevant
legislation (eg. Heritage New Zealand Pouhere Taonga Act 2014), where that order or
   

Page 41 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

notice is issued because the Contractor failed to comply with the provisions of any outline
plan, Designation, resource consent, building consent, archaeological authority,
permission, licence or other consent issued in respect of the Contract Works, or for failure
to obtain required consents for its construction activities.
The Contractor shall obtain any compliance certification required for carrying out the
Contract Works and submit to the Engineer before Practical Completion.

   

Page 42 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Environmental management
9.1 CONTRACTOR’S ENVIRONMENTAL AND SOCIAL
MANAGEMENT PLAN
The purpose of the Contractor’s ESMP is to describe how the Contractor shall fulfil the
environmental and social responsibility requirements in accordance with the Transport
Agency’s Minimum Standard Z/19 - State Highway Environmental and Social
Responsibility Standard.
The ESMP shall be in place within two weeks of Contract Award and prior to physical
works commencing on site. The Contractor shall programme the preparation and
submission of the ESMP to ensure the statutory timeframes are met, in particular,
submission of the ESMP to the Consent Authority at least ten working days prior to the
commencement of the construction activities. To meet the statutory timeframes the
Contractor shall programme a review period by the Engineer, of at least 5 working days,
and sufficient time for updates and subsequent submission following the Engineer’s
review prior to the statutory timeframe.
The Plan is to ensure that all works undertaken meet the conditions laid down in the
Outline Plan, Designation, Resource Consents, Permissions, Licences and relevant By-
Laws, Acts and regulations. The Plan is to be prepared in accordance with P47 2015
Specification for Social, Environmental and Cultural Management during Construction.
Where there exists a contradiction between the requirements of the ESMP and those of
any relevant designation, outline plans, resource consents and relevant District Plans,
Regional Plans, By-Laws, Acts and regulations, the latter shall apply.
The various sites contained in this Contract are regarded as environmentally sensitive and
the Contractor shall ensure all works are programmed, constructed and maintained so as
to minimise the impacts on the surrounding environment.
The ESMP shall as a minimum address:
a) Dust Control;
b) Erosion, Sediment and Stormwater Control;
c) Hazardous substance management, spill response and contamination management;
d) Construction Noise Control;
e) Construction Vibration Control;
f) Dewatering management;
g) Instream work and waterbody diversion management;
h) Flood risk Management;
i) Contaminated soil management;
j) Archaeological Site management (Note: The Archaeological Site Management Plan,
which has been prepared by the Project Archaeologist, is included as Appendix II);
k) Archaeological Discovery Protocol (Note: The Accidental Archaeological Discover
Protocol is included as Appendix II);

   

Page 43 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

l) Any other measures necessary to meet all conditions laid down within the Project
Specification and Outline Plan, Designation resource consent, Archaeological
Authority, Permissions and Licence conditions.
The following specific environmental plans are required to be prepared by the Contractor
and appended to the ESMP:
a) Traffic Management Plan;
b) Bridge Construction Plan;
c) Bridge Demolition Management Plan (can be prepared at the commencement of
Separable Portion 3);
d) Erosion and Sediment Control Plan;
e) Dust Control Plan;
f) Hazardous Substances/Spill Contingency Procedures;
g) Contaminated Site Management Plan;
h) The contractor shall include the Archaeological Site Management Plan and
Archaeological Discovery Protocol (see Appendix II) in the ESMP.
As a part of the ESMP the Contractor shall put in place induction, education, and
monitoring and reporting systems to ensure their staff and subcontractors working on the
sites meet the designation, outline plans, archaeological authority, and resource consent
conditions and ESMP. The Contractor shall regularly re-evaluate the ESMP and provide for
regular retraining and re-education to meet differing site demands.
Before beginning works on any site, the Contractor must ensure that the appropriate
environmental safety measures are constructed and operational. Further, the Contractor
must have in place all contingency and emergency plans and procedures before starting
work.
The Contractor shall report immediately to the Engineer all incidents with possible
significant effects or outcomes. All other incidents shall be reported on the daily report
and summarised on the weekly report.

9.2 DUST CONTROL PLAN


The Contractor shall prepare a Dust Control Plan (DCP) for the works as an input to the
ESMP. The DCP and its implementation shall satisfy all designation, outline plans and
resource consent conditions and include as a minimum:
a) Information on the proposed work programme;
b) Identification of likely sources of dust;
c) Management procedures that will minimise dust emissions;
d) Plant, equipment or other measures that will be used to control dust;
e) Identify the contact person responsible for dust management;
f) Proposed source of water and expected quantities required.
The Contractor shall keep on site a complaint register and clearly record all complaints
they receive about dust nuisance. The register shall record:
a) The date, time and duration of the dust emission leading to the complaint;
b) The location of the complaint and source of dust emission;
   

Page 44 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

c) Weather conditions, wind conditions and direction at the site when the event
occurred;
d) The corrective action undertaken;
e) Persons notified, and when, of the corrective action.

9.3 EROSION AND SEDIMENT CONTROL


The Contractor shall engage an experienced and suitably qualified soil conservator for the
life of the contract to design, implement, maintain, monitor, review, provide quality
control and certify that the conditions of the designation, outline plans and resource
consents are met. The duties of this person will include the training of the Contractor’s
staff in construction site management and the carrying out and monitoring of erosion
protection and sediment control techniques. The soil conservator is to advise the
Contractor on the preparation of all Sediment Control and Earthworks Management Plans
in order to meet the conditions of the designation, outline plans and resource consents.
An Erosion and Sediment Control Plan shall be prepared as an input to the ESMP. This
plan shall feed into the Contractor’s drainage construction programme and Earthworks
Management Plan and be prepared before the Contractor starts any of the activities
authorised by the Outline Plan, resource consents and archaeological authority. The
inputs shall as a minimum include the following:
a) Detailed site erosion and sedimentation control methods to be used;
b) Proposed locations of cut-off drains, silt traps, silt fences, hay bale filters, sediment
control ponds and other mechanisms or techniques;
c) Expected efficiency of sediment control facilities and design criteria to be used;
d) A plan that shows the areas where material is to be cut and filled and their quantities;
e) Sediment control methods at each fill placement site;
f) Locations of waterways;
g) Site stormwater control and disposal;
h) Contingency provisions for extreme weather events;
i) Methods of vegetation removal, storage and disposal;
j) Progressive rehabilitation of site throughout the contract and at completion of works,
including maintenance of the site until vegetation is sufficiently established to
minimise erosion;
k) Monitoring to be carried out during the construction works and rehabilitation of the
site;
l) Procedures and timing of the reviews of the management plan;
m) Reporting procedures;
n) Site rehabilitation including soil conditioning and re-sowing techniques, and tree and
shrub planting.
The required outcomes are as per the designation, outline plans and resource consent
conditions, and shall include but not be limited to:
a) All controls in place, inspected and approved by the Contractor’s soil conservator
before the start of works in any area and at any changes of conditions in any area;
b) All site staff being aware of the designation, outline plans and consent conditions;
   

Page 45 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

c) Diversion of all clean water run-off via a stabilised system;


d) All stormwater run-off contaminated by construction activities being treated in
appropriate stormwater settling facilities prior to being discharged into any waterway;
e) Progressive rehabilitation wherever possible;
f) All stream, watercourse, or open drain diversions being completed as far as
practicable before water is diverted into the new channel;
g) Minimising disturbances of sediments and vegetation in all waterways;
h) Machinery not entering the existing waterways or discharging contaminants into
them;
i) Entrapped fish being captured and relocated to permanent flowing water;
j) Ensuring the required notices of proposed work, diversions and inspections are
undertaken.
The designation, outline plans and resource consent conditions contains the various
requirements, with which the designs and plans submitted by the Contractor shall fully
comply. The designs and plans shall be sufficient to enable sediments to be contained
from the start of the contract period until the end of the Defects Notification Period.
The Contractor shall maintain all these works to achieve the required outcomes for the
duration of the contract period and Defects Notification Period. Within one month of the
end of the Defects Notification Period, all silt ponds and silt build-ups shall be desludged
or cleared and inspected before final approval and handover to the Principal.
All machinery and plant shall be operated in a manner that ensures spillage of fuel, oil
and similar contaminants are prevented during refuelling, machinery servicing and
maintenance. Refuelling and lubrication activities shall be carried out so that any spillage
can be contained and not enter any stream, tributary or wetland.
In addition to proactive measures to prevent spills and reduce the consequences of any
spills, the Contractor shall prepare a hazardous substance management, spill response
and contamination management Contingency Plan For Hydrocarbon Spills.
The Contractor shall take all steps necessary to prevent construction vehicles from
depositing mud and other debris on the surface of adjacent roads or footways when
entering and leaving the site. The Contractor shall quickly remove any materials so
deposited. Construction vehicles should be washed before entering onto the state
highway in order to satisfy this requirement.

9.4 CONSTRUCTION NOISE MANAGEMENT PLAN


The Construction Noise Management Plan (NMP) shall be prepared as an input to the
ESMP. The NMP shall aim to minimise any adverse effects from noise during construction,
and shall include:
a) The implementation of the principles contained in NZS 6803:1999 and the
designation, outline plans and resource consents during the construction of the
realigned highway and local roads;
b) Means to ensure that the designation, outline plans and resource consent
requirements are achieved.

   

Page 46 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

9.5 CONSTRUCTION VIBRATION MANAGEMENT PLAN


The Construction Vibration Management Plan (CVMP) shall be prepared as an input to the
ESMP. The CVMP shall aim to minimise any adverse effects from vibration during
construction and shall satisfy all Outline Plan, Designation and resource consent
conditions. The CVMP shall be prepared before the Contractor starts any of the activities
authorised by the Outline Plan and resource consents. The inputs shall as a minimum
include the following:
a) Maximum permitted ground vibration levels;
b) The times at which particular construction activities may take place;
c) Communication requirements with owners and occupiers of adjacent buildings;
d) Details of pre-construction trials;
e) Details and frequency of condition surveys;
f) Location, type and monitoring frequency of vibration monitoring equipment;
g) Construction methodologies for minimising the impact of vibration;
h) Procedures for maximum permitted ground vibration levels being exceeded or
justifiable complaints being received.

9.6 BRIDGE CONSTRUCTION AND DEMOLITION MANAGEMENT


The Bridge Construction and Demolition Management Plans shall be prepared as an input
to the ESMP. The plans shall set out the methodology for the construction of the new
bridge and demolition of the current bridge. The inputs shall as a minimum include the
following:
a) The construction methodology for the new bridge including any work platforms,
causeways and temporary river diversions;
b) The management and treatment of water extracted from piles during tremie concrete
placement;
c) The demolition methodology for the existing bridge including any work platforms,
causeways, temporary river diversions and management of materials, with lead based
paint (refer section 27.2), treated timber (refer sections 11.8.4 and 27.2); methods
for containing demolition materials; methods for removal of existing bridge piles and
methods for ensuring that debris does not enter the watercourse;
d) Systems and procedures for monitoring river water flows and weather events which
impact the river catchments;
e) Provision of a 24 hour emergency contact person who is able to respond to a flood
warning and implement emergency control measures; and
f) In the event of a flood occurring at the construction site, processes and procedures
to be put in place to manage the effects of a flood.
The following Ahaura River flow distributions (Figures 9.1 & 9.2 below) are provided for
the Contractors Information. The Contractor shall obtain all available river flow data and
make their own assessment of the risks.
The Contractors construction methodology, programming and mitigation strategies shall
be developed to minimise the risk from river flows to the permanent or temporary works,
plant, equipment and personal.

   

Page 47 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor shall take into account and manage the potential for increased risk when
planning and executing the works.

Ahaura at Bridge cumulative distributions (May 1965‐Aug 2018)
1000 year

900 Jan

Feb
800
Mar
700
Apr
600
Flow (m3/s)

May
500
Jun
400 Jul

300 Aug

200 Sep

Oct
100
Nov
0
0 10 20 30 40 50 60 70 80 90 100 Dec
Percent time value exceeded

Figure 9.1 River Cumulative Distributions

Ahaura at Bridge: 1%, 5%,10% and 20% exceedence flow value 
by month (1965‐2018)
800

700

600

500
Flow (m3/s)

1 percentile

400 5 percentile
10 percentile
300
20 percentile

200

100

0
Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Figure 9.2 Ahaura River Exceedance flows

   

Page 48 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

9.7 CONTAMINATED LAND MANAGEMENT PLAN


The Contaminated Site Management Plan shall be prepared as an input to the ESMP. The
Plan shall set out the procedures to safely manage potential environmental and human
health hazards associated with soil and water contamination during construction. The
inputs shall as a minimum include the following:
a) Implementation and operational procedures, roles and responsibilities;
b) A programme of works;
c) A contingency action plan for unexpected contaminant discoveries;
d) Methodology for the working of soils containing elevated contaminant levels;
e) Procedures for handling, stockpiling, containment and removal of contaminated
material;
f) Procedures for disposing of potentially contaminated water if dewatering is required
on contaminated sites;
g) Methods for keeping of records of material excavated including location of
excavation, removal or disposal locations, quantity of material;
h) Monitoring requirements and testing and disposal procedures;
i) Details of risk management measures to be implemented;
j) Emergency response action plan including emergency contact details; and
k) Procedures for consultation with the Grey District Council and West Coast Regional
Council.

9.8 PROJECT ECOLOGY


The Contractor shall engage an experienced Ecologist as the ‘Project Ecologist’. The
ecologist shall be someone with a freshwater aquatic background and experience in
stream diversions (to ensure the success of the Ahaura Stream diversion) and the
ecologist shall have an electric fishing ticket. The ecologist shall also have experience
with avian ecology. The ecologist’s CV and evidence of background and experience shall
be provided to the Engineer for acceptance prior to engagement of the ecologist.
The ecologist shall be engaged and involved in the development of management plans,
and construction methodologies. The ecologist shall be engaged and involved in the
management and supervision of the management plans and construction activities,
including, providing direction, instructions and input to construction activities. Evidence
of the ecologist’s inputs and acceptance of the plans and methodologies shall be
provided to the Engineer.
The ecologist shall undertake all activities detailed throughout various sections of this
project specification and the following activities:
a) Prior to works in the Ahaura River Bed
i. Check for any nesting birds: The area of inspection is to include the riverbed
from the existing confluence of Ahaura Stream and Ahaura River, to 100m
upstream of the existing road bridge and to include any gravel extraction
area(s) with at least a 50m buffer around these site(s).

   

Page 49 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

ii. Input, overview, management and co-ordination of instream works e.g.


causeway construction, removal of bridge, management of concrete pouring
for new piers etc
b) Ahaura Stream
i. Any temporary stream crossings (i.e. culverts): Plans shall be provided to the
ecologist along with the construction methodology for the ecologists review
and acceptance before any works are undertaken. Evidence of the
ecologists review and acceptance shall be provided to the Engineer.
ii. The realigned stream channel should be checked by the ecologist to ensure
that finished landform offers suitable habitat prior to switching water into
the new channel, with particular focus being on ensuring stream-bed voids
are infilled with gravels in accordance with the design drawings.
iii. Fish salvage of the existing stream is to be undertaken immediately prior to
re-routing the stream in to the new stream channel. Any remaining fish
salvage shall be undertaken by hand once waters are switched to the new
waterway. Salvage should be undertaken by the Project Ecologist and
approved personnel only. A DoC wildlife permit is not required due to
relocation nearby, but the proposal should be discussed with DoC out of
courtesy.
c) Any other construction activities deemed necessary by the ecologist.

   

Page 50 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Customer management
10.1 GENERAL
The Principal has a customer first philosophy and seeks to apply this across all levels of
its business. More specifically, as it relates to its customers use and interaction with the
state highway network, the Principal recognises key customer first values which are
grouped as:
a) Safer Journeys
b) Efficient and reliable journeys
c) Social and environmental responsibility
The Contractor is expected to embrace these values in consideration of all road user
groups, key stakeholders of the Principal, and adjacent neighbours, communities and
environments. More particularly, the Contractor shall recognise that their staff and
actions, together with those of their subcontractors, can directly influence the public
perception of the Principal, and the effective realisation of its customer values.

10.2 CONTRACTOR’S CUSTOMER AND STAKEHOLDER


COMMUNICATION MANAGEMENT PLAN
The Contractor’s CSCMP shall outline how the Contractor will fulfil the Transport Agency’s
expectations in regard to public engagement and communication, stakeholder
engagement and communication, liaison with Property Acquisition Agency and Agents.
The CSCMP shall include as a minimum:
a) Customer safety
The Contractor shall consider those safety risks which are either pre-existing or created
as a consequence of the Contractor’s works, and describe those methods to be applied to
ensure customer safety is not compromised.
This may include:
 Use of barriers/sight screens;
 Use of advance Variable Message Signs;
 Worksite planning and methods to reduce exposure to roadside hazards either pre-
existing or created as part of the temporary works;
 Other techniques in excess of nominated traffic management requirements.
b) Minimising travel delay and disruption
The Contractor shall identify potential causes for traffic delay and disruption, and
demonstrate how the sequencing of works has maximised opportunities and minimised
disruption for the travelling public. Where ongoing or significant disruption cannot be
avoided, the Contractor shall describe those measures to inform or otherwise customer
expectations.
This may include:
 Worksite programming and worksite planning to minimise delay and disruption, in
particular minimising the need for temporary speed limits;

   

Page 51 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

 Avoidance of work in periods of peak travel demand, or management through


temporary traffic flow capacity analysis;
 Use of manual traffic control over automated traffic control, where responsiveness to
traffic demand/queuing is critical;
 Establishment/enhancement of alternate travel routes, within or around the worksite;
 Coordination with utilities, also seeking to undertake work within or adjacent to the
worksite;
 Prompt site restoration (e.g. removal of loose chip and reinstatement of
signs/markings) once the construction work is complete;
 During non-working hours, the road should be left in a condition such that either the
permanent speed limit, or highest practical temporary speed limit, can be left in
place, subject to maintaining site safety.
 The use of variable message signs (VMS)
c) Ride discomfort and nuisance
The Contractor shall consider potential causes for ride discomfort and nuisance for all
road users and neighbours, and describe methods to avoid or minimise those situations.
This may include:
 Temporary or failed surfacing that could lead to vehicle damage or increased vehicle
wear and tear;
 Situations of general nuisance (e.g. bitumen splashes on vehicles, detritus on
walkways).
d) Communication and customer relations
While the community and stakeholders are interested in, and supportive of, the project,
there are always disruptions during construction and opportunities to engage directly
with the community during construction.
During the development of the Detailed Business Case and detailed design, significant
investment was made by the project team to engage with the local Ahaura community and
listen to the feedback provided. A number of small but significant changes were made to
the design following feedback from the community. The Contractor shall contribute to
maintaining the good relationship with the community and stakeholders.
The Contractor shall identify communications and interactions necessary to ensure road
user, neighbour and community consultation needs are met. Reference shall be made to
the six principles set out within the state highway public engagement guidelines. Such
consultation needs will generally be of an informative/advisory nature, to inform the
wider community of the Contract Works, to inform road users of potential traffic flow
delays and advise of alternate travel choices, and to inform neighbours where activities
associated with the Contract Works will have a more direct affect on the use and
enjoyment of adjacent property. The CSCMP should also identify opportunities to involve
the community, for example, Awahono School.
This shall include:
 The Contractor shall provide input to all Principal’s publications and communications,
as detailed in section 2.6.4 of this Project Specification;

   

Page 52 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

 Mailbox/Post office Box drop notifications to adjacent residents of any activity that
affects access to their property, or may cause disturbance to the normal enjoyment or
use of their property;
 The Contractor shall observe any cultural protocols, particularly when engaging with
Maori, when undertaking work of a culturally sensitive nature;
 Public notification of upcoming detours or other traffic disruptions;
 Public advice of traffic conditions;
 Providing/supporting reporting for the Principal’s Traffic Road Event Information
System.
e) Social and Environmental Management
Except where otherwise required under this Project Specification, the Contractor shall
consider potential adverse social or environmental effects created as a consequence of
the Contractor’s temporary works, and describe those methods to be applied to ensure
the adjacent social interests or environment is not compromised.
This may include:
 Control of dust spread onto sensitive environments (natural or agricultural);
 Quality and control of stormwater flow off-site and onto adjacent property;
 Noise control and effect on occupiers of adjacent property;
 Vibration control and effect on occupiers and buildings on adjacent property;
 Archaeological Site Management Plans for land and/or buildings, including effects on
adjacent property;
 Protocols for discovery of matters of a historic or cultural nature;
 Containment and removal of toxic materials, debris and waste;
 Maintaining public access to the river (including vehicle/boat trailer access);
 Process for demonstration, and ownership, of damage to adjacent property.

   

Page 53 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Site information
11.1 SITE LIMITS
The site limits are shown on Drawing No’s C2101, C2102 & C2103 (Land Designation
Plan). The land within the site limits has been designated and appropriately consented
for state highway construction.
The Principal (NZTA) is prepared to offer the Contractor the use of the existing residential
dwelling, grounds and associated outbuildings at No. 3329B SH7 (Camp Street – ex.
Pickering Property) for the duration of the Contract. If the Contractor wishes to use this
property a walkthrough inspection shall be held with the Engineer and the Principal prior
to occupation to record the condition of the dwelling, associated grounds and
outbuildings etc. The Contractor shall return the dwelling and associated grounds to the
same or better condition and standard to that recorded during the pre-occupation
inspection. NZTA does not warrant in any way the suitability the dwelling and associated
outbuildings etc for the Contractors use. The Contractor shall satisfy themselves on the
suitability. The Contractor shall note that this property is:
a) serviced by a temporary domestic water supply feed to the Ahaura township supply
i. the property had previously been supplied domestic water from an onsite
well/bore, however, the well/bore no longer produces clean safe potable
water. It is believed that the existing well screen has collapsed and water
extracted from the well is contaminated with silts and sands
ii. The existing well/bore is to be permanently decommissioned as part of the
Project Works
b) serviced by overhead and underground electricity supply which require diversion as
part of the Project Works
All other existing buildings (residential house, sheds, garages, stables, stock yards etc)
located within the designated area, or adjacent NZTA owned land, shall not be used by
the Contractor at any time during the Contract.

11.2 ACCESS TO THE SITE


Site access from public roads shall be designed by a traffic design engineer with
appropriate controls in place to ensure that traffic safety is not compromised and delays
are within contract requirements. Direct access to public roads from multiple locations
along the site frontage will not be permitted.
Temporary access across the Ahaura stream has been accommodated through the
statutory consent approvals via installation of a temporary culvert by the Contractor. The
statutory consents do not allow for any temporary diversion of the stream.
The Contractor shall meet the archaeological requirements outlined in 4.2.1 before
undertaking any stripping, clearing, and any construction of site access tracks, roads,
compounds, laydown areas etc.
The Contractor shall meet the requirements of the relevant road controlling authority for
the use of any public road access.

   

Page 54 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor shall erect appropriate signs to show accesses and restricted routes.
Before the signs are erected, the Contractor shall submit the signage details in writing to
the Engineer and the relevant road controlling authority for approval.
At the cessation of work on any day and before darkness, the Contractor shall completely
barricade all entrances to the site to prevent traffic access.
DoC Easement across the Ahaura River Marginal Strip has been obtained for access to the
works as outlined in Section 8.4.1 above.
The Contractor shall meet the requirements of KiwiRail for access into or through KiwiRail
land, and shall also meet all requirements for working on KiwiRail owned land and on
KiwiRail assets. NZTA and KiwiRail have entered into a Temporary Occupation Agreement
which is included in Appendix VII. The Contractor shall adhere to all conditions of this
agreement.
Unless otherwise approved in writing by the Engineer, the Contractor shall not gain entry
to the Site via private land. It is unlikely that the Engineer’s approval will be given unless
the Contractor has obtained written consent to enter the property from the landowner and
occupier. Access to the private land from the public road shall be to the satisfaction of
the relevant road controlling authority. The Contractor shall be fully responsible for
negotiating, paying for, and bearing all costs for these accesses and for any matters
arising with parties who consider themselves to be affected. The Contractor shall assess
the potential environmental impacts of this access and obtain all necessary permissions,
licences and consents for the required use. The Contractor shall obtain written
confirmation from the Landowner that all matters relating to the Contractor’s use of
private land have been satisfactorily resolved upon completion of the Contractor’s use of
the private land.

11.3 PUBLIC AND PRIVATE ROADS AND ACCESSES


The Contractor shall retain all public and private roads and accesses affected by the
Contract Works until suitable alternative access is provided.

11.4 DUMP AND STOCKPILE SITES


The Contractor shall arrange their own dump and stockpile sites, obtain any necessary
agreements or approvals and pay all associated costs.

11.5 UTILITIES CONTRACTORS


The following specialist work shall be completed by or under the direction and/or
requirements of the utilities providers and/or their contractors or agents:
a) Street Lighting and Power reticulation and diversions – Electronet
b) Telecommunications – Chorus
The Contractor shall programme, manage, co-ordinate and engage with the Utilities
providers and their contractors to complete these works. The Contractor shall cater for
these providers and contractors on site so they can complete their necessary construction
activities in accordance with Section 22.

11.6 SURVEY INFORMATION


The Contractor shall be responsible for ensuring all existing survey marks within the
scope of the Contract Works are located and provision made for ensuring they remain
   

Page 55 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

undisturbed prior to work commencing and during the works. The Contractor shall
advise the Engineer of any marks not already relocated that will be affected by the work.
Following the approval of the Engineer the Contractor shall contact Land Information New
Zealand to obtain approval for relocation or replacement of those marks. The Contractor
should make due allowance for any costs associated with the maintenance, protection or
relocation of the existing survey marks and/or delays that may occur as a result.
The survey projection and datum are:
Coordinate Projection: NZGD2000 / Grey Circuit 2000
Levels: Lyttelton Vertical Datum 1937
Design Survey completed August 2018. Origin of coordinates IS I S05945. Origin of levels
BM AAY4.

11.7 GEOTECHNICAL INFORMATION


Geotechnical information is provided in Appendix III. The Contractor shall be responsible
for making their own interpretation of this information and shall be deemed to have
satisfied themselves as to the nature of the ground and subsoil prior to submitting their
tender.
The Contractor’s attention is drawn to the absence of geotechnical information within the
active river channel in the vicinity of Piers E, F and G. The Contractor shall undertake two
proof bores in advance of piling to inform the sandstone level at these piers. The
requirements for these boreholes are stated in 25.5.1.2 below.

11.8 CONTAMINATED MATERIAL


Land Fill and Sheep Dip

A Contaminated Land - Detailed Site Investigation Report has been completed and is
included as Appendix X. The Contractor shall review this report, make their own
interpretation of this information, and ensure the identification, treatment, handling
and disposal of soils from these zones meets the requirements of the resource
consents, the Health and Safety at Work Act, site safety and risk management plans
and the requirements in the Construction Drawings and Section 23.

There are two known contaminated land sites (Land Fill and Sheep Dip) on the project
as shown on the Construction Drawings. The contaminated land associated with the
Sheep Deep contains arsenic.

The Contractors attention is drawn to: WorkSafe NZ, “Policy clarification:


Contaminated land and the Health and Safety at Work (Hazardous Substances)
Regulations 2017. Which shall be referenced as a guide to manage risks.

The contaminated material associated with the Sheep Dip site is concentrated in the
topsoil layer (top 200mm). This material is to be excavated, stockpiled, covered with
a waterproof cover until encapsulation into the works as shown on the Construction
Drawings.

The contaminated material associated with the Landfill is a strip adjacent to the
existing state highway and up to approximately 2m deep (although the exact extent

   

Page 56 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

is not totally defined). This material is to be fully excavated and dumped offsite at an
authorised landfill and the site backfilled with granular bulk fill.

All contaminated land works shall be completed in accordance with Section 23.

Coal Tar

Testing was undertaken on chip seal found in existing pavements (i.e. chip seal layers
within pavements where overlays had been constructed) to determine if coal tar was
present. These tests were concentrated in pavements where tie-in and scarification
for redundant portions of the road will occur – refer Figures 5, 10 and 11 of the
Contaminated Land - Detailed Site Investigation Report (Appendix X).

The testing did not identify any evidence of coal tar being present at the sites tested.

The existing bridge deck has recently been resurfaced and therefore does not contain
coal tar, however the existing bridge surfacing contains bitumen and shall be
handled, removed and disposed of off site at a suitable approved landfill facility. The
timber deck boards are treated timber as noted in 11.8.4 below.

Lead Paint

Lead paint testing of accessible components of the existing Ahaura River Bridge has
been undertaken. The testing confirmed the presence of lead paint on various
components of the bridge. The lead paint test report is included in Appendix X which
is provided for the Contractors information only.

The Contractor shall take all steps to ensure lead paint does not contaminate the
environment during the existing bridge deconstruction. All components containing
lead based paints shall be dumped off site at a suitable approved landfill facility.

Deconstruction of the existing bridge and disposal of elements containing lead paint
shall be completed in accordance with Section 27 of this project specification.

Treated Timber

It is known that some of the timber elements of the existing bridge structure (in
particular the existing decking timber) are treated for preservation (treated with CCA,
ACQ and Copper Azole etc).

The Contractor shall take all steps to ensure all treated timber is managed, handled
and disposed of appropriately.

11.9 HISTORIC FRUIT TREES


Several fruit trees located on the southern bank of the Ahaura River have been
identified as historic varieties which are no longer commercially grown and many of
these historic varieties are slowly disappearing. The new southern approach to the
replacement Ahaura River Bridge traverses over the site where the trees are located.

One (1) of the historic fruit trees is located outside the footprint of the proposed
works and shall be retained. The tree to remain is shown on the Construction
Drawings.

The Contractor shall protect the historic fruit tree to remain prior to any works
commencing onsite. The tree, and the ground immediately under and around the
tree, shall be protected by erecting temporary fencing (Interlocking security chainlink
   

Page 57 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

2.2m high or equivalent) fully circling the tree a minimum of 2m away from the crown
of the tree. The fence shall be securely placed (i.e. with waratah posts or equivalent)
to prevent the fence from being repositioned or falling over.

The Contractor shall fully remove the temporary fence at the completion of all project
works (including landscaping works).

Other trees (non fruit trees) to be retained and protected during the construction
works are identified on the construction drawings (northern embankment). The
Contractor shall install protection measures as the Contractor deems necessary to
protect these trees from damage. These trees shall be free from damage and healthy
at the end of the construction works.

   

Page 58 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

As-built requirements
12.1 INTRODUCTION
Aside from any other requirement of this contract, the Contractor shall supply to the
Principal the As-Built Drawings, Construction Report and other data outlined in this
section.
The information required shall cover all the Contract Works except the Temporary Works.
The Contractor shall prepare and submit to the Engineer red-line mark up as-built
drawings for the design consultant to prepare the electronic as-built drawings.
Red-line mark up as-built drawings shall be provided to the Engineer on a continual basis
throughout the project for verification by the Engineer.
Further to 5.20 of the General Conditions of Contract, the draft As-Built Drawings and
Construction Report must be submitted to the Engineer at Separable Portion 1 Practical
Completion. The Contractor shall submit the final As-Built Drawings and final
Construction Report within four weeks of issuing the Separable Portion 1 Practical
Completion Certificate.
Sections 12.2 to 12.3 (inclusive) shall apply for any Contractor alternative designed
elements.

12.2 AS-BUILT DRAWINGS


The draft As-Builts shall be provided on a continual basis throughout the project for
verification by the Engineer, Final As-Built Drawings, as accepted and certified by the
Engineer, shall be delivered, within four weeks of issuing the Practical Completion
Certificate in the following formats:
a) one complete set of AutoCAD (or equivalent vector drawing software as agreed by the
Principal) files including all associated files.
b) one complete set of un-editable Adobe PDF files exported from the CAD As-Built
Drawings. This shall serve as a read-only set for viewing, downloading and printing
by users of the Transport Agency As-Built System. The first drawings/s on the disk
shall be a full drawing list and shall be denoted as such.
The As-Built Drawings shall meet the following minimum requirements:
a) The Drawings shall comply with the relevant AS/NZS series 1100 standard on
technical drawing;
b) The Drawings shall show the sizes, dimensions, locations and Materials of all parts of
the Contract Works;
c) A correctly positioned and labelled grid is required on all plan Drawings. Units of
measure shall be metres or millimetres, and the units used shall be clearly labelled;
d) Where possible all work needs to be layered to allow a smooth transition from CAD to
GIS. All like features shall be grouped accordingly for example lighting, drainage,
signage, road markings, utility services, bridge details, and the like;
e) The finished ground surfaces beyond the completed permanent works of all land
made available by the Principal shall be shown. This includes but is not limited to all
   

Page 59 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

landscape fills, waste disposal areas, borrow areas, and reinstated temporary facility
areas.
A unique file name is required for every As-Built Drawing in accordance with the following
file naming convention. If there is no system is in place, to ensure a unique file name, the
following filename guidelines are to be used for documents submitted to the Transport
Agency:
 <Project name> The Transport Agency project name (or an abbreviation) that the
drawing relates to, eg. CMJ - Stage 1
 <Drawing Reference> A unique drawing number or code used to reference the
document.
All components of the filename should be upper case and separated by underscores to
allow easier use of these by web engines and browsers.
Example files names are shown below:
 CMJ-STAGE1 _485C101.jpg
 NORTHERN_MOTORWAY_EXTENSION_S101.pdf
The following As-Built document attributes shall be delivered with any As-Built document
that is produced for the Transport Agency. This information shall be provided in tabular
format.

TABLE 12.2: AS-BUILT DOCUMENT ATTRIBUTES

MANDATORY
NAME DESCRIPTION EXAMPLE
/ OPTIONAL

Project Name The name of the project for which this M CMJ Stage 1
document was generated.

State The State highway on which the asset is M 01N, 002,


Highway located. 099 etc.

Reference Location Reference that is associated with M 427


Station (RS) the drawing.

Route Location Reference that is associated with O 3.68


Position (RP) the drawing. Distance from the preceding
RS

Asset Type Type of Asset. M Bridge

Asset ID. For structures this will be the unique M 12345


Bridge Structure Identifier, as recorded in
the Transport Agency’s Bridge Descriptive
System.

Asset No. For structures this will be the Bridge O 4287


Structure Number, as posted on the road
and recorded in the Transport Agency’s
Bridge Descriptive System. This number
is unique to the State Highway only.

   

Page 60 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 12.2: AS-BUILT DOCUMENT ATTRIBUTES

MANDATORY
NAME DESCRIPTION EXAMPLE
/ OPTIONAL

Asset Name The name of the asset. (Mandatory for M Khyber Pass
structures). Viaduct

Filename Filename of the document as on the M CMJ-STAGE1


supplied disc provided, using the same _485C101.jp
format. g

Location Description of the location e.g. River O Khyber Pass


Name Name.

Document The nature of the As-Built document, eg. M As-Built


Type Drawing, Technical Report, Contract Drawing
Completion Report, etc.

Document The name of the document. M Barriers


Title Layout Plan

Document The number or code given to this M 485C101/1/3


Number document, eg. Drawing number.

Document The date on which a document was M 12/11/2004


Date released (not necessarily the same date
on which it was loaded into the
repository).

Sheet Where a drawing has more than one sheet O 01


Number this is the sheet number.

Document For drawings this should state “AB” for As- M AB


Revision Built.

Application The application and version that was used O AutoCAD


Type & to create this As-Built document. 2004
Version

Consultant The name of the consulting organisation M Freeflow


that generated the document. Alliance

Consultant The office the document originated from. M Auckland


Town

IP Owner The owner of the copyright for the M NZ Transport


document as specified in the contract. Agency

12.3 BRIDGE DATA SYSTEM INPUT FORMS


The Contractor shall use certified Bridge Data System (BDS) Input Forms to provide bridge
update data to the Engineer a minimum of two months prior to Practical Completion.

   

Page 61 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

12.4 CONSTRUCTION REPORT


The Contractor shall provide a Construction Report identifying the actual types of
Materials and methods of construction used throughout the Contract Works. The intent
of the Construction Report is to compile background information for the project and
intellectual property associated with the construction to ensure the smooth and efficient
uptake of maintenance works and operation covering all facets of the project. The
Construction Report shall:
a) Explain the problems and defects encountered during the construction of the
Contract Works, and how these were overcome or put right;
b) Comment on the remedial and corrective actions taken;
c) Comment on any construction outcomes that will impact on future maintenance. eg
i) The challenging sections of subgrade that were encountered during
construction, how these were dealt with and what impact this may have on
maintenance.
ii) Type of sealing – first coat, second coat or asphalt and what are the
maintenance expectations as a result of the type of seal used.
iii) The location of services in relation to structures that may require
excavation as part of maintenance.
iv) Long term maintenance/replacement responsibilities for boundary fences.
v) Agreements with local authorities on maintenance/ownership of peripheral
assets.
vi) Landscape maintenance expectations.
d) Include a complete record of all laboratory (and other relevant testing) information
for all Materials used in the Contract Works;
e) Include mill certificates for all reinforcing steel, pre-stressing strand and structural
steel used in the Contract Works
f) Include copies of all pile installation records, including as a minimum the following:
i) Contract and structure name.
ii) Pile number, location, pile type, and pile dimensions.
iii) Where drilled, the driller’s record, showing date and time of drilling, the
type of materials encountered, and the depths at which the materials were
encountered.
iv) Where driven, the pile driving records information throughout the driving
compared against the investigation data and plotted for each pile in a
group.
v) Where piles have been lengthened or shortened, all relevant information
including off-cut length or extension length, the reason for the change and
on what authority the change was made, shall all be included.
vi) Expected and actual (as assessed on site) rock levels.
vii) The expected and actual constructed founding levels.
viii) Casing finished levels (top and bottom) and total length.
ix) Water levels inside the pile.
   

Page 62 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

x) Confirmation of cleaning of pile base, including the recorded depth of the


shaft at the end of drilling and immediately prior to placing concrete.
xi) Reinforcement checklist.
xii) The level of the top of the reinforcement cage before and after pouring.
xiii) Concreting records, including the total volume of concrete placed, the
volume supplied with each truck, slump measurements and number of
cube or cylinder samples taken, time of batching, and concrete placing
start and completion times.
xiv) Depth to top of concrete for each truck placed, and depth of tremie tube (if
appropriate).
xv) Actual constructed elevation of the top of the pile.
xvi) Cross-reference proving bores (if appropriate).
xvii) The Contractor's signature verifying that all work has been completed
satisfactorily.
g) Post-tensioning or pre-stressing records (if appropriate), including the following as
a minimum:
i) Type of equipment and tensioning system.
ii) Unit identification.
iii) Tendon number and identification.
iv) Observed tendon extension, pull-in and slip at transfer for each tendon.
v) Observed jack force immediately prior to transfer.
vi) Measured duct friction values.
vii) Copy of stressing calculations.
viii) Records of concrete strength at transfer.
ix) Jack calibration certification.
h) As-built survey along the bridge deck centreline, providing co-ordinates and levels
of the deck surface, at maximum 10 metre intervals, certified by a Registered
Surveyor;
i) Material warranties;
j) All electrical certification certificates and commissioning and testing reports;
k) Manufacturers specifications, data sheets, warranties, maintenance and operations
requirements for the Electronic “Your Speed” sign, including electrical certificates &
electrical connection diagrams, commissioning and testing reports.

12.5 DATA SHEETS


The Contractor shall provide to the Engineer data sheets for each Contractor-supplied
design and construct item of mechanical or electrical equipment and for all process units,
instruments, valves and other like items for which detailed information may be necessary
for their successful operation and maintenance.

   

Page 63 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

12.6 ROAD ASSESSMENT AND MAINTENANCE MANAGEMENT


(RAMM) INSPECTIONS AND DATABASE
The Contractor shall provide all completed RAMM update tables and network change
forms in line with the Transport Agency’s State Highways Database Operation Manual to
the Network Outcomes Contractor (NOC) / Transport Agency’s Network Manager (NM) on
an ongoing basis, as applicable, throughout the contract duration. Refer Z/15, PSF3g,
PSG15. Final RAMM update tables are required prior to issue of the Defects Liability
Certificate.
The NOC will be responsible for setting up the new highway Location Reference
Management System (LRMS) for the Project.

   

Page 64 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Maintenance requirements
13.1 MAINTENANCE RESPONSIBILITIES
The Contractor shall be responsible for highway and local road maintenance activities
during the Construction and Defects Notification Periods as set out below and as detailed
in the PSF15 forms in Appendix VIII.
NZTA’s NOCPS will continue to undertake routine mowing of grass berms on SH7 through
the project site for the duration of the contract. The Contractor shall maintain access to
the berms for the NOCPS Contractor to complete the routine mowing.
NZTA’s NOCPS will take over routine mowing of new grass berms on the realigned SH7
through the project site following Practical Completion of Separable Portion 1 and once
satisfactory grass strike, grass growth and even coverage has been achieved in
accordance with NZTA P39. The Contractor shall remain responsible for any defects
identified to grass berms and maintenance and defects of all planting following Practical
Completion.
The Contractor shall be responsible for the following highway maintenance activities:
a) From Possession of Site until Practical Completion: All maintenance activities for the
new and existing highway within the zone of the works as specified in the following
the Transport Agency’s routine maintenance standard specifications and Table –
Schedule of Maintenance Responsibilities and Service Level Requirements During
Construction including in Appendix VIII:
http://www.nzta.govt.nz/resources/ spec-index-list/index.html
 TNZ C1, TNZ HM11 to TNZ HM15, TNZ HM19
 TNZ HM10, TNZ HM16, TNZ HM17, TNZ HM20, TNZ HM21, TNZ HM23, TNZ C23,
TSer09, TSer10, TSer12, VC09
b) From Practical Completion until end of the Defects Notification Period: All
maintenance activities for new, upgraded, or altered state highways and the portions of
redundant state highways which will for new local access roads within the zone of the
works as specified in the following the Transport Agency’s routine maintenance standard
specifications and Table – Schedule of Maintenance Responsibilities and Service Level
Requirements During Defects Notification Period including in Appendix VIII. The extended
Defects Notification Period for SP3 relates to landscape defects and maintenance
responsibilities only:
 TNZ C1, TNZ HM11 to TNZ HM15, TNZ HM19
If the Contractor fails to complete the maintenance works within an appropriate response
time, the Principal shall be entitled, after giving the Contractor reasonable notice, to
employ others to carry out such maintenance works. The Principal shall be entitled to
recover the cost of such works from the Contractor.
Nothing in this section shall relieve the Contractor of its obligations in respect of:
a) construction activities after Practical Completion, including any second coat
surfacing; and
b) defects liability.

   

Page 65 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Technical requirements
14.1 GENERAL
Technical requirements and specifications are contained throughout the Contract
Documentation and are not fully identified below. The Contractor shall adhere to all
technical requirements and Specifications in the Contract Documentation.

14.2 ROUGHNESS
Further to Transport Agency B2, Clause 7.7, the longitudinal smoothness shall comply
with the requirements of this Section 14.1.
On completion of surfacing and placement of pavement markings and raised pavement
markers, the Contractor shall carry out surface roughness measurements in accordance
with the Transport Agency’s Technical Memorandum TM7003 (TM7003).
The roughness shall be measured in the wheelpaths of all lanes surfaced under the
contract in both directions. Readings relating to pavement lengths less than 20m at the
end of the lane shall be disregarded. For acceptance testing the roughness will be
measured after completion of the surfacing but it is strongly recommended that the
Contractor also carry out roughness testing before application of the final surfacing as a
guide.
The criteria for acceptance shall be in accordance with Section 2 Roughness Requirements
the Transport Agency’s TM7003 and the following:
a) No 20m reading in any lane shall exceed 70 NAASRA counts/km for a chipseal
surface
b) No 20m reading in any lane shall exceed 60 NAASRA counts/km for a asphaltic
concrete surface
If the acceptance criteria are not achieved, the Contractor shall at its expense remove the
surfacing, scarify the pavement surface, compact, remake, resurface, retest and reapply
all pavement markings and raised pavement markers to the satisfaction of the Engineer.
For aesthetic reasons repair of localised areas that result in a series of patches in the final
surface will not be acceptable. Where the surface needs to be rectified to achieve the
specified roughness criteria the area of surfacing to be rectified shall be agreed by the
Engineer.

14.3 SKID RESISTANCE


The surfacing shall meet the requirements specified in the Transport Agency’s
Specification T10:2010 Skid Resistance Deficiency Investigation and Treatment Selection,
and any other subsequent amendments.

14.4 GRAFFITI GUARD


Permanent (not sacrificial) anti-graffiti coatings shall be applied to the exposed faces of
all concrete surfaces including barriers, piers and abutments. The coatings shall have a
design life of not less than 10 years. The coating shall be either on the Transport
Agency’s list of prequalified formulations or prequalified by the Contractor for inclusion
on the Transport Agency’s list.

   

Page 66 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Anti-graffiti coatings shall be applied in accordance with the manufacturers written


instructions.
The Contractor shall maintain the structure free of graffiti until handover to the Principal.
Graffiti removal on protected surfaces shall be undertaken in accordance with the
manufacturer’s instructions.
Further details and anti-graffiti requirements are detailed in Section 25.7.4.

14.5 CONCRETE
Refer to concrete requirements contained in Section 25.3.1 below.

14.6 BRIDGE CONSTRUCTION


Refer to bridge construction requirements, including specific pile and prestressing
requirements in Section 25.

14.7 GUARDRAIL CERTIFICATION


All guardrail (permanent and temporary) shall be an approved Road Safety Barrier System
in accordance with NZTA M23 “Specification for Road Safety Barrier Systems”.
The guardrail installation shall be inspected by a person with the ‘Barrier Installation and
Maintenance Inspection Qualification (BIMIQ)’. The Contractor shall provide the
completed guardrail manufacturer’s installation checklists completed by the BIMIQ
qualified person.
The Contractor shall provide the guardrail manufacturer’s installation methodology
All guardrail shall be set out and installed from the fixed end if this exists (i.e. bridge
barrier). There shall be no cutting or modifying any guardrail sections and no drilling of
new or existing holes of any section of guardrail, posts and other proprietary
components.

14.8 PRACTICAL COMPLETION


In addition to 5.20 and 10.4 of the General Conditions of Contract (NZS 3910), the
Practical Completion Certificate will not be issued until all of the acceptance criteria above
have been achieved.

   

Page 67 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Earthworks
15.1 EXTENT OF WORKS
The works covered in this Specification includes the supply of all labour, materials, plant
and equipment to undertake:
clearing and removal of all obstacles within the limits of the earthworks;
excavation of topsoil;
excavation of all cuts, including excavation below the final subgrade surface;
excavation of borrow areas, stockpiles, benches and surface drainage facilities;
carting of the excavated material to fill or waste;
construction of the fills and subgrade including shaping and trimming; and
quality control testing of the works completed.
The extent of earthworks shall be limited to the extents shown on the drawings and
required for construction.

15.2 RELEVANT CODES AND STANDARDS


The works shall be carried out in accordance with:
the latest version of NZTA F/1: Specification for Earthworks Construction except where
explicitly stated otherwise by this specification;
Conditions of Resource Consents;
Contract Documents including drawings and this specification; and
Conditions of the applicable Resource Management Act including conditions from
Regional and Local Authorities.

15.3 GEOTECHNICAL INFORMATION


Factual and Interpretive Geotechnical Reports have been prepared for the project and
form part of the Contract Documents.
The Contractor is responsible for reviewing and making their own interpretation of this
information.
The Contractor shall review all background information to develop a methodology and
earthworks programme to make maximum use of the materials available.

15.4 MATERIALS
General

Materials shall be classified as outlined in NZTA F/1.

For the purposes of this Classification, the Optimum Moisture Content of the
different material encountered during construction shall be determined by Test 4.1.3
of NZS 4402:1986.

   

Page 68 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The following additional Clauses to NZTA F/1 shall apply:


unsuitable material “Type U” is any material which shall not be used as construction
fill due to its nature, strength or moisture content; and
unsuitable material for “Imported fill” shall include:
i. organic soils and peats;
ii. uncontrolled filling which is very loose or soft, contains voids, poorly sorted
and particles or organic materials which may degrade/decompose; and
iii. non-granular soils; and
iv. granular soils not meeting the grading or weathering requirements specified
in the Bulk Fill Section, Section 15.4.2.

Bulk Fill

All materials for use as bulk fill (including subgrade improvement, undercut
replacement fill (i.e. Landfill and buried forest), embankment construction etc), shall
meet the requirements set out in Table 15.4.1.

TABLE 15.4.1: BULK FILL REQUIREMENTS

FILL TYPE PARAMETER TEST FREQUENCY ACCEPTANCE CRITERIA

Grading NZS 4402: 1986, Test Three tests Cu – coefficient of


2.8. - Particle Size per material uniformity > 4
Distribution Tests source /
Cc – coefficient of
borrow pit &
curvature between 1 and
1 per 5,000
3
m3 of fill
Fines content < 5 %
placed
100 % passing 125 mm
sieve

Bulk Fill
Weathering NZS 4407: 1991, Test Three tests Weathering resistance
Resistance 3.11 - The weathering per material class of AA, AB, AC, BA,
Quality Index of source / BB, BC or CA
Coarse Aggregate borrow pit

Crushing NZS 4407: 1991, Test Three tests ≥ 130 kN


Resistance 3.10, The Crushing per material
Resistance of Coarse source /
Aggregate under a borrow pit
Specified Load

   

Page 69 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 15.4.1: BULK FILL REQUIREMENTS

FILL TYPE PARAMETER TEST FREQUENCY ACCEPTANCE CRITERIA

Compaction NZ Standard Three tests N/a – results used to


compaction, Test per material confirm on-site
4.1.1 of NZS source / compaction has been
4402:1988 borrow pit achieved

Solid Density NZS 4407:1991, Test Three tests N/a – results used to
of Aggregate 3.7. per material confirm on-site solid
source / density of aggregate
borrow pit

A potential source for bulk fill was investigated by the Principal from the Ahaura
Riverbed located on the southern side of the river, north of the existing state highway
bridge. Samples were taken from six test pits and assessed based on weathering
index, crushing strength and grading as summarised in Table 15.4.2 below.

TABLE 15.4.2: POTENTIAL FILL SOURCE TEST RESULTS

REQUIREMENT FOR
TEST TEST RESULT COMMENT
USE AS BULK FILL
< 10 % passing
1.15 % passing through a
through a 2.36 mm
Crushing Resistance 2.36 mm sieve under a Acceptable
sieve under load of
load of 130 kN
130 kN
Weathering Resistance AA CA or higher Acceptable
Cu = 150 Material meets the
Cc = 11 Cu – coefficient of requirements for
Particle Size Analysis 1
FC = 12 % uniformity > 4 uniformity, crushing
(TP02)
Maximum Particle Size = Cc – coefficient of and weathering.
75 – 106 mm curvature between 1 Fines content to be
and 3 reduced.
Cu = 100
Fines content < 5 % Curvature
Cc = 9
Particle Size Analysis 2 Maximum Particle Size requirements not
FC = 9 %
(TP03) of 150 mm achieved.
Maximum Particle Size =
Free of organics Organics not
106 – 150 mm
observed.
Maximum Dry Density of Acceptable if
Vibrating Hammer Able to be compacted
2.32 t / m3 at a water compacted to 90 %
Compaction to at least 2.15 t / m3
content of 5.4 % MDD

   

Page 70 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Particle size analysis results show a coefficient of curvature which is higher than the
bulk fill specification requirements. It may be possible for this material to be blended
and processed to meet the project bulk fill specification requirements. The
Contractor shall make his own assessment of the processing that would be necessary
for this material to meet the project bulk fill specification requirements, if the
Contractor choses to source bulk fill material from this site.

The Contractor shall note that river flows may cause erosion and scour resulting in
the composition of this material changing. These risks shall be fully carried by the
Contractor.

The Contractor shall note this material is NOT a Principal supplied, endorsed or
recommended material.

Further information is contained in the Geotechnical Information contained in


Appendix III.

Cut to Fill (Structural)

There is limited opportunity for re-use of material as cut to fill on this project.

Site won cut to fill material shall be approved by the Engineer prior to its use.

Approved cut to fill material shall be used at replacement backfill for the buried tree
material excavation

If any cut to fill material is available after the buried tree excavation has been filled it
may be used at the base of fills or in central areas away from batter slopes with the
agreement of the Engineer.

Materials used for cut to fill shall meet the following requirements.

Granular materials shall meet the same requirements as bulk Fill above.
Non-granular materials (silts) shall meet the following requirements
i. Free from organics
ii. Plasticity index less than 5 when tested in accordance with NZS 4407: 1991,
Test 3.4 Plasticity Index Test.

The Contractor is required to carry out compaction testing by Test 4.2.1 on NZS
4402:1986 to determine the compaction characteristics for each type and mix of
material used in filling.

Additional testing for the use on non-granular materials as fill may be required at the
Engineers discretion.

Non- structural (Landscape) Fill

Non-structural fill may be used for construction of stormwater and landscape bunds.
Non-granular and granular soils not meeting the bulk fill requirements may be used
for this purpose, although Type U material, and highly organic soils and peats shall
be cut to waste or used in landscaping bunds only. Contaminated soils are not
permitted to be used.

   

Page 71 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Cut to Waste

Surplus or unsuitable cut material shall be excavated and removed in accordance with
Clause 9 of TNZ F/1 to an approved dumpsite.

Topsoil

Shall be imported or site won material that is screened to remove stones, pieces of
concrete, bricks, vegetation, tree roots, rubbish etc to achieve the topsoil
requirements in accordance with Section 29.

15.5 CONSTRUCTION
General

Earthworks will principally involve undercutting and filling for approach


embankments, and drainage facilities.

Temporary cuts and batters shall be designed to ensure adequate factors of safety at
all times.

Temporary stockpiles shall be constructed and positioned in locations so as to ensure


stability of the stockpile and underlying ground.

No additional payment will be made for handling or placing of wet material.

Access and Haul Roads

The Contractor shall submit to the Engineer, for approval, the proposed methodology
to gain access to various sections of the site. No access road shall be constructed
without the approval of the Engineer.

The Contractor shall incorporate the costs for construction and maintenance of these
roads in the scheduled rates for the relevant earthworks item.

Any temporary haul road which coincides with any part of the permanent alignment is
subject to the approval of the Engineer.

Site Clearing

All trees, shrubs, scrub and vegetation of the footprint of the earthworks shall be
removed to dump in accordance with Clauses 3 and 9.4 of TNZ F/1.

Cleared trees shall be mulched and stockpiled for future landscape work.

The extent of site clearing shall be limited to the extent of the earthworks footprint
shown on the Construction Drawings and any haul roads and site access routes that
is required for the Contractor’s methodology. Any areas of site clearing outside the
extent of the earthworks footprint shall be fully reinstated by the Contractor at his
cost at the completion of the works.

Strip Turf and Topsoil to Stockpile

Areas within the extent of earthworks targeted for cutting or filling, including
stockpile areas, shall be stripped of topsoil, pasture turf, organic and other
unsuitable material.

   

Page 72 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Topsoil shall be stockpiled in locations within the site that facilitate later uplifting for
re-spreading.

Contaminated Land

Zones of contaminated land (Landfill and sheep dip) have been identified in the site
investigations and shown on the drawings.

A Detailed Site Investigation Report is completed and forms part of the Contract
Documents. The Contractor shall review this report to ensure the treatment, handling
and disposal of material from these zones meets the requirements of the NES and
Worksafe Requirements.

Erosion, Drainage and Sediment Control

The Contractor shall be responsible for controlling erosion and minimising the
discharge of sediment into receiving waters. All works shall be completed in
accordance with the requirements of the Erosion, Sediment and Dust Control Plan.

The Contractor shall construct and maintain all erosion and sediment control
measures for the duration of the contract. The Contractor shall meet all relevant
consent conditions or requirements outlined in the relevant section of this
Specification.

The Contractor shall provide a methodology of how they will implement and manage
sediment control. Particular reference to the Contractor’s staged construction and
erosion & sediment control measures shall be made. This plan shall be submitted to
the Engineer for approval.

Erosion and sediment control measures shall not be removed from site until the site
is fully stabilised.

Excavation and Subgrade Preparation

Protection of earthworks from water ingress, runoff, erosion or damage due to


trafficking or disturbance is the responsibility of the Contractor.

All earthworks including excavations and cuts shall be graded adequately so that
water ponding does not occur. Drainage measures including installation of drains or
pumping may be required if drainage is not able to be achieved through geometric
techniques. This includes drainage of any groundwater encountered during
undercutting, particularly around the area of buried trees and landfill excavation.
Groundwater is to be drained in accordance with the consent requirements.

Any fill which has become too wet shall be removed and dried or replaced.

The entire subgrade shall be proof rolled to confirm suitability. This must be
completed with a minimum roller weight of 3,500 kg under the inspection of the
Engineer with performance to be as specified in TNZ F/1. The purpose of this is to
identify ‘soft zones’ and requirements for further undercutting. Additional tests may
be required at the discretion of the Engineer.

Where undercutting of soft spots is required, bulk fill (as defined in Section 15.4.2
shall be used to backfill.

   

Page 73 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Subgrade surface finishing shall be completed prior to hold point inspection and
commencement of filling.

All precautions shall be taken to restrict the water ingress to subgrade / batter
erosion and runoff during construction as stated in TNZ F/1 and to avoid disturbance
by trafficking and providing working platforms or constructing haul roads.

Zone of Buried Trees

A zone of buried trees has been identified in the site investigation. The expected
extent of the zone is shown on the drawings. In this zone, the Contractor is to fully
remove to off site dump the trees and associated soils in the area shown.

Groundwater management, staged excavation and backfilling, and excavation


protection will be required in this area. Water may drain from adjacent zones into the
open excavation, and the natural groundwater table will be encountered. The
Contractor shall allow for such drainage and dewatering measures at the time of
tender to maintain a dry open excavation and backfill area.

The subgrade in this area is to be inspected by the Engineer prior to backfilling to


verify that all organic material has been removed.

Fill Placement and Compaction

Fill shall be placed in a uniform, dense and stable condition.

The moisture content of the fill prior to and during compaction shall be uniformly
distributed throughout each layer.

Fill shall be placed using a methodology that avoids segregation (i.e not dropped
from a vertical height of more than 1.5 m or multiple handling).

Batters shall be overfilled and trimmed to the lines and grades shown on the
drawings. The purpose of this is to ensure the final batter surface is properly
compacted. Trimmings are to be incorporated into the fill as construction
progressing.

The Contractor shall undertake plateau trial compaction tests in accordance with
Table 15.5 to confirm the methodology for construction of the fill. The plateau trial
shall be carried out in accordance with Section 15.6.8. The plateau density tests shall
be undertaken on 20m test strips with the same compaction plant that shall be used
onsite.

One plateau trial shall be completed for each borrow pit / material source and each
piece of compaction plant. These trials shall be undertaken on material that is
representative of that used in construction and correspond to the particle size
distribution testing completed at the source.

Compaction shall be achieved by no less than the minimum number of passes of


compaction plant as determined in Section 15.6.8. Details of the proposed
compaction plant shall be provided to the Engineer prior to the field trial.

   

Page 74 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 15.5: FILL PLACEMENT COMPACTION TESTS

SECTION REFERENCE TEST FREQUENCY

Plateau density 1 per source / borrow pit and compaction


plant
15.5.9.5 & 15.5.9.6
Nuclear Densometer Each compacted layer of bulk fill at 100 m
Fill Placement and
in Backscatter mode increments along alignment in alternating
Compaction
wheel paths or at locations directed by the
Engineer

Fill shall be placed within 2% of OWC and compacted to a minimum of 95% of the
maximum dry density, except for the 1.0 m of material directly below pavement level
which must be compacted to 98% of the maximum dry density. Field density shall be
measured using a Nuclear Densometer (NDM) in backscatter mode. Field density
measurements are required on each compacted lift of backfill or at locations directed
by the Engineer.

Proof rolling may be used to identify areas where compaction is inadequate.

15.6 INSPECTIONS AND TESTING REQUIREMENTS


Materials supply testing requirements shall be completed in accordance with Table 15.4.
Material compaction testing requirements shall be completed in accordance with Table
15.5.
The Contractor shall develop a Quality Control system which tracks testing and approvals
on a lot by lot basis. Sufficient samples, measurements or other forms of testing must be
taken to ensure that all components of the work comply with the specified requirements.
Sampling and testing shall be carried out at the Contractors expense by an IANZ
accredited laboratory, holding registration in each of the required tests including
sampling.
The Contractor shall supply copies of test results, certificates, etc. to the Engineer to
confirm that materials and compaction comply with the specified requirements before
commencing work or progressing to the next phase of construction.
Test results shall be supplied at least five (5) working days in advance of the time that the
materials or equipment are required on the site, unless approved by the Engineer, to
allow the Engineer sufficient time to study the results, or carry out any additional testing
that he may require without causing a delay to the work.
If the Engineer tests any part of the works and finds that it is not in compliance with the
specified requirements, the Contractor shall be liable for the cost of remedial work and
re-testing, including any costs incurred by the Engineer and Principal.
Field Plateau Trial
A field plateau compaction trial shall be completed to assess the plateau density as
follows:

   

Page 75 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Submit samples of fill material for laboratory testing in accordance with Table 15.4.
Grading, weathering resistance, crushing resistance, compaction and solid density
tests are required.
Prepare subgrade in accordance with the requirements of Section 15.5.7.
Place fill in a 200mm thick layer (loose thickness) over an area 20 m long and 3.5 m
wide (minimum dimensions). Check moisture content using NDM. Apply water or dry
as necessary until fill is within 3 % of OWC as determined from laboratory testing.
Confirm water content with NDM.
Complete 2 passes with proposed compaction plant. Measure dry density and moisture
content with NDM.
Repeat step 4 until a clear increase and subsequent reduction in the dry density
indicated with NDM testing is minimal and 98% of maximum dry density is achieved.
The minimum number of passes required for construction is the number of passes to
achieve 95% of the maximum dry density.
The Engineer must be present at the trial. The Contractor shall submit to the Engineer a
report which records the number of passes with compaction plant and the NDM dry
density and moisture content. The minimum number of passes with compaction plant as
determined in the field trial shall be adopted by the Contractor when placing and
compacting the engineered bulk fill, once wetted to the OWC.
If the aggregate source, processing method or compaction plant is changed then a new
plateau test shall be conducted, and the Engineer informed.

15.7 HOLD POINTS AND RESPONSE TIMES


A minimum of two working days’ notice shall be given to the Engineer when an inspection
is required to release a hold point. Inspections and hold points are summarised in Table
15.7.

TABLE 15.7: INSPECTION AND HOLD POINTS

CONSTRUCTION WHEN REQUIRED PURPOSE HOLD POINT?


STAGE

15.5.7 Upon completion Confirm all organic and soft Yes


Excavation and of removal of material has been removed and
Subgrade organic material. subgrade is suitable for backfilling
Preparation in Prior to backfilling over
Zone of Buried
Trees

15.5.7 Prior to subgrade Witness proof rolling, check for soft Yes
Excavation and proof rolling spots and scope any undercutting.
Subgrade If subgrade is satisfactory, approve
Preparation fill placement

   

Page 76 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 15.7: INSPECTION AND HOLD POINTS

CONSTRUCTION WHEN REQUIRED PURPOSE HOLD POINT?


STAGE

During Plateau Witness Plateau testing and confirm Yes


15.6.8 Density Test number of passes of compaction
plant

Prior to subbase Inspection of the bulk fill surface Yes


Completion of and topsoil preparation before placement of
bulk fill placement topsoil on the embankment slopes,
embankments and subbase on the top of the
embankment

   

Page 77 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Domestic well decommission


16.1 DECOMMISSION EXISTING DOMESTIC WELL
The Contractor shall decommission the existing domestic water supply well (ex. Pickering
Property on the northern embankment of the Ahaura River) in accordance with this project
specification, the project drawings and any requirements of the West Coast Regional
Council.
The Contractor shall note that the existing well does not currently produce clean safe
potable water. It is believed that the existing well screen has collapsed and water
currently extracted from the well is contaminated with silts and sands.
The Contractor shall submit a decommission methodology to the Engineer for acceptance
at least two weeks prior to starting physical works.
The existing pump, riser and any other components are to be removed to waste off-site.
The water pipe and power connections shall be fully decommissioned from the pump and
connections to the dwelling or power supply point.
The pump shed shall be demolished and removed to dump off-site. The existing concrete
pad and all other associated pump shed features, including foundations, shall be removed
to dump off-site.
The well should be inspected and balled / pumped to remove sediment and sludge that
may influence sealing works. Fluid shall be circulated to ensure the formation is as stable
as possible prior to sealing. If the well has been bio-fouled it shall be treated with choline
prior to sealing.
The well screen and casing / liner pipe shall be removed. If this is not possible the liner
pipe shall be perforated and ripped. Rips or shots shall be distributed around the radius
of the casing. Rips should occur vertically at not more than 0.5m intervals, or 12 shots
per 1m of casing. The casing shall be cut off a minimum of 0.5m below ground level.
Backfill materials shall consist of bentonite grout mixture that has a hydraulic
conductivity less than the surrounding formation. The material shall be free from
contaminants and non-toxic.
Backfill materials shall be placed from the bottom upward by methods that will avoid
segregation or dilution of material and the contamination of groundwater and ensure
discharge or grout through the casing holes. At the top of the cut off casing a 5m long
cement plug shall also be placed around the outside of the casing to prevent surface
water ingress. Once the grouting has gone off the, but no sooner that 48hrs since grout
placement, the top 0.5m of hole, where the casing was cut off, shall be filled with top soil.
The Contractor shall record at the time of decommissioning and forward to the Engineer
within 5 days of the completion of the decommissioning of the well the following
information:
The co-ordinates of the well to within 1 m accuracy;
The diameter and depth of the bore;
Size, type and depth of casing and screen, including information on any alteration
made to the casing during decommissioning of the well;
Type and quantity of filling and sealing materials;
   

Page 78 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Static water level at time of decommissioning; and


Any issues encountered during decommissioning.

   

Page 79 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

KiwiRail works
17.1 DEFINITIONS
Definitions are as follows
 BOL Block of Line
 RPO Rail Protection Officer (Contractor to provide suitable personnel for role)
 TSR Temporary Speed Restriction (for trains)

17.2 SCOPE
The extent of works impacting property owned by KiwiRail includes:
 Construction of a new “Timber Panel” level crossing and associated approach road.
The new timber panel level crossing requires the removal of the existing rail track
concrete sleepers and replacement with timber sleepers to allow the timber panels to
be secured to the track
 Drainage connections from level crossing subsoil drains to outfalls
 Construction of a new cattle stop on the level crossing approach road
 Site clearing (i.e. vegetation and topsoil strip) and embankment filling
 Fencing, traffic signage relocation and supply and install new signage, and
 Any works where machinery, personnel or materials can reach within 5m of the track
centreline, or associated KiwiRail utilities, or on any KiwiRail owned Property (refer
Section 17.6).
The Contractor shall adhere to all requirements contained in the KiwiRail/NZTA Licence to
Occupy Land Agreement included in Appendix VII, and all other KiwiRail requirements.
The Contractor shall prepare a Railway Management Plan and submit the plan to KiwiRail
for review and acceptance. No work shall commence within KiwiRail owned property until
the Railway Management Plan has been fully accepted by KiwiRail.
The Contractor shall prepare and implement construction work methodologies and Rail
Safety Plan(s), as detailed in Section 17.8 below, for all works impacting property owned
by KiwiRail.

17.3 KEY CONTACT NUMBERS


The Contractor shall hold on site and update as necessary a list of key contact numbers
for KiwiRail. The required list is to be confirmed with the KiwiRail representative:

KiwiRail Representative Kester Bronlund


Project Manager
Kester.Bronlund@kiwirail.co.nz

04 474 2333 or 027 204 2296

Train Control Emergency Number 0800 808 400

   

Page 80 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Traction Emergency Number 0800 805 005

Operations Support Desk - 155 0800 288 000

KiwiRail’s West Coast Area Manager Russell Smith


(Greymouth) Field Production Manager
Russell.Smith@Kiwirail.co.nz
03 769 8225 or 027 276 8657
Branch Administrator:
Beverly Owen 021 328 625

KiwiRail’s Structural Advisor Rudolph (Philippus) Kotze


Professional Head Structures

Rudolph.Kotze@kiwirail.co.nz

04 819 7434 or 027 405 1608

17.4 ROLES AND RESPONSIBILITIES


The KiwiRail representative as defined above may instruct the Contractor over matters
associated with:
 Access;
 Safety and continuity of rail operations; and
 Construction and acceptance of the formation of the new level crossing
The Contractor shall appoint an experienced Rail Protection Officer (RPO) who shall be
based on site during any work that may impact on the rail and where there is a risk that
the rail operation could be impacted.
KiwiRail is to approve the RPO. The RPO must have been trained and approved by KiwiRail,
and hold current operating certificates. Any proposed RPO previously suspended by
KiwiRail may not be accepted in this role for this Contract.
The RPO’s sole responsibility is to ensure the works comply with KiwiRail’s safety
requirements. The RPO is to ensure KiwiRail’s required stop protection, speed limits,
communications protocols are in place.
In situations where there is a long live work site, or multiple live worksites impacting the
rail, the RPO is to nominate deputies, who also have been trained and approved by
KiwiRail and hold current operating certificates. Specifically, deputies will be required
every 700 m or less where the line of sight between active sites impacting the rail is
restricted.
The RPO is responsible for communications with KiwiRail in relation to any works that
may impact on the rail. This will be with the KiwiRail representative, KiwiRail’s train
schedulers, or KiwiRail operators as required.
Instructions from the KiwiRail Representative related to issues of compliance with safety
and operational requirements, or compliance with KiwiRail’s construction requirements,
shall not be grounds for any variation.

   

Page 81 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

17.5 KIWIRAIL COSTS


KiwiRail will invoice any costs they incur directly to the NZTA. As set out in Part B of the
Special Conditions of Contract the NZTA will pass on relevant invoices to the Contractor
for payment. If the Contractor fails to make payment the specific KiwiRail charges will be
deducted from the Contractor’s claim or by other Contract method.
KiwiRail Rail Recovery Items and rates for a variety of scenarios are identified in Table
17.5 below:

TABLE 17.5: KIWIRAIL COSTS

ITEMS RATES (REVIEWABLE) EXCLUDING GST


Permit to Enter (PtE) Rail land $115 for each PtE (to be included in Contractor’s Tendered
application fee Rates)

Rail Protection person (depot-depot) $65 per hour + travel costs + accommodation if applicable. Note
(similar rate for Electrical observer) – Contractor shall allow for their own in Rail Protection person
within their tendered rates.

Supervision/Liaison $120 per hour

Engineer/Design checking $200 per hour

Vehicles-cars/vans/utes * $0.77 per kilometre

Vehicles-trucks * $2.00 per km or daily rate $180+driver + fuel

Rail Track Safety Rules & Awareness $1200 per day plus disbursements per Trainer (number of
training Training Days required dependent on number of Contractor’s
personnel and availability)

Train Speed Restrictions (TSR) imposed $1250 per day. (minimum 1 day charge per occasion)

Minimum speed value 25km/h. No 10km/h TSRs allowed

Maximum length per restriction 500m.

Costs

1. $1250 per day. (minimum 1 day charge per occasion)


for 25kph
2. $800 per day. (minimum 1 day charge per occasion) for
40kph

If a TSR of 40km/h awaiting mainline (KR) tamper no charge.

Planned Blocks of Line Actual costs per occasion. Based on impact on rail infrastructure
and rail service disruption caused.

Train Delays Unplanned ** Costs of $100/ minute will be charged for any train held at the
Compulsory Stop Protection (CSP) Stop Board for more than 3
minutes awaiting clearance from construction activities

   

Page 82 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 17.5: KIWIRAIL COSTS

ITEMS RATES (REVIEWABLE) EXCLUDING GST


Train Cancellation Unplanned (for each  $30,000 per day coal train
train cancelled) **  $16,000 per day general freight trains

KiwiRail Tamping  $3,000 per visit – note 1 visit will be arranged over the
course of the programme for the bulk of the works. The
cost of these visits will not be passed onto the
Contractor
 The Contractor shall meet the costs of any repeated visit
or delay as a result of their operations.

* Actual costs will be determined by KiwiRail and are dependent on where KiwiRail has accessed
nearest available vehicle from.
** Actual costs per incident based on impact of service delays:
No counter claims will be entertained by KiwiRail for delays to the contractor for failures in their
communication system, train breakdowns in the section, train rescheduling, etc.

KiwiRail charges to the NZTA that will be passed onto the Contractor for payment
including, but are not limited to:
 All costs associated with an unscheduled train delay or cancellation as a result of the
Contractor’s operation (the intent is that there are none).
 All costs that occur as a consequence of an incident related to the works where
KiwiRail staff and equipment are required to attend.
 Contractor initiated Block of Lines
 KiwiRail supervision/liaison costs (depot-depot) Note these costs should not apply.
The Contractor shall have their own KiwiRail RPO who will supervise and liaise with
the KiwiRail Representative which is to be included in Schedule of Prices Items 2.2
and 7.1. (KiwiRail supervision/liaison costs will only apply for extraordinary events
where the Contractor is unable to fulfil the role or where there is a defect or non-
performance on the part of the Contractor.)
 KiwiRail’s charges for reviewing Contractor initiated design or construction changes
(to be paid direct by Contractor and included under Schedule of Prices item 2.2)
 KiwiRail permit fees (to be paid direct by Contractor and included under Schedule of
Prices item 2.2)
 KiwiRail training fees (to be paid direct by Contractor and included under Schedule of
Prices item 2.2)
 Train Speed Restrictions (TSR) costs (to be paid direct by Contractor and included
under Schedule of Prices item 2.2) (Note: if the Contractor manages the site well TSR
costs are not expected to be significant).
 KiwiRail costs incurred for Maintenance of Rail Level Crossing (the Contractor shall
maintain access to the existing level crossing under Schedule of Prices item 2.2)
Costs charged by KiwiRail related to items that will not be deducted from the Contractor’s
claim are as follows (i.e NZTA managed cost or risk):

   

Page 83 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

 KiwiRail Representative costs (except in relation to an unscheduled train delay or


cancellation, or any non-compliance by the Contractor)
 Project Control Group costs (except in relation to an unscheduled train delay or
cancellation)
 Ballast tamping and any application of cant camber to the rails (using KiwiRail’s
specialist machine)

17.6 WORKING WITHIN THE VICINITY OF THE RAILWAY


KiwiRail require continuity of operations throughout the project works. The Contractor is
to comply with KiwiRail requirements and ensure works do not interfere with nor
endanger the railway line and railway traffic.
Every person (other than KiwiRail staff,) requires approval before working on KiwiRail
land.
The Contractor shall obtain approval to work on KiwiRail land from KiwiRail’s West Coast
Area Manager in the form of a Permit to Enter. A Permit to Enter is required whenever:
 machinery or personnel can reach within 5m of the track centreline or associated
KiwiRail utilities
 working on KiwiRail land
This shall include any boom or arm of any plant or machine or where material is being
moved by any plant or machine e.g. if an excavator is operating where the boom or
bucket could be swung into the 5.0 m encroachment zone whether intentionally or
accidentally or where a load of gravel or boulders is being tipped from a truck that could
intentionally or accidentally land or roll within the 5.0 m encroachment zone.
Access across and to the rail line is limited to road legal vehicles and machinery at the
existing and proposed level crossing. Tracked or steel rollers shall not traverse over the
rail line unless a KiwiRail approved rail protection method has been implemented.
Any temporary lighting used on the works shall be such that it cannot be confused with
any railway signals or operational lighting. The Contractor shall not obscure any track
signals or signs from the view of train operators.
Steel tracked machinery or any other conductors must not touch the rail tracks.
While there are no known KiwiRail cabling in the vicinity of the existing or proposed level
crossing, the Contractor shall undertake cable detection prior to the commencement of
any works within 5.0m of the track centreline. If any cables are detected the Contractor
shall pothole to identify the cables location prior to works commencing, and protect the
cables throughout the construction works.
Any excavation close to the railway track shall be kept stable and kept drained at all
times. Any proposal for temporary shoring to support the railway tracks shall meet the
KiwiRail Representative’s requirements. The Contractor remains responsible for all
temporary works.

17.7 SPECIFIC WORK PROCESS


The Contractor is responsible for implementing safety measures onsite. This includes the
supply of equipment as required.
The method of protection may allow work up until the train arrives. KiwiRail requires a
method of ensuring all work has stopped on site prior to the train travelling through the
   

Page 84 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

site. This is to ensure that there are no workers, or machinery being used, on or near the
track when the train passes through the site. Proposed measures are to be agreed with
KiwiRail and identified in the Contractors methodology.
Delays to trains caused by the Contractor greater than three minutes (including part
minutes) will result in costs being recovered as set out in Section 17.5 above.
The determination of a train delay or cancellation is at the sole discretion of KiwiRail Ltd.
Train delay or cancellations include (but not limited to) any impact of the Contractor’s
operations on the train services such as extended delays beyond an agreed end of a BOL,
failure to reinstate the track adequately to allow the safe passage of the train, or blockage
of the track by the Contractor’s equipment.
The Contractor is to confirm the programme for trains each day when carrying out works
that may impact on the train service.

17.8 METHODOLOGY AND RAIL SAFETY PLAN


No work is to progress without an agreed methodology and Rail Safety Plan.
The Contractor shall prepare and implement an agreed methodology and Rail Safety
Plan(s) for all works effecting KiwiRail property.
The Contractor shall obtain the KiwiRail’s Representative’s written agreement on the
proposed methodology and Rail Safety Plan for works impacting the rail, prior to
submitting the methodology, Rail Safety Plan and written approval to the Engineer.
The Rail Safety Plan shall include processes for dealing with emergencies.

17.9 TRAINING
All personnel carrying out works that are required to be covered by KiwiRail Permits shall
attend a KiwiRail training course prior to commencing work onsite. This includes all
subcontractors. The Contractor is responsible for arranging training and covering all
associated costs.

17.10 TEMPORARY SPEED RESTRICTIONS (TSR) - TRAINS


TSRs will only be implemented when the condition of the rail is compromised. TSRs are
not to be implemented for works adjacent to the rail.
The Contractor is to limit the length and time of speed restrictions imposed. Costs of
speed restrictions are identified in Section 17.5 above.
A 25 km/hr speed restriction will be imposed until the Contractor has completed the work
and temporary tamping to a level where the KiwiRail Representative is satisfied that the
TSR can be lifted to 40km/hr.
KiwiRail will leave the 40km/hr speed restriction in place until their tamping machine has
travelled through the site and re-tamped the ballast. No TSR charge will apply after the
rail is able to support a 40km/hr speed limit and is only waiting for the KiwiRail tamping
machine to complete the final tamping to meet the KiwiRail requirements for raising the
speed limit. The Contractor shall book the KiwiRail tamping machine to complete the
tamping works – Note: due to limited tamping recourse the lead-in time for scheduling
the tamping operation shall be appropriately coordinated by the Contractor.

   

Page 85 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

If as a result of a Contractor’s defect the 40 km/hr speed restriction cannot be lifted, after
the KiwiRail tamping machine has been through the site, associated charges are to be
paid by the Contractor.

17.11 TRAIN TIMETABLE


A train schedule is included in Appendix VII. This is provided for information purposes
only as it is subject to change. KiwiRail’s train schedules are expected to change
throughout the course of the contract, but the schedule gives an indication of available
windows. The Contractor is responsible for reviewing their programme with KiwiRail and
ensuring no train delays or cancellations.
The level crossing works shall be completed during a period of low train volumes (i.e.
weekends – Contractor to confirm with KiwiRail) to avoid the need for BOLs.
Coordination of works and programme to tie in with any KiwiRail’s requirements isthe
Contractor’s responsibility.
Contractor initiated BOLs are discouraged (KiwiRail may not accept BOLs that have
significant impact on services). BOLs will result in KiwiRail invoices to the NZTA and these
and all associated costs shall be paid by the Contractor.

17.12 BALLAST
Railway ballast shall be supplied by the Contractor and shall comply with KiwiRail Track
Specification No.140: Specification for the Supply of Crushed and Screened Stone Ballast –
refer Appendix VII.
All newly placed ballast shall be tamped in accordance with KiwiRail T:200 Network
Engineering Track Handbook and any other KiwiRail requirements. The Contractor is
responsible for temporary tamping to allow for speed restriction to be lifted to 40 km/hr.
During works that impact on the track or ballast the Contractor shall ensure there is an
excavator with a tamping head onsite to restore the ballast and track to an adequate level
to allow trains pass through the site.
Ballast shall be provided to the requirements of figure p200 figure 4 of KiwiRail T:200
Network Engineering Track Handbook.

   

Page 86 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Stormwater drainage
18.1 SCOPE
This Specification applies to all stormwater construction works where NZTA or Greymouth
District Council assets are being constructed, modified or abandoned for drainage
purposes.

18.2 RELEVANT STANDARDS, GUIDELINES AND SPECIFICATIONS


All works shall comply with the Contract Drawings, this Specification and the relevant
TNZ/NZTA specifications including NZTA F/2 F/3, F/6, F/7 and P46 for new assets /
abandonment.
All works shall comply with all relevant New Zealand Standards or any other documents
named within this Specification, unless specifically modified within this document. Any
New Zealand or International Standards referred to shall be deemed to be incorporated in
this Specification and shall apply to all relevant works in this Contract. Any documents
referenced by the standards, shall also be deemed to be incorporated in this Specification
and shall apply to all relevant works in this Contract. All references shall be the latest
version at the time the work was tendered.
Where the Contract Drawings do not specifically state information required for
procurement or construction, the Contractor shall refer to the relevant New Zealand
Standard or the referenced NZTA documents above or seek the Engineer’s clarification.

18.3 HOLD POINTS


The critical hold points where the Engineers input is required before work can proceed are
as follows:
 If anything is unclear, unspecified, appears incorrect or contradictory prior to
construction
 If a service clash is encountered
 If minimum cover requirements cannot be achieved
 A proposed change in pipe alignment
 Use of an alternative catch-pit chamber
 If unsuitable founding material is encountered
 If approval for an alternative pipe material or pipe diameter is requested

18.4 SETTING OUT


The Contractor shall set out the works from the information shown on the Drawings.
Some change in pipeline routes and works may be permitted (e.g. where a clash occurs
with other services/utility lines) subject to agreement by the Engineer. The Contractor
shall advise any clashes at least 5 working days before works are proposed to proceed to
allow sufficient time for a reply.

   

Page 87 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

18.5 DEWATERING
The Contractor shall provide for keeping the works free from water at all times and shall
provide, operate and maintain all pumping equipment, drains, sumps and other measures
necessary for this purpose. These operations shall be carried out without damage to the
work or to adjacent properties. Effective settling areas shall be provided to prevent
discharge of silt to the receiving system.

18.6 ENVIRONMENTAL COMPLIANCE


All stormwater related works shall comply with the Contractors Erosion and Sediment
Control Plan, the Contractors Environmental Management Plan and any local or regional
council consent conditions relevant to the construction phase of the project.
All works shall be undertaken using an appropriate construction methodology to
minimise the release of silt, sediment or other pollutants into any watercourse.

18.7 MATERIALS
General Requirements

Materials despatched to site shall be adequately protected for the whole period of
transit, storage and handling against damage from all causes including damage to
protective coatings and finishes. Any damage to materials during this time shall be
made good at the Contractor’s expense.

The installation of all materials shall, in addition to the requirements of this


Specification, comply with the manufacturer’s requirements and recommendations.
The Contractor shall be responsible for determining and complying with all of the
manufacturer’s requirements.

All materials supplied are to be the best of their respective kinds, suitable for the
purpose for which they are intended and complying in all respects with this
Specification.

All levels and dimension shall be confirmed by the Contractor prior to commencing
fabrication.

Non-NZTA Assets

Where stormwater assets are not the property of NZTA the works shall be carried out
in accordance with this Specification, NZTA specifications and the Contract Drawings
as if they were NZTA assets.

Modifications / Additions

The following modification/additions are made to NZTA F/3 Specification for Pipe
Culvert Construction
 PVC shall be Class SN8 or higher unless specified otherwise
 Concrete pipes shall be a minimum of Class 4 unless specified otherwise
 No use of corrugated steel or aluminium pipes
 No use of profiled-wall PE pipe without first seeking the Engineer’s approval

The following modifications/additions are made to AS/NZS 3725 Design for


installation of buried concrete pipes
 Bedding and haunching material not complying with the grading limits of AS/NZS
3725 Table 6 may be used provided it complies with the compaction requirements
   

Page 88 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

of Table 18.7 below or Section 18.7.3.5, and does not exceed the maximum
particle size stated in AS/NZS 3725:
TABLE 18.7: MINIMUM COMPACTION REQUIREMENTS
Bedding Type H1 / HS1 H2 / HS2 HS3
Bedding ID RD ID RD ID RD
Material

SW, SP, GW, GP 50 85 60 90 70 95

SC, GC 60 90 70 95 n/a n/a


Table Notes:

 Soil classes are from AS/NZS 3725 as defined in AS1726


 ID refers to the Density Index (%) and is for cohesionless materials (refer to Clause 8,
AS/NZS 3725 for more information). ID is equivalent to relative density (RD) as
determined in accordance with NZS 4402 4.2.3. ID / RD shall be determined in
accordance with AS1289.5.6.1/NZS4402 4.2.3, based on the maximum and
minimum dry densities, determined in accordance with AS1289.5.5.1/NZS4402
4.2.1 and NZS4402 4.2.2 and the field dry density in accordance with
AS1289.5.3.1/NZS4402.5.1.1, AS1289.5.3.2, AS1289.5.8.1/NZS4407 4.2/NZS4407
4.3 or AS1289.5.3.5/NZS 4402 5.1.5, as appropriate
 RD refers to the Dry Density Ratio (%) and is for cohesive materials (refer to Clause
8, AS/NZS 3725 for more information). RD is equivalent to relative compaction as
determined in accordance with NZS4407 4.2.7f. RD / relative compaction shall be
determined in accordance with AS1289.5.4.1/NZS4407 4.2.7f, based on the field
dry density in accordance with AS1289.5.3.2 or AS1289.5.8.1/NZS4407 4.2, and
the maximum dry density in accordance with AS1289.5.1.1/NZS4402 4.1.1.
 Table taken from CPAA Engineering Guideline ‘Selecting Materials for Bedding Steel
Reinforced Concrete Pipe’

 CLSM may be used as an alternative fill material to suit the Contractor’s


programme, so long as there is no additional cost to the Principle and the
installation complies with the requirements of AS/NZS 3725 or 2566.

The following modifications / additions are made to AS/NZS 2566 Buried Flexible
Pipelines
 Minimum relative compaction of embedment in trafficable areas shall be 95% MDD.
 Minimum relative compaction of embedment in non-trafficable areas shall be 90%
MDD.
 ‘low fines’ material may be used for embedment (e.g. drainage chip) subject to
Clause 18.7.3.5 below.

The following modifications / additions are made to NZTA F/6 Specification for
Geotextile Wrapped Aggregate Subsoil Drain Construction
 The granular aggregate subsoil material may be as specified in NZTA F/6 or
alternatively a free draining angular material free from fines and not exceeding
19mm maximum particle size where used for sub-soil pipe embedment e.g. 7mm
drainage chip. The Engineer can advise on which materials are considered
appropriate for use.

‘Low fines’ material may be used for embedment (e.g. drainage chip) for both
concrete and flexible pipes subject to complying with the following criteria:
The material has at least 50% by weight with two or more broken faces and does
not exceed the maximum particle size limits stated in AS/NZS 2566.1 (20 mm for
pipes with DN greater than 150 mm) or AS/NZS 3725 (19 mm for bedding and
haunching and 75 mm for overlay material).
   

Page 89 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The aggregate used is hard wearing and durable.


The material is placed in maximum 250 mm lifts and is compacted with an 80 kg
plate compactor (minimum 2 passes) or 10 blows each side with a 15-20 kg hand
rammer or ‘wacker’ to ‘bed’ the material down.
The materials compaction fraction does not exceed 10%. Refer to NZS 7643:1979
Code of practice for the Installation of Un-plasticized PVC Pipe Systems for the
testing methodology. The testing can be done in the field using a 250 mm long
offcut of DN150 PVC-U by thoroughly tamping the material 10 times with a 40mm
diameter metal rammer and measuring the settlement (which must be 25mm or
less).

18.8 PIPES
Pipe Diameter

Larger sizes than specified may be substituted with the Engineer’s agreement where
it benefits the construction programme or construction cost, but smaller sizes may
not be used.

Pipe Installation

Concrete pipe support shall be a minimum of H2 unless stated otherwise on the


drawing.

Where the pipe bedding / haunching / embedment material is not compatible with
the surrounding fill or in-situ material (i.e. there are voids, or low-fines fill material is
used in in-situ silt material) the trench shall be wrapped in filter cloth or an
equivalent grade non-woven needle-punched geotextile filter cloth product complying
with TNZ F/7.

Pipe embedment material (haunch and overlay) shall be placed and compacted in
maximum 150 mm lifts

PVC-U or RCRRJ pipes shall include a pipe short adjacent to the connection to any
structure / headwall and at all sumps / manholes. The exception to this is larger
diameter RCRRJ pipes (>DN675) where pipe shorts are not available or may be
omitted due to diameter.

Where insitu soil conditions are deemed unacceptable, the support zone needs to be
increased in width. This would involve widening the trench to four times the pipe’s
internal diameter and refilling with approved material in 150mm lifts to a minimum
compaction of 95% MDD, or for cohesionless material a Density Index of 70%.

Temporary Protection of Pipes

The Contractor shall ensure that during periods of reduced cover that construction
loading is managed to prevent damage to the pipes. This could include provision of
alternative traffic routes to prevent pipes from being loaded, or temporary protection
of the pipes (e.g. steel plates or concrete slabs spanning the trench or temporary
mounded material to increase cover).

The Contractor shall ensure construction loads do not result in excessive loading on
the pipe. Refer to the CPAA Drawing No. 3 for recommended minimum covers for
RCRRJ pipe for various types of construction plant:

   

Page 90 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

https://www.cpaa.asn.au/images/pdfs/CPAACompactionchartsunderconstructionload
s.pdf

Pipe Cover

Culverts / pipes under pavement or trafficable areas (berms, access roads) shall have
a minimum of 1,000 mm of cover unless specifically stated otherwise on the
drawings.

Durability

All stormwater structures shall comply with Class B2 durability requirements in


accordance with NSZ3101.

Pipes Installed on Steep Grades

Pipes on grades steeper than 10% (or 1:10 (V:H)) are to have cement-stabilised
bedding and haunching wrapped in filter cloth. Refer to NZTA specification B/5 for
stabilisation details. Use Type GP cement (general purpose Portland cement) at 5% by
weight.

DN375 and smaller pipes laid at grades of 20% (or 1:5 (V:H)) or steeper are to be
SN16 PVC-U DWV pipe or Series 1 pressure pipe with an equivalent stiffness rating. A
concrete bulkhead shall be installed at each pipe socket as shown on the Contract
Drawings, excluding the manhole starter or finisher when cast into a concrete corbel.

Bulkheads shall be installed in an ‘induced excavation trench’. The excavation shall


be into well compacted/consolidated fill or well consolidated in-situ material. No
formwork shall be used outside the pipe trench. Pre-cast concrete bulkheads shall
not be used.

Solid walled PE may also be used as an alternative with the Engineer’s approval,
subject to the use of a fully restrained connection to manholes or sumps and
inclusion of a stub flange located centrally within the bulkheads where installed.

Pipes shall be installed in an ‘induced excavated trench’. The excavation shall be into
well compacted / consolidated fill or well consolidated in-situ material and shall
achieve the minimum dimensions given in the Standards.

Pre-cast concrete bulkheads shall not be used.

Pipe Installation in or under an Embankment

Where pipes are installed within or under fill embankments, the pipe shall be laid in
an ‘induced excavated trench’. Embankment fill material shall be laid and compacted
above the level of the pipe (refer to the ‘Embankment Installation’ detail in the
Contract Drawings for the required fill embankment height above the culvert); the
pipe trench shall then be cut into the compacted embankment fill and the pipe
installed.

Where pipes are installed under a significant depth of embankment fill material (>5
m), great care shall be taken to ensure the surrounding embankment material is well
compacted and that the pipe bedding and surround material is well compacted. Use
HS3 support in accordance with AS/NZS3725 where cover exceeds 5 m. Refer to the
CPAA Pipe Class Installation Specification – “Installation Specification for Type HS3
Support” for further information. Prior to completion of excavation, the soil type in

   

Page 91 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

which the pipe trench is to be cut is to be assessed for adequate density and
stiffness.

Where insitu soil conditions are deemed unacceptable (where the pipe is being
installed under or partially under an embankment), the support zone needs to be
increased in width. This would involve widening the trench to four times the pipe’s
internal diameter and refilling with approved material in 150mm lifts to a minimum
compaction of 95% MDD, or for cohesionless material a Density Index of 70%.

Abandonment of Assets

Further to NZTA P46, a flowable low-strength concrete may be used in lieu of grout,
so long as it can fill the pipe without leaving any internal voids. Otherwise, the asset
shall be completely removed, and the excavation backfilled with well compacted
approved fill to sub-grade level.

18.9 MANHOLES
New Manholes

Manholes shall be a minimum of DN1050. Manhole cover slabs and risers shall be
rated to HN-HO-72, as specified in NZTA P46, where subject to vehicle loads. This
shall include all areas accessible to vehicles including access ramps, shallow berms
and car parking areas.

Manhole cover slabs shall finish approximately 200 mm below the finished pavement
to allow pavement construction or top-soiling above. A manhole access riser shall be
included to make up the difference from the cover slab to the underside of the access
cover frame. The total dimension from pavement level to the soffit of the cover slab
must not exceed 500 mm.

Where openings are cut into pre-cast manholes all exposed reinforcement shall be
ground out to a depth of 20 mm and coated with epoxy mortar.

When connecting the pipe to the manhole, neatly cut or core drill the concrete to
match the outside diameter of the pipe to provide a gap of 10-50 mm. The gap shall
then be sealed with epoxy mortar both inside and outside to seal the joint. Where the
gap exceeds 50 mm or the concrete has spalled, a concrete corbel shall be
constructed to seal the opening from soil ingress.

NZTA manholes shall include Grade 316 SS or plastic encapsulated step rungs
complying with AS 1657:2018 located to avoid any connected pipes. The manhole
cover slab shall have an eccentric opening rotated to align with the step rungs.

The manhole access cover and frame shall be hinged, with the hinge position
orientated towards the direction of on-coming traffic. The access cover, frame and
access opening on the cover slab shall have a nominal internal dimension of 600 mm.

All manhole inverts shall be benched to form a smooth transition between the
connected pipes unless stated otherwise. For pipes smaller than DN450 the manhole
shall be fully benched to the soffit level of the connected pipes. For pipes DN450 and
larger, the manhole shall be half benched. Benching shall be a minimum of 25 MPa
and shall be trowel finished to Class U2.

   

Page 92 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Modification of Existing Manholes

Where the Contract Drawings call for a manhole to be modified the Contractor has
the choice of either modifying the existing structure, or, where there is no additional
cost to the Principal, replacing the entire structure with a new replacement structure.

Where modification is required the Contractor shall be responsible for inspecting the
structure and confirming with the Engineer the proposed methodology. The
Engineer’s approval shall be obtained for the proposed methodology.

Where a conventional pre-cast manhole is to be lowered, the following would be


expected:

 Remove the access cover and frame


 Remove the cover slab
 Remove the uppermost ring
 Install a new riser to suit
 Reinstall the cover slab and access cover and frame to suit the required finish
level ensure the finished level does not clash with any proposed dish channel or
kerb construction above. The access cover adjustment ring and mortar bedding
under the access frame may also be used to make up any differences that cannot
be accommodated by the riser alone

18.10 SUMPS / CATCH-PITS


The grate and frame shall be hinged cast or ductile iron with 675 x 450 mm clear opening
at all locations unless specified otherwise on the drawing. The grate and frame shall be
rated Class D to AS 3996 or higher.
All sumps located along a kerb shall include a pre-cast side entry lintel. The lintel shall be
aligned to the face of the kerb. Where the lintel is proud of the adjacent kerb, the two
shall be transitioned together smoothly over a minimum distance of 0.5 m.
All sumps located in sag points shall be double sumps. Double sump chambers with
outlets >DN300 shall be pre-cast units to suit twin grates supported by a PFC and rated
for HN-HO-72 loading. The chambers’ knockout panels shall be sized to accommodate
DN375 pipes. Where the outlet from a double sump is DN300, two single pits may
optionally be installed together, and the parallel flanged channel support omitted.
Use of alternative chambers to those stated above is subject to the Engineer’s approval.

18.11 HEADWALLS
Headwalls shall be pre-cast units installed in accordance with the manufacturer’s
recommendations or otherwise as shown on the Contract Drawings. Cut and shape locally
around the headwall such that the surrounding banks and earthworks behind the
headwall blend into the structures. Where soil slopes because of shaping exceed 1:2
(V:H), they shall be covered with pinned coir matting (or similar approved) and planted or
hydro-seeded, unless rock armoured.
No slopes maybe locally than 1:1.5 (V:H) to accommodate a headwall without prior
geotechnical input. All disturbed embankment areas shall be hydro-seeded within five
days of completion. Where a quick grass strike is unlikely (i.e. during winter months) the

   

Page 93 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

slope shall be covered with a bio-degradable geotextile pinned in place. This shall be
wool, jute, hessian, coir or similar.

18.12 GEO-TEXTILES AND FILTER CLOTHS


Geo-textiles for all drainage separation purposes shall be a non-woven needle-punched
fabric in accordance with NZTA specification F/7.
Geo-textiles placed under rip-rap shall be in accordance with Section 18.15.6 and NZTA
specification F/7.
All Geo-textiles and filter cloths shall be handled and installed in accordance with the
manufacturer’s requirements.
All Geotextiles shall have a minimum lap of 500mm when placed above the final water
level and 1m when placed below the final water level.
Further to that shown on the drawings, all geotextile laps shall be orientated to the
direction of flow (i.e. the upstream panel shall lap over the downstream panel to prevent
water being forced under the lap) and well secured.

18.13 CHANNELS/SWALES
Construction

Construction work shall not be undertaken if the in-situ soils are water logged.

Sub-soil drainage material shall not be placed in saturated ground conditions and
shall not be compacted when saturated.

Formation

Channels shall be graded to create a consistent fall without low points or depressions
that will pond water.

Topsoil

Channels are to be lined with stripped local or imported topsoil subject to the
material being suitable for use. The topsoil shall be free of noxious weeds and
comply with Section 29 ‘Landscaping’.

The soil shall be dry when placed. The soil shall not be handled when saturated. The
Engineer may direct the Contractor to remove soil and replace it if it has been laid in
conditions which will affect its purpose.

Any material spillage onto hard standing areas (especially roads) shall be cleared up
by the Contractor immediately. Soil, once placed and finished, shall be hydro-seeded
within seven days of placement.

The Contractor shall protect swales from erosion until grass cover is established.
Any erosion, riling or other damage shall be rectified by the Contractor at his cost.

Hydro-seeding

All hydro-seeding shall be completed in accordance with Section 29 of this project


specification.

Disturbed areas of earthworks shall be hydro-seeded (if these are to be grassed as


shown on the construction drawings) once completed to prevent surface riling and
   

Page 94 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

erosion. The hydro-seeding mix shall include a long-lasting (six month) polymer
solution, such as Stonewall Co-Polymer or similar. The grass mix shall be as
recommended by the hydro-seeding specialist to achieve a fast strike with good
coverage that is low maintenance.

Grass seed

All grass seed shall be compliant with Section 29 of this project specification.

The grass seed for swales / water tables shall be as recommended by the supplier for
the local climate and intended purpose, unless stated otherwise on the Contract
Drawings.

Bunds (for Stormwater Purposes)

Bunds for stormwater purposes shall consist of suitable low-permeability in-situ


material or imported fill where no local source of appropriate material is available.
The area of the bunds shall first be stripped of topsoil and any unsuitable material to
a minimum depth of 300 mm and then brought up and compacted in maximum 300
mm lifts. The bunds shall be finished with 100 mm deep spread topsoil and grassed
or landscaped as shown on the Contract Drawings.

Scour Protection

Where indicated on the Contract Drawings the swales shall be lined with a non-
biodegradable 3-dimensional open structured Turf Reinforcement Matt (TRM), such as
Enkamatt 7018 or an equivalent alternative. The TRM shall be installed in accordance
with the manufacturers recommendations and shall be completely covered with
topsoil with no TRM visible at the surface once the works are completed.

A temporary bio-degradable erosion protection matting shall then be installed over


the topsoil on completion to provide temporary protection against topsoil loss and
riling until grass cover is established.

Temporary Protection

Where swales or other areas are subjected to concentrated flow prior to


establishment of grass cover, temporary scour protection in the form of coir matting
(or equivalent) shall be provided.

18.14 STORMWATER BASIN


General

A basin is a grassed / planted area that collects and treats stormwater runoff. The
stormwater is filtered as it passes through the basin soil media and is then infiltrated
into the existing ground below as groundwater or intercepted by the under-drainage.
The construction of the basin includes the following:

 Excavation to sub-grade
 Placement of filter cloth, perforated pipework and embedment with drainage
media
 Placement of a 100mm thick sand layer for separation of the soil media above
from the drainage media below
 Placement of a 300mm thick layer of Soil Media

   

Page 95 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Materials

Subsoil drains shall be a proprietary perforated PP or PE pipe with a smooth internal


bore such as. Nexusflo or Nexus Highway or similar approved.

Where the use of ‘geotextile’, ‘filter fabric’ or ‘filter cloth’ is specified on the
drawings, it shall consist of a non-woven needle punched geo-textile filter fabric.
Required strength TNZ F/7 Class B or higher. Required filtration class 3 or better.

No filter cloth shall be installed above the drainage media or sand layer.

The sand layer shall be either be an approved washed coarse sand or a sand
compliant with the grading provided in Table 18.14.1 below:
TABLE 18.14.1: SAND GRADING 

SIEVE SIZE (MM) PERCENT PASSING (%)

9.5   100%  
5.4   70‐100%  
2.36   50‐70%  
0.6   15‐35%  
0.3   5‐15%  
0.075   2%  

Production sampling and sieve analysis to NZS 4402 Test 4.2.8.2 is required at a
minimum frequency of 1 test per 200 m3. This shall be supplied to the Engineer for
acceptance prior to supply.

Any sand supplied must be free from all fines (2% or less passing 75 microns) and
organic material i.e. a quality-controlled clean sand product from a consistent source
that is well graded.

Drainage media shall encapsulate the sub-soil pipe and shall consist of single size
angular stone chip (e.g. 7 mm drainage chip) with 0% exceeding 19 mm or an
approved alternative complying with the following grading limits:
TABLE 18.14.2: DRAINAGE MEDIA 

SIEVE SIZE (MM) PERCENT PASSING (%)

19  100% 
9.5   100 – 80%  
2.4   20 – 0%  
0.6   <2%  

   

Page 96 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The soil media layer is required to line the invert of the Basin. It is intended that this
media consists of a mixture of coarse sand and locally sourced topsoil and may
include organic compost material as soil improver to form the soil media.

The soil media is intended to form a free draining soil that is reasonably resistant to
compaction and capable of supporting healthy grass cover that will also provide
treatment of stormwater contaminants. It is important that the soil media be properly
mixed and tested to ensure long term performance with minimal maintenance for
NZTA.

The media shall consist of:

 10% - 20% organic compost from a consistent source


 locally sourced or imported topsoil (free of noxious weeds or contamination)
 50% - 80% coarse sand from a consistent source to improve permeability and
structure
 <3% clay (particles <0.002 mm)
 No more than 5% by volume exceeding 4.75 mm
 Free from seeds, weeds, any contamination and material >25 mm
 pH range of 5.5 – 7.5
 Well graded particle size from 0.075 mm through to 4.75 mm with no gaps in
the grading
 Compacted hydraulic conductivity of at least 50 mm/hr and not exceeding 400
mm/hr based on the ASTM F1815-06 methodology
 Total Phosphorus <100 mg/kg
 Total Nitrogen <1000 mg/kg

Gypsum may be added if required to reduce pH and improve friability.

The sand, compost and topsoil shall be well mixed at a relatively low moisture
content prior to placement. Care shall be taken to not work or handle the material if
wet, as this will compromise its hydraulic conductivity and damage the soil structure.

A trial Soil Media Mix shall be prepared by the Contractor and supplied to the
Engineer for acceptance. The sample shall be tested for:

 Permeability
 Particle Size Distribution (grading)
 pH
 Clay content
 Total Phosphorous
 Total Nitrogen

The Contractor shall provide test results from an accredited laboratory showing the
proposed media meets the requirements listed above i.e. ASTM F1815-06 test results,
pH, clay content, organics content and material grading curve. Where one of the
source materials is changed, the testing shall be repeated for the new mix. The cost
of the testing shall be borne by the Contractor.

   

Page 97 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Once the basin has been completed, it shall be tested by double-ring infiltrometer for
permeability. The rate shall be >25 mm/hr and not exceed 500 mm/hr. Alternative
testing means must be approved by the Engineer.

Execution

The Basin provides drainage of upstream areas through surface storage capture and
soil infiltration. Good infiltration performance is key to their operation and it is
therefore essential that the Contractor take care when excavating the Basin and
placing the Soil Media to avoid over compaction, smearing the excavation sides or
‘blinding’ the soil through poor site management. The Contractor must not allow
construction run-off from surrounding earthworks to wash fines into the Soil Media or
the layers below.

Excavation for Basins shall not be carried out under unsuitable or wet soil conditions
where trench sides are smearing thus creating impediment to seepage. A neat
smooth finish is undesirable for Basin operation as it provides a poor interface with
the media. A rough finish such as that achieved with a toothed digger bucket is
preferred.

Excavated material shall be removed from the location of the Basin and placed such
that sediment from the stockpile material cannot re-enter the excavation.

Machinery or equipment shall not be used to remove excess excavated material


during saturated soil moisture conditions. This operation shall be carried out in a
manner to minimise damage to areas adjoining the basin and to minimise soil
compaction.

The excavation shall be free of roots and projections or obstructions. Where over
excavation has occurred, the bottom is to be brought back to grade using excavated
material which is only lightly compacted in position to the same extent as the
undisturbed surrounding soil. No loose soil shall be left in the excavation after grade
restoration.

The filter cloth shall be installed in accordance with the construction drawings and
the manufacturer’s recommendations.

Filter cloth shall only be laid between the sub-grade and the drainage media; it shall
not be used for separation of the sand or Soil Media and the drainage media.

The drainage media shall be carefully placed in the clean excavated area, after the
excavated material has been removed and the excavation site cleared of potentially
contaminating material and the excavation lined with geotextile filter cloth. The
drainage media shall be used as bedding material around the sub-soil pipes.

The bedding zone shall be bedded down through light tamping. No mechanical
compaction equipment shall be used. The drainage media shall not be placed or
lightly compacted if the excavation is flooded or the in-situ soils saturated.

Subsoil pipes shall be located centrally within the layer of drainage media in
accordance with this Specification and the construction drawings.

Subsoil drain pipes shall not be laid in flooded or saturated soils. Perforated subsoil
drain pipes are not to be fitted with a filter sleeve.

   

Page 98 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The subsoil drain pipes shall be installed parallel to and in contact with the bedding
material prior to backfill placement. The subsoil drain pipes shall not be laid where
ponded water exists in the excavation. The Contractor shall place the drainage media
carefully around and over the pipes to avoid damaging the pipe.

The drainage media shall be used as bedding material around the subsoil drain pipe.
No mechanical compaction equipment shall be used. The bedding zone shall be
uniformly tamped to bed the material down. The drainage media shall not be placed
if the excavation is flooded or the in-situ soils saturated.

The capped end of a subsoil drain pipe shall finish in an access chamber. The cap
must not be glued in place to allow future access. The access chamber shall be
finished flush with the surface with a reinforced HDG steel solid plate cover fixed with
four M8 nuts. The chamber shall be formed from a 450 x 450 mm pre-cast concrete
catch-pit chamber. The subsoil connection shall be sealed internally and externally
with epoxy mortar to be soil tight.

A 100m thick layer of sand shall be placed on top of the Drainage Media (unless
specified otherwise on the Contract Drawings). The sand shall be placed in a single
lift and left un-compacted. Compaction of the sand by running construction
equipment over the top shall be strictly avoided. The subsoil drain pipe shall not be
crushed or disturbed during installation of the sand. Rake the sand to a reasonably
level finish.

The basin is to be lined with a minimum 350 mm thick layer of soil media (this
includes a 50mm allowance for post construction consolidation over that shown on
the Construction Drawings) on top of the sand layer.

The soil media shall be placed in a single lift to 50 mm above the finished level
shown on the Contract Drawings. The finished surface shall be reasonably smooth,
uniform and free of obvious hollows and humps. Care shall be taken to avoid over-
handling the soil.

The soil media shall be raked without any form of mechanical compaction. The
subsoil drain shall not be crushed or disturbed during installation of the soil media.

The Contractor shall prevent the soil media being blinded with sediment from
construction run-off. The Contractor shall make good any blinding of the soil media
or over-compaction where directed to do so by the Engineer.

The soil media shall only be placed when relatively dry. Over compaction or poor
handling (particularly if saturated with water) will result in poor performance which
could result in additional cost to the Contractor through remediation of the media.

Once the media is placed the Contractor shall notify the Engineer. If the Engineer is
satisfied with the soil placement they shall notify the Contractor that landscaping can
commence. Stabilisation with grass seed shall be carried out within seven days, once
approval is obtained from the Engineer.

All hinge points where differing slopes intersect shall be rounded to avoid defined
edges in order to smooth out the visual appearance.

Immediately before installation and jointing, each drain pipe and fittings shall be
inspected for defects, and any defective drain pipe or fitting rejected. Once the
drainage fittings are installed they shall be photographed prior to embedment.
   

Page 99 of 176
SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Engineer shall inspect the subsoil drain installation, sand layer installation and
soil media installation. If the Engineer cannot inspect the construction, then the
Contractor shall take photographs of the installation at each stage and provide them
electronically to the Engineer. Each photograph shall be titled in a manner to clearly
identify the location and activity and forwarded to the Engineer within two Working
Days.

Backfilling with sand and soil media shall not commence until approval for the
subsoil drain has been given by the Engineer on the basis of a site inspection or
review of digital photographs with sufficient detail.

18.15 RIP RAP


General

This section of the Specification covers revetments and scour protection for culvert
inlets / outlets, stream realignment and rock chutes armoured with or made from
riprap rock material. It does not cover the riprap revetment associated with the
bridge abutments or piers.

The structures covered by this section of the Specification shall be installed as per the
Contract Drawings in terms of location, form, level and dimension. This includes
geotextile.

Environmental Considerations

Ensure all works within or adjacent to a stream channel are completed in compliance
with the project’s environmental compliance requirements. Riprap placed within a
stream environment shall be completed under the direction of the Contractor’s
project Ecologist. The Ecologist shall direct the Contractor in terms of habitat
reinstatement, as well as fish recovery and temporary channel diversion or fluming /
piping.

As a minimum, the Contractor shall engage the project Ecologist as below:

 Liaison with the project Ecologist over timing of the works (fish spawning and
migration) and electro-fishing / fish recovery
 Liaison with the Ecologist over the temporary fluming or diversion of flow and
erosion and sediment control requirements
 Confirm safe locations for the storage and handling of materials harmful to the
environment
 Reinstatement of stream habitat and low flow channel following any temporary
works
Rock Material

Rock for use as riprap / rock revetment / scour protection must consist of angular or
quarried material; not well rounded or spherical rock that could roll out of place.

The rock should be a hard non-weathered durable rock like Greywacke, free from
laminations and cleavages and shall not disintegrate on exposure to weathering.
Rock such as shale, mudstone, and claystone are not acceptable.

As a minimum, rock sourced from site shall be inspected and tested with a Schmidt
Hammer by a geotechnical engineer, in lieu of density and weathering testing. At
   

Page 100 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

least 90% of the rock tested shall have a test result equal to or greater than 50 in all
directions. Any rock with clear signs of significant edge or corner wear or having
severe rounding on more than one face shall be rejected.

Otherwise the rock shall achieve a quality index of AA, AB, BB or CA in accordance
with NZS4407 for weathering resistance:

The rock shall have a dry specific of gravity (SG) of 2.56 or higher. SG can be
estimated by placing a rock carefully in a container of water, measuring the water
volume displaced in Litres and dividing its weight by this volume. For example, a
55kg rock that displaces 20 Litres of water has a specific of gravity of 2.75 (55 kg
divided by 20 Litres) and would be compliant. To ensure the most accurate results,
use a container with a known plan area with vertical sides (preferably clear of
translucent for external measurement). The level of the water with and without the
rock can then be measured to calculate the change in volume. By ensuring the
chamber has sufficient freeboard for the water being displaced no water should be
lost from the container.

The rock material shall be free from any organic material or fines such as silt or clay.
The material shall also be free from any nuisance seed material or any other material
detrimental to the receiving environment. Rock obtained from waterways containing
Didymo shall not be used.

Any sub-standard rock or rock that has split during delivery or placement shall be
rejected and removed from site.

Grading Limits

Rock for scour protection is specified in terms of D50 (millimetres or metres). This
represents the rock size that 50% of the material must exceed. The nominal D50 can
be converted into a grading curve envelope using the following factors:
TABLE 18.15: ROCK GRADING 
CATEGORY LOWER LIMIT UPPER LIMIT
100% Passing  1.5 x D50  1.7 x D50 
85% Passing  1.2 x D50  1.4 x D50 
50% Passing  D50  1.4 x D50 
15% Passing  0.4 x D50  0.6 x D50 

Riprap grading shall be measured by taking a transect across the material. This
involves running a tape across an area of riprap at random and measuring the length
of each rock crossed by the tape to check the grading.

The maximum dimension of any rock shall not exceed its narrowest dimension by
more than a factor of three.

Rock Placement

The rock shall be placed to thickness of 2 x D50 if not specified otherwise. The rock
should be well mixed when placed and may be dumped from a height not exceeding
0.5 m, spread and manually adjusted to remove voids greater than 0.4D50 and form
a level well-graded surface. Rock should be placed at the toe of slopes first and then
installed upslope. Rock shall only be dumped from a height exceeding 0.5 m where a

   

Page 101 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

cushion layer is provided in accordance with NZTA Specification F7 or the filter cloth
strength class has been increased to reflect the increased drop height.

Where rock riprap is being placed in the invert of a live watercourse, it should be
placed under the supervision of the Contractor’s project Ecologist. The Ecologist may
direct the Contractor in terms of finished level, slope and specific rock placement to
ensure appropriate flow conditions exist for fish passage. Once paced, a mix of fine
gravel / grit shall be spread / raked over the riprap to fill void spaces and further
shape the rock to form a low flow channel. The fine gravel / grit material shall be well
graded from 50 mm diameter gravel down to grit-sized material and must be clean
with minimal fines. The Contractor shall allow for the Ecologists direction in his
programme.

Where excavation for riprap encounters competent bed rock, the riprap may be
terminated at the surface of the rock.

Unless specified otherwise, the maximum riprap slope shall not be steeper than 1:2
(V:H). Local irregularities in the slope of riprap placed on banks shall not exceed
300 mm when measured at a right angle to the slope.

Geotextile Filter Cloth

Geotextiles used for filter cloth below rip rap shall have a minimum strength class as
follows, or as stated on the Contract Drawings:

 Strength Class C for rock up to and including a D50 of 200 mm diameter.


 Strength Class D for rock up to and including a D50 of 400 mm diameter.
 Strength Class E for rock up to and including a D50 of 600 mm diameter.

When filter cloth is placed, the supporting surface (subgrade) under the cloth shall
have no obvious high spots or debris which could puncture or tear the filter cloth.
Rounded river run material shall be spread over the subgrade and levelled if the
subgrade is angular, rocky or contains voids.

Placement of filter cloth shall be done offline from any flow current and in the dry. A
layer of smaller stone (a cushion layer) may be spread over the filter cloth initially to
weigh it down and provide some protection from larger rock, prior to placing the
riprap material. This small stone material shall be well graded from the D15 range
down to 50 mm. Alternatively, sand bags and / or pins may be used to temporarily
secure geotextile in place.

The filter cloth shall have a minimum lap of 500 mm when placed above the final
water level and 1 m when placed below the final water level. Filter cloth laps must
align with the direction of flow with the upstream sheet placed over the downstream
sheet and the upslope sheet overlapping the sheet below

Unless specified otherwise, the filter cloth shall be a needle punched nonwoven
porous geotextile in accordance with NZTA Specification F7.

Hold Points

The following are hold points where the Contractor shall liaise with the Engineer and
the Contractor’s Project Ecologist:

 Where the works occur within a stream environment, at least two weeks prior to
the works commencing, the Contractor shall notify the Contractor’s project
   

Page 102 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Ecologist and Engineer of the planned date for the works to start. The
Contractor, with his Ecologist and the Engineer, shall agree any flow diversion
works required and arrange for fish recovery and the Ecologist’s supervision.
 Where good durable local rock is to be sourced, but the specific gravity is less
than 2.56 the Engineer shall be notified. The rock diameter may be increased by
the Engineer to accommodate less dense rock.
 Where bed rock is encountered within the planned excavation the Engineer shall
be notified.

18.16 AHAURA STREAM AND FARM DRAIN REALIGNMENTS


As part of the Contract works, the Ahaura Stream and several farm drains / roadside
drains are to be realigned with a portion of the channel infilled. The works shall be carried
out in accordance with the Contract Drawings and as stated below.
Fish Recovery

Prior to any excavation or infilling of Ahaura Stream or any farm drains, the
waterways shall first be electro-fished by the Contractor’s project Ecologist for fish
recovery. The Contractor shall agree with his ecologist the notification time required
in advance of the planned date for fish recovery to allow the ecologist sufficient time
to prepare. Once electro-fished, the waterways shall be separated from the upstream
and/or downstream reaches to prevent fish returning.

Any sediment or organic material removed from waterways shall be placed to one
side near the waterway and left for at least 24 hours prior to disposal or re-use to
allow for fish recovery of the sediment and for eel species to return to the waterway.

Diversion Works

Low flows shall be diverted where required by the Contractor to manage the works.
Diversion works using fluming or temporary channels shall provide for fish passage
where directed by the Contractor’s project Ecologist. Any pumping of flows from
waterways shall include a fish screen.

Management of Flows

The works shall allow for flood events and the diversion of flood flows that exceed
any flow diversion works. This shall include:

 the location of materials or equipment, especially those potential harmful to the


environment
 prevention of damage to the works due to flood flows
Tie ins

At the tie in to the existing channel the new channel shall smoothly transition into the
existing channel. At this point a rock sill shall be constructed across the stream bed
to prevent any head cutting of the natural channel upstream. This shall consist of a
trench excavated into the channel filled with angular riprap as shown on the Contract
Drawings.

Filling of redundant channel

Any redundant channel that is to be infilled shall be stripped of any vegetation, soft
silt material, or organic material prior to infilling. The channel shall be filled to bank
   

Page 103 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

level or the adjacent top soil strip level with a free-draining low-fines material e.g.
Drainage AP40, compacted in 300 mm lifts. Once filled to bank level or the level of
the adjacent topsoil strip, the embankment shall be filled as per the bulk fill
requirements of this Specification.

18.17 INSPECTION AND TESTING


Sub-grade

The following inspections and tests are required:

 Visual inspection of sub-grade material prior to placement of bedding material


where any unsuitable material, hard spots or weak founding material has been
replaced.
 Testing of founding material for appropriate strength at 10 m intervals or as
otherwise directed by the Engineer.

A minimum CBR of 5% or 3 blows per 100 mm using a Scala Penetrometer is


considered an acceptable sub-grade strength. The Engineer shall be notified where
this is not achieved.

Bedding and Haunching Materials

Any pipe bedding or haunching materials used (excluding ‘low fines’ materials e.g.
drainage chip) shall be tested through trial compaction to demonstrate that the
material is capable of achieving the required level of compaction (refer to Table 18.7,
and Section 18.7.3 of this Specification).

No compaction testing is required for ‘low fines’ material (defined as having 0%


passing a 2.36 mm sieve) subject to having a compaction fraction of 10% or less
(refer to Section 18.7.3.5).

Compaction

At commencement of pipelaying, compaction trials shall be undertaken to


demonstrate the adequacy of the proposed compaction methods to achieve the
compaction parameters specified (refer to Table 18.7, and Section 18.7.3 of this
Specification).

Compaction trials shall also be undertaken when there are changes in the
embedment material or where changes occur in the compaction procedure.

Trials could be undertaken in the base of a trench, or a test pit, where the relative
compactions are to be determined for the same embedment material layer depths
and compaction process proposed to be used for pipeline construction. Note that
because it is likely that the density achieved in the field will be less than that
achieved in a trial, a greater compactive effort than undertaken in the trial should be
used in the pipe installation to compensate.

Placement and compaction of all layers must be in layers not exceeding 250 mm
compacted thickness unless compaction trials show that the specified compaction
can be obtained with thicker layers. Where hand tampers or internal vibrators are
used, the compacted lift thickness should not exceed 150 mm, the length of the
vibrator, or half the pipe diameter.

   

Page 104 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Provided the material and method of placement and compaction remain the same as
determined by the trial, regular testing is not required where the construction is
periodically inspected or supervised by the Engineer or his representative.

Where the Engineer has any concerns over the suitability of the bedding or haunching
material, or the thickness of lifts being carried out, or an alternative means of
installation is undertaken, testing of material compaction can be requested by the
Engineer at any time. Testing shall consist of either:

 Clegg Hammers calibrated to the material at 20 m intervals for the bedding layer
and every second lift of the haunch material. A minimum CIV of 12-15 shall be
achieved for all embedment material.
 An alternative means of testing as directed by the Engineer.

Compaction testing is not required for CLSM or low-fines materials with a compaction
fraction of 10% or less.

Testing of bulk fill or pavement layers above the AP65 backfill shall be as per the
earthworks and pavement testing requirements as covered by the Contract
Specification.

CCTV

All pipes (excluding sub-soil drains) shall be filmed with CCTV once the surface above
has been finished. The CCTV shall be reviewed for any visible defects in the pipes.
The footage shall be kept electronically either on a USB memory stick, portable hard
drive, electronic file sharing, or DVD so it is available for viewing. The footage must
be clear and identify distance and manhole run with an accompanying log sheet.

18.18 AS-BUILT DATA


As-built details of all stormwater infrastructure shall be recorded by the Contractor and
provided to the Engineer in AutoCAD and hard copy format. The as-builts are to include,
but not be limited to the following information:
 Length, diameter, type and class of pipe
 Grade of line and direction of flow
 Inlet and outlet invert levels at all structures, manholes and sumps
 Swale top of bank and bottom of back (invert) at 5.0 m intervals
 Basin top of bank and bottom of bank (invert)
 NZGD coordinate of all manholes, headwalls and structures
 CCTV videos and records
As-built details shall be provided not only for new infrastructure but also for modified,
removed or abandoned existing infrastructure.

   

Page 105 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Pavement and surfacing


19.1 GENERAL
This section relates to the construction of all pavements and surfacing required within the
project works.
NZTA is piloting the following two draft specifications on this project which are attached
in Appendix IX:
 Draft M/4 AP40: 2019 Specification for Basecourse Aggregate
 Draft M10: 2019 Specification for Dense Graded Asphaltic Concrete
The production and placement of materials using these draft specifications will be
reviewed and assessed as the project progresses. If issues are identified by the Engineer
or Principal the specification will default to the existing current NZTA specification.
This piloting process requires the Contractor to provide full access to all material and
construction test and QA results and documentation.
All works shall be undertaken in accordance with NZTA specifications unless otherwise
specified or modified by the Contract Drawings or this Project Specification.
Unsealed pavement materials shall comply with the parameters detailed in Section 19.10
below.

19.2 SUBGRADE AND UNDERCUT


The Contractor shall confirm the CBR of the subgrade by Scala Penetrometer testing, or if
subgrade is granular in nature, by laboratory soaked CBR testing.
Tests shall be performed at 10m intervals along each lane or widening with a minimum of
5 tests for each type of subgrade or soil type encountered. The Contractor shall provide
the results to the Engineer and allow for 2 working days for review and instruction prior
to completing the construction of the pavement layers.
The target CBR is detailed in table 19.2 below, and the depth of undercut required in
areas with a low CBR will be confirmed by the Engineer prior to excavation. The material
shall be undercut in accordance with TNZ F/1.

TABLE 19.2: SUBGRADE CBR TARGET

SUBGRADE TYPE CBR TARGET

Bulk Fill Embankments 12%

Insitu Cut (southern end) 12%

Insitu pavements (township) 5%

Unsealed Roads 5%

   

Page 106 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

All precautions shall be taken to restrict the water ingress to subgrade during
construction in accordance with TNZ F/1 and to avoid disturbance by trafficking by
providing working platforms or construction haul roads.

19.3 SUBBASE
The Contractor shall perform the following testing on the Subbase as follows:

TABLE 19.3: SUBBASE TESTING

TEST FREQUENCY

Particle Size Distribution 2 samples for lots <400 m3


(Grading)
3 samples for lots 400 - 1500 m3

4 samples for lots 1500 - 4000 m3

4 samples for lots > 4000 m3 plus 1 sample for each


additional 1000 m3

Field Compaction Testing 1 test per 500 m3

Samples from each source of supply shall be tested and the test results shall be provided
to the Engineer for acceptance.
The subbase aggregate shall consist of crushed or non-crushed rock. Subbase shall be free
from all non-mineral matter.
The material shall have the following properties:
Crushing resistance under a load of 50kN with less than 10% fines passing 2.36mm
sieve shall be produced when tested in accordance with NZS 4407:1991 Test 3.10 (The
Crushing Resistance of Coarse Aggregate Under a Specified Load).
Maximum particle size not greater than half the layer thickness.
Well graded with 'Grading Index' (n) greater than 0.5 (where n is based on line of best
fit determined by linear regression between percentage passing 0.425 mm and half of
maximum particle size sieves) measured on log-log axes.
And either:
Not more than 10% by weight passing the 0.425mm sieve; or
sand equivalent greater than 40
Soaked CBR of the subbase aggregate shall not be less than 40 when tested in accordance
with NZS 4402 Test 6.1.1 "Standard Laboratory Method for Remoulded Specimens" using
`NZ Vibrating Hammer Compaction' at 95% of maximum dry density.

   

Page 107 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

19.4 BASECOURSE
Basecourse materials shall comply with NZTA’s Draft M/4 AP40: 2019 (refer Appendix IX),
and shall be constructed in accordance with TNZ B/2.
The basecourse aggregates shall be Class 2 in accordance with Clause 2 of NZTA’s Draft
M/4 AP40: 2019.
The Contractor shall perform testing of the Basecourse materials in accordance with NZTA’s
Draft M/4 AP40: 2019 and shall supply the results of these tests to the Engineer for
acceptance.
Further to Clause 7.5 of TNZ B/2 if it is not possible to ensure that at least 1,000 vehicles
pass evenly over each unsealed lane the Contractor shall allow for carrying out 30 passes
evenly spread per lane of a 2 axle truck with the twin tyred rear axle loaded to 10 tonnes.
During this period, the Contractor shall control the traffic such that the full width to be
sealed is trafficked evenly, although particular attention shall be given to longitudinal joints
between the existing road and widening, where applicable.
The Contractor shall allow for any extra work involved with the additional vehicular
compaction in the appropriate rates.

Following the additional rolling or passage of vehicles as specified, the Engineer will inspect
the finished surface to see if it complies with the requirements of Clause 7.7 and 7.8 of
TNZ B/2 (surface shape and surface finish).

19.5 BENKELMAN BEAM TESTS


The Contractor shall record the deflections of the finished basecourse after compaction,
but before sealing by Benkelman Beam Deflection testing in terms of TNZ T/1. Tests shall
be performed at 10m intervals in each wheel track in both lanes. Test results shall be
reported to the Engineer prior to sealing.
Maximum Acceptable Deflections are:

TABLE 19.5: SUBBASE TESTING

95TH PERCENTILE MAXIMUM INDIVIDUAL VALUE

0.8mm 1.0mm

19.6 PREPARATION FOR SURFACING


The preparation of the surface for sealing shall be in accordance with TNZ B/2 and TNZ P/3.
Degree of Saturation (DOS) requirements for this site are DOS less than 60% prior to sealing.
The sweepings shall be removed to dump and shall not be spread across metal shoulders
or berms. The Contractor shall give the Engineer 48 hours prior notice that the surface is
ready for inspection and shall not undertake any surfacing until the surface preparation has
been accepted by the Engineer.

   

Page 108 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

19.7 ROUGHNESS AND SKID RESISTANCE


All newly constructed road surfaces shall comply with NZTA requirements for NAASRA
roughness counts and Skid Resistance.
The surfacing shall meet the requirements of the Transport Agency’s T10:2010 Skid
Resistance Deficiency Investigation and Treatment Selection, and any other subsequent
amendments.

19.8 AC BRIDGE DECK SURFACING


The bridge deck including the approach slabs shall be surfaced with 40mm of AC14 and
any pre-levelling layer in accordance with NZTA’s Draft M/10: 2019.
The AC14 Mix design shall be in accordance with NZTA’s Draft M/10: 2019 Clause 3.3.
The Contractor shall allow for an appropriate tack coat to be applied to:
the concrete bridge deck prior to application of pre-levelling (refer Section 19.8.4)
and/or AC14 surfacing, and
between any pre-levelling and the AC14 surfacing.
The Contractor shall undertake any pre-levelling (AC5 mix or Contractor proposed
alternative) that may be required prior to the application of the AC14. Pre-levelling may be
required if the profile of concrete bridge deck does not match the design levels, and/or
profile and therefore does not provide the required camber/super evaluation etc, or the
deck contains low spots that require filling to ensure a consistent 40mm depth of final
AC14 surfacing. The Contractor shall undertake a topographical survey at a 2m centre grid
over the entire area of the bridge deck (including the approach slabs) and shall provide this
survey to the Engineer for review and instruction on the extent of pre-levelling required.
The Contractor shall allow 5 working days in his programme for review of the topographical
survey information by the Engineer.

The Contractor shall construct a 300mm wide drainage channel adjacent to the upstream
concrete barrier as shown on the bridge construction drawings.

19.9 AC PAVEMENT SURFACING


AC pavement surfacing shall be constructed at the locations shown in the drawings and
shall consist of 40mm of AC14 in accordance with NZTA’s Draft M/10: 2019.
The AC14 Mix design shall be in accordance with NZTA’s Draft M/10: 2019 Clause 3.3.

19.10 UNSEALED PAVEMENTS


Unsealed pavement shall consist of:
 50mm Wearing Course, or 2.5 times the aggregate’s maximum stone size (in
accordance with Section 0)

 100mm Basecourse (in accordance with Section 19.10.3)


 200mm Subbase (in accordance with Section 19.3)

   

Page 109 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Wearing course aggregate shall knit into a mosaic under the action of rolling and comply
with the specification in Table 19.10.2

TABLE 19.10.2: UNSEALED WEARING COURSE AGGREGATE PARAMETERS

PARAMETER SPECIFICATION

Shrinkage product 100 < Sp < 250, where Sp = Linear shrinkage x percentage passing
(Sp) 4.75mm sieve

Crushing resistance When measured under an 80kN load the percentage fines must be
less than that specified in Transport Agency M/4.

Plasticity index (PI) 6 < PI < 12

Soaked CBR Soaked CBR > 16 at 95% MOD AASHTO after 4 days soaking

Grading Sieve size Minimum percentage passing Maximum percentage passing

26.5mm 100 100

2.36mm 20 60

Fines/Sand ratio % by mass passing 75μm sieve

0.2 < % by mass passing 2.36mm sieve < 0.6

Grading coefficient 6 < Gc < 34, where ((% passing 26.5mm sieve - % passing 2.36mm
(Gc) sieve) x % passing 4.75mm sieve)/100

Basecourse aggregate shall comply with the specification in Table 19.10.3

TABLE 19.10.3: UNSEALED BASECOURSE AGGREGATE PARAMETERS

PARAMETER SPECIFICATION

Broken Faces All aggregate greater than 4.75mm must have at least two broken
faces.

Crushing resistance When measured under an 80kN load the percentage fines must be
less than that specified in Transport Agency M/4.

Grading Sieve size Minimum percentage passing Maximum percentage passing

37.5mm 100 100

   

Page 110 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 19.10.3: UNSEALED BASECOURSE AGGREGATE PARAMETERS

PARAMETER SPECIFICATION

19.0mm 65 80

9.5mm 40 60

4.75mm 25 45

2.36mm 15 35

1.18mm 10 25

300μm 3 15

75μm 0 10

Wetting the basecourse and wearing course aggregates shall be completed during
placement to achieve optimum water content. Care shall be taken not to over-wet or
saturate the material.

   

Page 111 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Safety barriers
20.1 GENERAL
All safety barriers for use on this project shall be approved for use on state highway roads
in accordance with NZTA M/23. This includes all safety barrier hardware such as end
terminals
The general layout of barriers and transitions between barrier systems shall be in
accordance with the construction drawings with modification to suit any proprietary system
adopted for rigid or semi-rigid barriers.
Where proprietary systems are used for semi-rigid safety barriers, the Contractor shall
supply full details of the proposed system including:
Details of barrier deflection and working width for the proposed system;
Working drawings showing:
i. Details and location of intermediate anchorages/tension bays;
ii. Transition layouts;
iii. Leading and trailing end terminals;
iv. Post foundation details for both ground planted and surface mounted installations;
Manufacturer’s installation checklists and full methodology for installation.

The above information shall be submitted for approval to the Engineer a minimum of 10
working days prior to installation.
At the Contractor’s cost the barrier installation is required to be inspected by a person with
the ‘Barrier Installation and Maintenance Inspections Qualification’ (BIMIQ). The inspection
report shall be forwarded to the Engineer, this should include a certificate of installation
compliance provided by the manufacturer for all barriers constructed.

All guardrail shall be set out and installed from the fixed end if this exists (i.e. bridge or
concrete barrier). There shall be no cutting or modifying any guardrail sections and no
drilling of new or existing holes of any section of guardrail, posts and other proprietary
components.

20.2 RIGID CONCRETE BARRIERS


Rigid concrete barriers on the bridge and bridge approaches shall be constructed in
accordance with Section 25.7.1 and the Construction Drawings.

   

Page 112 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Traffic services
21.1 ROAD MARKING
Installation

Installation of roadmarking shall be the responsibility of the Contractor and shall


include:
Setting out the new road markings following resurfacing
Carrying out pavement marking within 48 hours of sealing.
Carry out a second remark during the Defects Liability period.

The schedule of rates shall allow for marking all new paint marking twice. The first
marking shall be the initial application of the road marking on completion of the
sealing and the second shall be a remark within the Defects Liability period.

"No Roadmarking" (TW-14) signs shall be erected from the time of resurfacing until
roadmarking is reinstated.

Roadmarking shall be completed in accordance with NZTA Specifications P/22:2006,


T/8 and M/7 and the NZTA Manual of Traffic Signs and Road Markings unless
modified below.

Lane lines and edge lines shall be set out from pilot marks spread at not more than
10 m intervals on curve sections and 20 m intervals on straight sections. Pilot marks
shall not be greater than 50 mm diameter and shall be the same colour as the
proposed line.

The following standard traffic lanes shall apply, unless otherwise stated in the
detailed design drawings or electronic model:
where the seal width is between 7.0 and 8.0 metres then the traffic lane width shall
be 3.0 to 3.5 metres and the sealed shoulder a minimum of 0.5 metres.
where the seal width is 8.0 metres or greater than the traffic lane width shall be
3.5 metres and the sealed shoulder 0.5 metres or greater.
the standard traffic lane widths may vary over any one seal length to make
allowance for seal width variations providing:
i. standard lane widths are consistent in any one straight or curve
ii. the lanes are visually consistent throughout the length.

Where applicable, the start and finish points of yellow 'No Overtaking' lines, 'No
Overtaking Advance Warning' lines, and the positions of lane markings, limit lines
and other markings shall also be located on the road surface by the Contractor.

Removal

Removal of existing pavement marking shall be in accordance with NZTA P/22 except
that:
Sandblasting shall not be used on friction course surfacing.
The use of loose grit in connection with paint remover shall not be permitted where
it could be a potential safety hazard.
Excess grit shall be removed from the surface
   

Page 113 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

‘Blacking out’ using paint or other covering methods shall not be used

Changes to Existing Roadmarking

Where applicable, removal of existing marking and installation of new markings is to


be done in a logical sequence, which does not cause danger to motorists.

At the end of each day, no areas are to be left with no markings or both old and new
markings. If circumstances are such that this cannot be accomplished, then
temporary traffic control shall be erected and maintained at the Contractor's expense.

All white edge lines shall be reflectorised and the width of lines shall be 100mm.

Continuity lines (across side roads) shall be 200mm wide reflectorised white.

The dry film thickness of each layer shall be as specified in Clause 13.1 of NZTA
P/22.

21.2 EDGE MARKER POSTS


Edge marker posts (EMP) shall comply with NZTA M/14 and P/16 specifications.
New marker posts shall be installed at the completion of the works in accordance with the
relevant NZTA specification.

The Contractor shall protect existing edge marker posts during the construction period.
Any edge marker posts broken / damaged by the Contractor shall be replaced at the
Contractor’s own cost.

All new edge marker posts shall be installed within 4 hours of the removal of the existing
edge marker posts. There are to be no gaps or missing edge marker posts during the hours
of darkness at any time during construction.

Any posts missing or damaged by the Contractor’s operations shall be replaced at the
Contractor’s expense. All marker posts are deemed to be in place and in the correct position
at the time of tender. The Contractor shall ensure that the edge delineation is erected and
maintained to the appropriate standard on a daily basis.

21.3 BRIDGE / CULVERT MARKERS


The major culverts constructed qualify as bridges due to their size. Each structure shall be
uniquely identified by name of highway and Bridge Structure Number (BSN). This shall be
indicated on posts erected each side of the highway at the start of the structure. These
posts shall be RH-4 signs as defined in the Manual of Traffic Signs and Markings. The
Contractor shall seek the relevant BSN numbers from NZTA’s Bridge Maintenance
Management consultant.

The minor culverts shall be marked with culvert marker pegs above each end of the culvert,
readily visible from the road. Culvert marker posts shall not be closer to the edge of the
road than edge marker posts. The marker shall be a plastic flexi post and the colour of the
marker shall be olive green. Culvert marker posts shall have the culvert number printed on
the top of the post in black. The Contractor shall seek the relevant marker numbers from
NZTA’s Network Maintenance Management consultant.

   

Page 114 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

21.4 ROUTE POSITION MARKERS


The Contractor shall establish an ERP sign every 3 kilometres along the road in each
direction, and shall tie in the position of the signs with the signs either side of the project.
The Contractor shall establish the exact position of the signs in consultation with NZTA’s
Network Maintenance Management consultant.
The Contractor shall establish kilometre pegs each side of the road to tie in with the ERP
signs.

The details for the route position markers shall be in accordance with NZTA SM051 Part B.

21.5 RAISED REFLECTIVE PAVEMENT MARKERS


Raised Pavement Markers

The Contractor shall be responsible for the supply and installation and, where
applicable, removal of raised pavement markers.

Markers shall be in accordance with NZTA M/12 and work shall be in accordance with
NZTA P/14 except that only glass faced RRPMs shall be used. Existing markers shall
not be reused.

All markers shall be glass faced Stimsonite 911 type or similar approved.

Removal of Markers

All existing pavement markers shall be removed prior to resurfacing unless otherwise
approved by the Engineer.

Removal of raised pavement markers shall not take place earlier than 24 hours before
resurfacing.

Any blemishes or holes produced by the removal of raised pavement markers shall be
repaired by the Contractor at the Contractor’s expense. The Contractor shall submit
the proposed method of repair to the Engineer for approval.

Changes in Pavement Marking Layout

Where applicable, removal of raised pavement markers is to be done in a logical


sequence, which does not cause danger to motorists.

At the end of each day, no areas are to be left without markers or both old and new
markers. If circumstances are such that this cannot be accomplished, then temporary
traffic signs and cones shall be erected and maintained at the Contractor’s expense
in accordance with the “Temporary Traffic Control and Safety Requirements” of this
Specification.

Reinstatement of Markers

Markers are to be new and reinstated within:


72 hours of sealing where the markers are used in conjunction with paint markings
to define centrelines etc; or
24 hours of paving where markers alone are used to define lane lines etc. without
paint markings.

   

Page 115 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

21.6 TRAFFIC SIGNS


General

This section covers the work required for the supply, construction and installation of
all traffic signs and design of their supports.

The following specifications, with their applicable issue date, form part of the
contract documents and shall be read in conjunction with the Specification.

All work required by this Section shall be completed in accordance with:


NZTA P/24: Performance Based Specification for Traffic Signs
NZTA’s ‘Manual of Traffic Signs and Markings’(MOTSAM)
Road Safety Manufacturers Association ‘Standard for the Manufacture and
Maintenance of Traffic Signs, Posts and Fittings’

All signs larger than 4.5m2 and more than two posts shall have posts with breakaway
bases and hinges, unless protected by safety barrier and more than 600mm behind
the barrier. All other signs shall have posts complying with NZTA P/24 and the RSMA
standard, unless protected by safety barrier and more than 600mm behind the
barrier. Unless otherwise stated all other signs shall be fitted with sockets, so that
broken posts can be removed and replaced without replacing the base.

Sign posts shall be designed for the actual post and site configuration combination,
and shall not be based on generic design.

All new signs installed shall be High Intensity grade reflective sheeting unless
otherwise specified.

Existing signs shall be relocated or removed as directed by the Engineer.

NZTA Logo

All new or replacement signs shall include a NZTA logo. The logo shall be:
printed in white on a clear self-adhesive background
30 cm2 in area for signs less than 1 m2 in area
100 cm2 in area for signs greater than 1 m2 in area

The logo should be located in a corner of the sign where it does not obscure any part
of the symbol or legend and in general at the bottom corner nearest the traffic lane.

Support and Posts

Supports and posts for signs shall only be constructed of structural aluminium or
steel. Refer to Clause 15.1 (b) & (c) of the RSMA Standard. All steel shall be hot-
dipped galvanised after fabrication to CES 306.

Signs mounted on highway lighting standards shall be fixed with standard ‘Signfix’
brackets (or similar approved by the Engineer), subject to them being clear of
pedestrian and cyclist facilities. Other signs erected above footpaths shall have a
2.5m clearance for pedestrians, or a 3.0m clearance if the footpath is being used as a
cycleway.

   

Page 116 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

For small road signs located in traffic islands, the Contractor shall supply and install
120mm x 120mm (internal dimensions) x 400mm long steel RHS sections (hot
dipped galvanised in accordance with CES 306) surrounded and buried in site
concrete. The RHS section shall protrude 50mm above the concrete island.

Sign Positions

The sign locations shown on the drawings are indicative only. Actual positions will be
fixed on site jointly between the Engineer and the Contractor. The Contractor shall
supply all pegs, paint etc necessary to achieve this. This operation shall be carried
out before the manufacture of the signs and their supports.

Relocation of existing signs

The Contractor shall relocate all signs as shown on the drawings. The Contractor
shall allow for uplift and temporary storage of signs as necessary. Signs shall not be
uplifted and stored or relocated until the signs become redundant (i.e. road changes
have been fully implemented, or a TMP supersedes the need for the signs).

All relocated signs shall be in the same condition as prior to uplift and relocation.
The Contractors video record, completed prior to the commencement of any works
(refer Section 2.9), will be used by the Engineer to compare the condition of the
relocated signs to their original condition. If the Engineer deems the condition of the
signs are not the same as prior to uplift and relocation the Contractor shall supply
and install new replacement signs at its own cost.

Each relocated sign shall be installed on to a new post in accordance with MOTSAM
and this project specification.

21.7 ELECTRONIC SPEED INDICATION DEVICE


The contractor shall supply, install and commission an electronic speed Indication device
at the location shown on the Construction Drawings.
The electronic speed indication device shall be an HMI Technologies’ Vision Speed
Indication Device Sign, Harding Traffic Electronic Warning Signs used as a Speed Indication
Device or equivalent – example details provided in Appendix XI.
The design, supply and installation of the electronic speed indication device shall be in
accordance with NZTA P32 Specification for Electronic Warning Signs on State Highways –
copy included in Appendix XI.
The speed indication device shall include solar panels, batteries and a mains power
connection to the streetlight cable in order to top up the batteries when the solar panels
have not generated enough electricity. The Contractor shall be responsible for full mains
power connection, including cabling, switches, fuses etc to the streetlight feed and obtain
the connection approval/authorisation from the electricity/network utilities provider.

Data capture, download and remote diagnostics are not required for the speed indication
device.
The nominated lower speed threshold shall be set at 30km/hr and the upper speed
threshold shall be set at 60km/hr.
The Contractor shall fully install the speed indication device including foundations, test,
commission and supply all documentation, warranties, manuals etc in accordance with
NZTA P32.

   

Page 117 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Utilities and street lighting


22.1 GENERAL
This section of the Specification relates to the identification, diversion, and management of
power and communications utilities and streetlighting amendments and upgrades. The
works includes (but not limited to):
 Identification of existing services;
 Excavation of trenches for utilities;
 Preparation of bedding materials;
 Liaison with service providers;
 Supply and installation of service ducts;
 As-built survey;
 Backfilling and reinstatement of the trench;
 Adjusting manholes/access chamber levels;
 Installation of new street lighting poles, outreach arms, lamps and associated
infrastructure; and,
 Traffic Management.

The Contractor is advised that all street lighting works identified in the drawings will be
undertaken by Westpower/Electronet. The streetlight (and all other electrical
relocation/diversion works) works will be invoiced directly between Westpower/Electronet
and the New Zealand Transport Agency. The Contractor shall be responsible for ensuring
the street light works are completed by Westpower/Electronet in accordance with Section
22.7 through to Section 22.13 inclusive.
Any utilities or services, including laterals and risers, which are in any way damaged during
the Contract works, shall be repaired in accordance with the relevant service authority’s
standards, specifications and requirements.
All works shall be undertaken in accordance with the relevant service authority’s standards,
specifications and requirements.
The Contractor shall confirm each utility service provider’s requirements and scope of
works in advance of submitting the Tender price.
All services shall remain in service until new connections are completed, tested and fully
commissioned the utility providers satisfaction.
The utility service providers have identified their services which require relocation or
modification as a result of the contract works. The Contract Drawings include utility service
provider design concept drawings showing the scope of utility service works required for
the Contractor’s information.
The Contract Drawings show the approximate positions of existing utility services, as
obtained from each service authority during the design period, which may now be outdated.
The plan positions of services are indicative only and no information is provided as to depth
or other details of the service. There may be other services not shown on the plans.

   

Page 118 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor shall obtain updated service plans from each service authority and locate
all services on site prior to construction.

The Contractor shall co-ordinate, programme and manage the work carried out by separate
Utilities Contractors on-site. The Contractor shall confirm with the relevant service
authority the timing and coordination of the utilities works including, switch overs, testing,
commissioning, notification periods, supervision and traffic management requirements etc
and allow for all these requirements.
The Contractor shall allow reasonable time in the construction programme for all
adjustments to the various services by the respective authorities.
The service authorities and their contact person for initial liaison are listed in Table 22.1
below:

TABLE 22.1 UTILITY AUTHORITY CONTACT DETAILS

Utility Utility
Contact
Provider & Phone Number Email
Person(s)
Reference

Power & West Kent 027 454 254 KMartin@electronet.co.nz


Streetlighting Power/ Martin or
Electronet Terry
Hughes 027 245 0080 THughes@electronet.co.nz

Telecom- Chorus Mark 03 339 3375 Mark.cummins@downer.co.nz


munications (Agent: Cummins
027 704 9533
(including Downer EDI)
fibre)
Ref:
239601

In the event that the above contact details are no longer current it is the Contractor’s
responsibility to identify and liaise with the correct person at each of the above Utility
providers

22.2 PROGRAMMING
It is the Contractor’s responsibility to programme the construction works to minimise
service provider establishments, scope of works (including temporary works) and service
provider costs, and to liaise with each service provider to coordinate the works.
For any work within live traffic lanes the Contractor shall liaise and coordinate with the
appropriate authority to identify and resolve any programming issues (i.e. restrictions on
works at certain times of the days, or on certain days of the week).
The interaction between the service works and the installation of drainage infrastructure
and the retaining wall construction is noted as an important issue for efficient construction,
and is the responsibility of the Contractor to coordinate and manage to appropriately time
the works to eliminate utility authority re-work, stand-down time and multiple
establishments.

The Contractor shall initially liaise with utility providers at the commencement of the
Contract to identify and confirm all lead-in times to obtaining the required materials and
resources for their diversion works. The Contractor shall maintain regular liaison with the
   

Page 119 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

utilities providers to ensure lead in times and programmes are regularly checked and
maintained.

22.3 RESPONSIBILITIES
Table 22.2 below details who is responsible for each utility and street lighting task.

TABLE 22.2: UTILITY & STREET LIGHTING RESPONSIBILITIES

Responsibility
Task
Electrical Communications
Works Works

Existing service identification, location and protection Contractor Contractor

Site management – including responsibility for all Contractor Contractor


health and safety and temporary traffic management

Coordination and programming of works with utility Contractor Contractor


providers

Temporary support and protection of services during Contractor Contractor


construction (e.g. during retaining wall construction)

Road crossing construction Contractor Contractor

Trench excavation and removal of excavated material to Electronet Contractor


dump

Supply and placement of trench bedding material and Electronet Contractor


compaction

Duct supply and delivery to site Electronet Chorus

Duct installation Electronet Contractor

Cable supply, laying, jointing, testing, commissioning, Electronet Chorus


compliance certificates, test sheets

Warning tape supply Electronet Chorus

Warning tape installation Electronet Contractor

Supply and placement of trench backfill material and Electronet Contractor


compaction (including top surface i.e. topsoil and
grassing, pavement and surfacing)

Manhole/chamber/pit supply and deliver to site n/a Chorus

Manhole/chamber/pit installation n/a Chorus

As-built surveying and information Contractor Contractor

Decommission and removal of overhead lines and poles Electronet n/a

Temporary pole support during construction (if Contractor Contactor


required)

New streetlight lamps supply and deliver to site Electronet n/a


   

Page 120 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 22.2: UTILITY & STREET LIGHTING RESPONSIBILITIES

Responsibility
Task
Electrical Communications
Works Works

Removal of existing streetlight lamps and replace with Electronet n/a


new lamps

New streetlight poles and outreach arms supply and Electronet n/a
deliver to site

New streetlight pole, outreach arms and lamp Electronet n/a


installation

Supply and install ducts through bridge Contractor Contractor

Removal to dump all existing services across the n/a Contractor


existing SH7 Ahaura Bridge once new services are
commissioned

All works completed by the Contractor shall be in accordance with the utilities service
providers requirements.

22.4 UTILITIES TRENCHING REQUIREMENTS


Where not otherwise specified, all trenches shall be excavated so that the top of the
services, ducts or sleeves contained within the trench have a minimum cover as shown
below.

TABLE 22.3 UTILITY SERVICE DEPTHS

Corridor Situation Cover

Local Road Under the verge 0.6 m

Local Road Under the road* 1.0 m

NZTA Road Under the verge 1.0 m

NZTA Road Under the road* 1.5 m

* - this clearance applies to the lower level out of the base of swale,
or edge of seal as applicable in that location.

Where proposed services are above or conflict with other existing or proposed buried
infrastructure, this shall be referred to the Engineer.

   

Page 121 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

22.5 UTILITIES ROAD CROSSINGS


All services shall be located inside a duct when under an existing or proposed road to allow
future maintenance without open trench excavation in a live lane.
Duct routes shall be kept as straight as possible, be aligned to minimise the length required
under the road, and shall be installed in accordance with the relevant utility service
providers requirements.
No trenching shall be carried out crossing existing NZ Transport Agency roads without prior
approval from the Engineer. In these instances, directional drilling, thrusting or other
trenchless installation methods as approved by the Engineer shall be undertaken to cross
the road. The Contractor shall liaise with the relevant authority to obtain any and all
required approvals prior to commencing the related work on site.
The Contractor shall establish all access pits required to enable the directional drilling or
thrusting. These pits shall comply with all requirements for excavation, and shall be kept
as small as possible. Open duct ends shall be kept plugged to ensure material cannot enter
them. Spoil from the machinery shall be contained within the site, and shall not be
permitted to enter storm-water drains, natural drains, or streams etc. The Contractor shall
remove all spoil from site at completion of drilling or thrusting at that site.
The drilling or thrusting shall extend a minimum of 1.5 m beyond the existing and / or
proposed edge of seal, unless otherwise approved by the Engineer.

For any required crossings of existing local roads, the Contractor shall coordinate with the
relevant road controlling authority to confirm the method of installation required (open
trench or trenchless) and obtain any and all approvals prior to the works commencing on
site.

22.6 UTILITIES AS-BUILT INFORMATION


Following the completion of each trench, the following as-built information shall be
recorded by the Contractor, and supplied to the Engineer and all appropriate Utility
providers at the completion of the works (Note: some of this information will need to be
collected prior to backfilling);
Trench location reference/description
Trench bedding details (or thrusting details as appropriate);
Layout details within the trench – offsets and arrangements of multiple services sharing
the same trench;
Depths from the finished surface level to the top of the cables / ducts or sleeves;
All appropriate details regarding the type of cable / duct / sleeve including size,
material, colour, and whether that service is ‘live’ or a future proofed duct;
Details of any and all required testing, verification and approvals from the utility
providers;
Details of any and all testing undertaken by the Contractor, including proving of the
duct and trace wire installation;
Backfilling material and compaction records; and
Location of the trench collected via topographical survey recording the start and end
of each trench, and at every change in direction.

   

Page 122 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

22.7 STREET LIGHTING SCOPE


The Contractor shall be responsible for programme, managing, coordinating and ensuring
the street lighting construction works, which shall be completed by Electronet, is completed
in accordance with the requirements detailed in Sections 22.7 to 22.13 (inclusive).

A complete and fully functional road lighting system is required and the work shall include:
removal of existing outreach arms, luminaires and conductors, etc. as detailed on the
drawings;
supply, installation, testing and commissioning of new Road Lighting equipment,
including new columns, arms, fuse panels, luminaires, cables etc;
liaison with Electronet to co-ordinate, programme and manage works;
Testing, commissioning, and certification;
preparation and supply to the Engineer of all “As-Built” documentation including
drawing(s); and
record GPS location of all new, removed and existing lighting poles / columns.

22.8 STREET LIGHTING STANDARDS, SPECIFICATIONS AND CODES


All parts of the installation shall comply with the following:
NZTA M30:2014 Specification and Guidelines for Road Lighting Design;
The Electricity Act, The Electricity (Safety) Regulations and associated Codes of Practice;
AS/NZS 3000:2007 Wiring Rules;
Electronet requirements;
Health and Safety Employment Act; and
Code of Practice for Temporary Traffic Management.

The works Shall be undertaken by competent/approved personnel.


Works on the Electronet Network can only be carried out by or under the direct supervision
of Electronet approved personnel.
The Contractor is responsible for all safety procedures throughout the work site(s) and
must use and maintain appropriate safety barriers, warning signs etc. to protect all workers
and the public from all hazards and hazardous situations.

An onsite Management Plan and record sheet must be available to all personnel at all times.

22.9 NEW STREET LIGHTING COLUMNS AND OUTREACH ARMS


The columns and outreach arms shall be manufactured and guaranteed by the
manufacturer (and/or supplier). These shall be in accordance with NZTA M26:2012
Specification for Lighting Columns.

Columns shall be fitted with fuse panel and installed to meet all requirements specified in
the drawings.
Base compartment doors must face towards the footpath, or any other appropriate direction
that allows clear and safe access. The door shall be secured by at least one mushroom
head, stainless steel, 6mm Allen Key bolt. The bolt(s) threads shall be coated with a suitable
(long life) grease to prevent seizing.

   

Page 123 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Proposed locations of all columns will be supplied in a form of GPS coordinates for the
contactor to organize marking with project surveyor.

Columns shall be installed in accordance with the manufacturer’s instructions and


recommendations. They shall be vertical (± 1˚ from vertical) after compaction, and shall
remain so throughout the defects liability period. The disturbed ground around the column
shall be reinstated to match the undisturbed) surrounding ground. The ground line
identification mark shall be ± 100mm from the finished ground level.
All hardware (for both poles and outreach arms) such as steel mounting brackets, nuts,
bolts, etc. shall be hot dip galvanised.

22.10 STREET LIGHTING LUMINAIRE AND LAMPS


Road lighting luminaires and lamps/LEDs shall be as specified on the drawings.
The luminaire label shall be permanent, and be labelled as per AS/NZS1158 Part 6.

22.11 STREET LIGHTING CONDUCTORS, WIRES AND CABLES


A new switchboard shall be installed within the base compartment of every new column.

For each new column, provide a continuous (without joints) circular 2c 2.5mm2 Neutral
Screen cable to supply each luminaire from the fuse panel. Particular care shall be taken to
ensure that the cable is not damaged as it is drawn into the column or outreach arm.

Electrical Reticulation design shall be prepared by Electronet from the Point of Supply for
the new columns on the northern bridge approach.

22.12 STREET LIGHTING TESTING, COMMISSIONING AND


DOCUMENTATION
All equipment shall be tested and the road lighting system commissioned in accordance
with Electronet requirements and test and electrical Certificates of Compliance shall be
prepared and submitted to the Engineer.

22.13 STREET LIGHTING AS-BUILT INFORMATION


The Contractor shall provide clear marked up drawings of the completed installation along
with Test Certificates and Certificates of Compliance for all lights/columns/cable as the
installation progresses and is livened.

   

Page 124 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Contaminated land
23.1 GENERAL
Zones of contaminated land have been identified during the site investigations. There are
two areas of known contamination: the landfill and sheep dip. The location of these zones
is shown on the drawings. The contaminated land associated with the sheep dip contains
arsenic.
A Contaminated Land - Detailed Site Investigation Report has been completed and is
included as Appendix X. The Contractor shall review this report and ensure the
identification, treatment, handling and disposal of soils from these zones meets the
requirements of the resource consents, the Health and Safety at Work Act, site safety and
risk management plans and the requirements in the Construction Drawings and this
Specification.
The Contractors attention is drawn to: WorkSafe NZ, “Policy clarification: Contaminated
land and the Health and Safety at Work (Hazardous Substances) Regulations 2017. Which
shall be referenced as a guide to manage risks.
The Contractor shall follow the procedure outlined in Section 23.4 in the event of the
discovery of any unexpected contaminated land during the earthworks.

23.2 SHEEP DIP SITE


Identification and marking of contaminated land

The contractor shall identify the contaminated sheep dip land by survey and clearly
setout for inspection by the Engineer. The Engineer shall confirm the extent of the
sheep dip site, from the contractors setout, prior to any excavation occurring.

Excavation of contaminated material

All topsoil, including any surface grass (other vegetation shall be cut and removed to
waste off-site), shall be fully excavated within the confirmed sheep dip site.

Any equipment used for excavation or transport of the contaminated material shall
be cleaned after use on site by brushing. Washing with water shall not be used for
cleaning.

During excavation and transport operations the contaminated land shall be


maintained in a damp (not wet or saturated) condition to avoid generating any dust.

Temporary storage of contaminated material

All contaminated material excavated from the sheep dip site, including any surface
vegetation, shall be stored in a stockpile on site. The stockpile shall be located a
minimum of 10m away from any waterway, swale, drain or other natural or man-made
feature where water can pond or flow.

The stockpile shall be covered with a waterproof tarpaulin (or similar) cover to
prevent losses from stockpile due to erosion or dust. The tarpaulin cover shall be
securely tied or weighted down to prevent it from being entirely or partially blown off
the stockpile.
   

Page 125 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The contractor shall regularly check stockpile and the tarpaulin cover to ensure it
remains in good condition.

Encapsulation of contaminated material

The contaminated material shall be incorporated in to the works in an encapsulation


cell as shown on the Construction Drawings.

An encapsulation cell shall be created using non-woven, geotextile (strength class 2


and filter class 2 e.g. Bidim A29 or approved equivalent). Any laps or joins must be
at least 1m and undertaken in accordance with the manufacturers recommendations
and the Construction Drawings.

The cell shall be placed on compacted bulk fill with a smooth finish and free of any
sharp rocks or other protrusions which could puncture the geotextile. A blinding
layer of sand shall be used if required by the Engineer.

The cell shall be fully wrapped on all sides at completion, shall have geotextile laps of
at least 1m and pinned or stapled closed.

Plastic hazard warning tape shall be placed along the length of the cell at 0.5m
spacings. The wording on the tape shall be approved by the Engineer prior to
installation.

A topsoil cover shall be placed over the encapsulation cell in accordance with the
Construction Drawings.

23.3 LANDFILL SITE


The contaminated land and material within the old landfill site shown on the Construction
Drawings shall be managed in accordance with the requirements of the resource consent,
the Health and Safety at Work Act, site safety and risk management plans and the
requirements in the Drawings and this Specification.
Excavation and identification of contaminated land

The exact extent of the old landfill is not entirely defined. The contractor shall
therefore identify the contaminated land during excavation of the area. Where old
landfill material is encountered it shall be identified as contaminated cut to waste and
excavated in conjunction with the associated soil.

Should the contaminated land extend beyond the area shown on the drawings the
Contractor shall seek approval of the Engineer prior to further excavation of material.

Buried service protection and support is required for the existing fibre and copper
telecommunications cables through the landfill site. The approximate location of
these services are shown on the Contract Drawings. The Contractor shall confirm the
actual alignment and depth of the services on-site prior to the commencement of any
excavation works.

Transport of contaminated material

The Contractor shall cover all loads of contaminated material on truck prior to leaving
the site for disposal.

   

Page 126 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Disposal

All contaminated old landfill materials and associated soil must be disposed of offsite
at an authorised landfill.

Backfilling

The old landfill site shall be backfilled with approved bulk fill in accordance with
Section 15.

23.4 ACCIDENTAL DISCOVERY PROTOCOL – CONTAMINANTS IN


SOIL
Purpose

The procedures outlined below provide the Contractor with protocols to identify and
manage contamination.

The Contractor shall follow this procedure in the event of the discovery of any
unexpected contamination during the earthworks.

Where the procedures are in conflict with any applicable resource consent conditions,
the conditions of the consent shall take precedence until such time as a suitably
qualified professional is consulted and an agreed resolution found with appropriate
regulatory authorities. The Contractor shall contact the Engineer to arrange for the
site to be assessed and resolution of the conflict.

Indicators of Contamination

If evidence of contaminated or hazardous material is encountered during earthworks,


work in the area of concern shall cease until the Contaminated Land Specialist (CLS)
has assessed and identified the material.

Evidence of additional contamination likely to trigger a stop work procedure may


include:
 Visual (buried refuse, metal objects, building material, soil or water
staining/bleaching or discolouration).
 Chemical odours (fuel, sulphurous, rotting vegetation or sewage).
 Separate phase liquids or ‘rainbow effect’ films on groundwater.
 Auditory (gas leaks, flowing or dripping liquid).
 Fibrous cement-based board materials that may contain asbestos.

Contamination Identification Action

During any earthworks on site, the Contractor shall actively monitor for the
conditions/materials specified in Section 23.4.2 above.

In the event that any such indicator is observed, the following steps shall be taken:
 Stop all earthworks within a 20m radius of the area where the suspect
material/emission/discharge has been recorded.
 Make the area safe and cordon off, as practicable, with a suitable barrier.
 Notify the site supervisor as soon as possible.

   

Page 127 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

 The site supervisor shall contact the Engineer who will arrange for the
CLS/Suitably Qualified and Experienced Practitioner (SQEP) to inspect and assess
the site and advise on the appropriate course of action.
 Work shall not resume within the area unless authorised by the contaminated
land specialist.

The CLS/SQEP shall:


 Notify the regulatory authorities, if required, that suspected contamination has
been discovered and the contingency action is being implemented.
 Characterise the suspected contamination by collecting samples for chemical
laboratory analysis, and subsequently advise on management options, including
off-site disposal.
 If appropriate, advise the Contractor to excavate the suspected contaminated
material into a covered and contained receptacle to allow works to continue with
minimum delay.
 If removal of material into a covered and contained receptacle is inappropriate,
advise construction work to proceed to an area clear of contamination indicators
until material testing, as necessary, defines the material characteristics.

   

Page 128 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Fences and gates


24.1 GENERAL
All existing fences shall be replaced like for like unless others shown on the Construction
Drawings. The Contractor shall confirm the fencing type, extents and location of all
fences with the Engineer prior to installation.
Where existing fences are cut and terminated the Contractor shall allow for strainer posts
and stays to securely terminate the existing fence using a horizontal end stay assembly.
All existing fences are to be tied in to and secured to new fences to provide continuous
security.
All new and existing fence terminations (including on either side of gates) and at each
corner shall consist of strainer posts and a horizontal stay assembly.
The location of all fences and gates shall be pegged out and confirmed with the Engineer
prior to installation. The location of fences shall be co-ordinated with the landscaping to
ensure trees and other plants are located sufficiently away from the fence to allow for
mowers to pass between the tree/plants and fences.
All permanent fence fixings, fasteners, hinges etc shall be hot dip galvanised unless
otherwise noted.
The use of temporary fencing shall be agreed with the Engineer and shall be 2.4m long x
1.95m high galvanised steel pipe frame with wire mesh/chain or equivalent.
All gates shall be securely locked with a heavy gauge security regular link chain (8mm
thick, 24mm pitch or better), combination padlock (Combination Number 6982), and a LP
gate fastener (spring ring) (Hurricane – F1203 or equivalent)
Unless otherwise detailed, the permanent fences shall be constructed to the following
requirements:
a) All timber posts shall comply with NZS 3607
b) All fixings, fasteners, hinges, chains and the like shall be galvanised
c) Wire shall be standard galvanised 2.5 mm (12 gauge) high tensile steel
d) Staples shall be barbed
e) Lightweight staples such as those used with staple guns are not suitable or acceptable
f) Double footings of substantial size and length wired tightly together shall be secured
to the strainer posts using 4mm wire
g) The “strain” length between strainer posts shall not exceed 200 metres. Permanent
line strainers shall be installed on all wire and netting fences within each strain length.
h) The top of the posts shall be 50mm above the top wire. The wires shall not be on the
roadside of the posts
i) The bottom of the fence netting/wire or railing shall be positioned a maximum of
50mm above the ground

   

Page 129 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

24.2 POST & NETTING AND 7 WIRE & BATTEN FENCES


The Contractor shall install post and netting or 7 wire and batten fences at the locations
shown on the Construction Drawings. The fences shall be constructed in accordance with
the following specification as a minimum:
 Line Posts (intermediate posts) shall be full round timber H4 No 1 treated post with
small end diameter of 125mm and be 1.8m long. The line posts shall be located at
a maximum of 6m centres
 Strainer posts shall be full round timber H4 treated post with small end diameter of
200mm and be 2 .4m long
 Galvanised lamb proof “Cyclone Tightlock” 8 line wires 900mm high wire netting
with 150mm stay wire spacing (or equivalent)
 Single galvanised 2.5mm high tensile top wire located 100mm above the wire
netting
 1,050mm high, 2.5mm galvanised high tensile 7 wire and timber batten (6 battens
between line posts and 3 battens with each horizontal stay assembly) fence
 1,140mm long battens shall be 50 x 50mm H3 treated timber, battens shall extend
45mm above and below the top and bottom fence wire
 Each of the 7 wires shall be stapled to each batten. Staples to be installed at an
angle over the wire, alternating the angle between each wire
 Fencing wire joins shall be made using crimp sleeves, Figure 8 or Reef knots joins
and permanent strainers

All wires and netting shall be installed on the side of the posts facing the adjacent
designation boundary (ie: so that stock leaning on the wire apply pressure directly to the
post and not to the staples)

24.3 TIMBER POST AND RAIL FENCE


The Contractor shall install a 1,100mm high timber post and 4 rail fence at the locations
shown on the Construction Drawings. The timber post and rail fence shall be constructed
in accordance with the following specification:
 Full round timber H4 No 1 treated posts with small end diameter of 150mm, 2.3m
long at 1.8m centres
 Founded in 25MPa concrete hole of 320mm diameter with 75mm cover below the
posts 4 x rough sawn H3 treated timber railings 150mm x 50mm
 Fix each rail with 6” galvanised flathead nails (using a minimum of 3 nails per rail
per post)
 Timber rails shall span between three or more posts with staggered joins between
railings.
 All timber rails shall be joined at a post (i.e. gang nail plates shall not be used to
join timber rails between posts)

24.4 FARM GATES


The Contractor shall install farm gates at the locations shown on the Construction
Drawings. The gates shall meet the following specification as a minimum:
 4.25m long x 1m high
 Galvanised pipe frame and bracing (25mm NB)
 Chainlink infill (75 x 2.8mm galvanised)
 “Hurricane Economy (GFE)” or equivalent.
 All gate hinges shall be “lock thru post gudgeon” type, long pin with 8mm hole to
secure gate to hinge to prevent the gate being lifted off the hinges.

   

Page 130 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

24.5 SWALE FLOOD GATES


The Contractor shall confirm with the Engineer the location of the flood gates prior to
procurement and manufacture of the gates.
The Contractor shall take on-site measurements once the swales are fully constructed
(including topsoil and grassing) prior to procurement and manufacture of the gates to
suit the swale profile.
The Contractor shall supply and construct the swale floodgates in accordance with the
details shown in the contract drawings.

24.6 FALL PROTECTION SAFETY FENCE


The fall protection safety fence, and connections to the retaining wall capping beam, shall
be a proprietary system complying with AS/NZS 1170 Table 3.3 C3 and NZ Building Code
F4/A51 Figure 2a and have a barrier height of 1.1m. An acceptable solution meeting
these requirements is Moddex Conectabal CB10. The corrosion protection shall provide
25 years to first maintenance in atmospheric corrosion category D. This will require
further protection than the standard HDG390 hot dip galvanised system. The corrosion
protection system shall be determined in accordance with AS/NZS 2312. A PS1 certificate
shall be provided to demonstrate compliance with the above requirements and clause B1
of the NZ Building Code.

   

Page 131 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Bridge
25.1 SCOPE OF WORK
This section covers the work required for construction of all aspects of the bridge works.
This section of the specification shall be read in conjunction with Section 27, with regards
to the deconstruction of the existing bridge

25.2 STANDARDS, SPECIFICATIONS AND CODES


The following specifications, with their current issue date, form part of the contract
documents and shall be read in conjunction with the specification.
New Zealand Standards / Australian Standards / British Standards / ASTM Standards / ISO
Standards:
AS 1111.1: ISO metric hexagon bolts and screws – Product grade C, Part 1: Bolts
AS 1112.3: ISO metric hexagon nuts – Product grade C
AS 1214: Hot-dip galvanized coatings on threaded fasteners (ISO metric coarse
thread series)
AS 1237: Plain washers for metric bolts, screws and nuts for general purposes
AS 1391: Metallic materials - Tensile testing at ambient temperature
AS 1544.2: Methods for impact tests on metals - Charpy V-notch
AS 1579: Arc welded steel pipes and fittings for water and wastewater
AS 1627: Metal finishing - Preparation and pre-treatment of surfaces
AS 4291.1: Mechanical properties of fasteners made of carbon steel and alloy steel,
Part 1: Bolts, screws and studs
AS 4291.2: Mechanical properties of fasteners, Part 2: Nuts with specified proof load
values – Coarse thread
AS5100.4: Bridge Design part 4: Bearings and Deck Joints
AS/NZS 1252 High-strength steel bolts with associated nuts and washers for structural
engineering
AS/NZS 1260: PVC-U pipes and fittings for drain, waste and vent application
AS/NZS 1554.1 Structural steel welding – Part 1: Welding of steel structures
AS/NZS 1554.3: Structural steel welding – Part 3: Welding of reinforcing steel
AS/NZS 1594: Hot-rolled steel flat products
AS/NZS 2053.1: Conduits and fittings for electrical installations – General requirements
AS/NZS 2053.2: Conduits and fittings for electrical installations – Rigid plain conduits
and fittings of insulating material
AS/NZS 2312: Guide to the protection of structural steel against atmospheric corrosion
by the use of protective coatings
AS/NZS 3678: Structural steel – Hot rolled plates, footplates and slabs
AS/NZS 3679.1: Hot-rolled structural steel bars and sections
AS/NZS 4671: Steel reinforcing materials
   

Page 132 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

AS/NZS 4672: Steel prestressing materials


AS/NZS 4854: Welding consumables - Covered electrodes for manual metal arc welding
of stainless and heat-resisting steels
AS/NZS 4680: Hot-dip galvanized (zinc) coatings on fabricated ferrous articles
NZS 3109: Concrete construction
NZS 3114: Concrete surface finishes
NZS 3404: Steel structures standard
NZS 6803: Acoustics - Construction Noise

ASTM A240/A240M-05a:
Standard specification for chromium and chromium-nickel stainless steel plate, sheet, and
strip for pressure vessels and for general applications
BS 1154: Natural rubber compounds – Specification
ISO 3506: Mechanical properties of corrosion resistant stainless steel fasteners

NZ Transport Agency Standard Specifications


NZ Transport Agency specifications are not attached to these tender documents, but may
be downloaded from the NZ Transport Agency website (http://www.nzta.govt.nz/).
TNZ F/1:1997 Earthworks Construction
TNZ Q/4:1995 High QA Level Contracts
TNZ TQS1:1995 High Quality Assurance Level Standard

Opus International Consultants Ltd Standard Specifications


T-CES 101 Specification for normal concrete in general civil engineering works:
materials, plant, mixing and placing
T-CES 102 Specification for special concrete in general engineering works:
materials, plant, mixing and placing
T-CES 213 Specification for construction of cylinder foundations
T-CES 215 Specification for In Situ Concrete Deck Slabs and Diaphragms
T-CES 218 Specification for the erection of simply supported beams
T-CES 221 Specification for NZTA standard concrete bridge beams
T-CES 301 Specification for the metal-arc welding of steel structures
T-CES 306 Specification for hot-dip galvanizing of structural steel
T-CES 407 Specification for the fabrication and assembly of standard steel
guardrails and handrails for highway structures and approaches
T-CES 506 Specification for elastomeric bearings with or without lead plugs
T-CES 517 Specification for falsework in general civil engineering works

Contradictions between Specifications

In the event of any ambiguity or contradiction between this Specification and any of the
standard specifications, this Specification will take precedence. In any case it shall be the

   

Page 133 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Contractor's responsibility to bring any ambiguity or contradiction to the Engineer's notice


for a decision prior to taking any action.

25.3 MATERIALS
Concrete, Mortar and Grout

All concrete, cement mortar and cement grout shall comply with T-CES 101 or T-CES 102
for Normal and Special concrete (refer Standard Specifications included in this specification)
as applicable except as modified herein. The schedules of Appendix C of T-CES 101 and T-
CES 102 shall be replaced by the following.

Durability Requirements

All structural concrete mix designs shall meet the requirements of the NZS 3101 Table 3.7
“Minimum required cover for a specified intended life of 100 years” for the concrete covers
specified on the drawings and summarised below. A minimum cover of 75 mm shall be
provided for members cast against ground. The tolerances on the covers specified shall
comply with NZS 3109 Clause 3.9 (c).

The exposure classification for the superstructure, substructure and all other concrete in
contact with the ground shall be B1 in accordance with NZS 3101 Table 3.1 unless
otherwise stated on the drawings.

The minimum compressive strength at 28 days shall be as specified on the drawings and
summarised below:

TABLE 25.3.1: CONCRETE COMPRESSIVE STRENGTH

ELEMENT EXPOSURE CONCRET MINIMUM


CLASSIFICATION E GRADE COVER (MM)
(MPA)

Super Tee Beams (external) B1 50 35

Super Tee Beams (internal void faces) A1 50 30

Superstructure topping slab B1 40 40

Superstructure diaphragms B1 40 40

Barriers B1 40 40

Abutments B1 40 40*

Pier cap B1 40 40

Pier columns B1 40 50

Piles within permanent steel casing A1 40 As governed by


NZS 3101
Cl 3.11.2.2

* Note that concrete cast directly against ground shall have a minimum cover of 75 mm
in accordance with NZS 3101.
The concrete strengths and covers assume the use of concrete mix designs incorporating
type GP Portland cement complying with NZS 3122. Where the Contractor proposes to
   

Page 134 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

use alternative cement types and blends, full details of their proposal shall be submitted
to the Engineer for review and approval prior to any construction.
The Contractor shall certify that the alternative proposal will satisfy the durability
requirements of the New Zealand Building Code and NZS 3101 for an intended life of 100
years and the specified exposure classification. Evidence shall be submitted to the
Engineer to substantiate this certification.

Concrete Type and Properties


i. General
The Contractor shall obtain the acceptance of the Engineer to their proposed concrete
mix designs. Mix design details for each application shall be submitted at least 14
days in advance of concrete being required on site.
Unless otherwise stated, all concrete shall be Special concrete in accordance with T-
CES 102 and with a minimum 28 day compressive strength as specified on the
drawings. The design of the concrete mix shall be appropriate to the method of
placement to be adopted by the contractor.
Concrete shall have a maximum coarse aggregate size of 20mm unless noted
otherwise.
ii. Piles
All concrete for the piles shall be Special concrete with a minimum 28 day compressive
strength exceeding 40MPa
The nominal maximum aggregate size shall not exceed 25mm.
The concrete shall be designed for placement by an appropriate method complying
with the most stringent requirements of T-CES 213 and the Auckland Structural Group
Piling Specification.

Mortar and Grout


Mortar and grout, whether cementitious or epoxy, used for bedding steelwork or bearings
against the concrete shall have a compressive strength at 28 days of not less than the
specified concrete strength of the concrete elements being bedded against unless specified
otherwise.
All cementitious mortar shall comply with Clause 4.6 of T-CES 101 unless otherwise noted
on the drawings.
Details of any proprietary grout shall be submitted to the Engineer for approval 5 days in
advance of any construction works using such material.
Non-Prestressed Steel Reinforcement

General
Steel reinforcement shall comply with T-CES 102. The T-CES schedule of project specific
reinforcement requirements shall be replaced by the following requirements.
All reinforcement bar shall be of New Zealand origin, unless otherwise accepted, grade 500
ductility class E and shall be manufactured by the micro alloy process. Quenched and
tempered reinforcement shall not be permitted.
Steel reinforcement bars have been designated as follows:
i. Grade 300E Round bars designated R e.g. R16
ii. Grade 300E Deformed bars designated D e.g. D16
iii. Grade 500E Round bars designated YR e.g. YR16
iv. Grade 500E Deformed bars designated YD e.g. YD16
v. Grade 500E Reid bar designated RB e.g. RB16
   

Page 135 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Welding of Reinforcement
Steel reinforcement shall not be welded, except where specified on the drawings or
approved by the Engineer. In either case, welding of reinforcement shall be category SP
complying with AS/NZS 1554.3.
The welding shall be inspected by the Contractor’s Third Party Inspector who shall meet
the “Qualifications of Inspectors” requirements of AS/NZS 1554.3 Clause 10.2. Inspection
of the welding shall be in accordance with AS/NZS 1554.3 with the following additional
requirements:
i) All welds shall undergo visual scanning
ii) Welding shall be non-destructively tested to the standards of acceptance of AS/NZS
1554.1 Section 6; 100% of the welds shall undergo visual examination in accordance
with Table 6.2.2, 100% of complete penetration welds shall be subjected to ultrasonic
testing in accordance with Table 6.2.1 and 25% of fillet welds shall be subjected to
magnetic particle inspection in accordance with Table 6.2.1.
The welding work shall be carefully planned and sequenced to enable both the welding
work to be undertaken and inspection of the work as the work is progressed.

Surface Treatment
Where hot dip galvanizing is specified it shall comply with AS/NZS 4680 and shall be carried
out before bending.

Bending of Reinforcement
Bending of reinforcement shall comply with NZS 3109, Clause 3.3.

Bar Bending Schedules


The Contractor shall prepare reinforcement bending schedules where necessary for
construction.

Reinforcement Lap Lengths


Where lap lengths of splicing deformed reinforcement are not explicitly shown on the
drawings, the following lap lengths shall apply for reinforcement embedded in concrete.

TABLE 25.3.2(A): LAP LENGTHS FOR fc’ = 50MPa

REINFORCEMENT GRADE

BAR DIAMETER Grade 300 Grade 500


(MM)
A* B** A* B**

12 300 335 425 555

16 340 445 570 740

20 425 555 710 920

25 535 690 885 1150

32 680 885 1135 1475

   

Page 136 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

TABLE 25.3.2(B): LAP LENGTHS FOR fc’ = 40MPa


REINFORCEMENT GRADE

BAR DIAMETER Grade 300 Grade 500


(MM)
A* B** A* B**

12 300 375 475 620

16 380 495 635 825

20 475 620 795 1030

25 595 775 990 1290

32 760 990 1270 1645

A* Lap lengths apply to all reinforcement except those bars defined as “top
reinforcement”.
B** Lap lengths apply to all reinforcement bars defined as “top reinforcement”,
being non-vertical bars where a depth of more than 300mm of fresh concrete
is cast in the member below the bars.
The lap length for individual bars within a bundle shall be that for an individual
bar increased by 20% for a three bar bundle, and by 33% for a four bar bundle.
Provide laps only where indicated on the drawings, or otherwise approved by
the Engineer. Tie all lapping bars to each other.

Test Certificates
(Addendum to NZS 3109)
Test certificates shall be obtained from the manufacturer for all strand, cable and bar to be
used in the work and copies shall be forwarded to the Engineer at least one week before
the programmed commencement of any work incorporating these materials. Test
certificates shall be traceable to the batch of material supplied to the works.
Prestressing Steel

General
The supply, handling and placing of prestressing materials shall comply with NZS 3109 and
T-CES 221.

Test Certificates
(Addendum to NZS 3109 and T-CES 221)
Test certificates shall be traceable to the batch of material supplied to the works.

   

Page 137 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Structural Steel

General
All steelwork shall conform to the requirements of NZS 3404.
Structural steel shall conform to the grades and material supply standards specified below
for the various elements to be fabricated under this contract. The Contractor shall submit
test reports or test certificates for all structural steel plate, sections, steel componentry,
bar and casing, prepared by a laboratory accredited by signatories to the International
Accreditation Cooperation (ILAC) Mutual Recognition Agreement (MRA) on behalf of the
manufacturer, as evidence of compliance with the relevant material supply standard
specified. All certificates shall be traceable to the batch of material supplied to the works
and shall be forwarded to the Engineer at least one week before the programmed
commencement of any work incorporating these materials. Any steel materials supplied by
the Contractor without such certification shall be rejected entirely at the Contractor’s
expense, including any consequential costs arising from programme impacts due to
additional testing or replacement steel.
Surface finishes of as-supplied steel shall comply with the appropriate material standard
specified in NZS 3404 Clause 2.2.1. Rust grade on as-supplied steel shall not exceed Grade
“C” to AS 1627 Part 9.
All welding shall be in accordance with T-CES 301.

Steel Sections and Plate


The following strength grades are required for the corresponding elements:
i) Pile casings: Grade 300L15 to AS/NZS 3678
ii) HT barrier posts and baseplates: Grade 250 to AS/NZS 3678
iii) HT barrier rails: Linepipe to API 5LB
iv) Handrail members: Plate Grade 250 to AS/NZS 3678, SHS members C350L0 to
AS/NZS1163

Weld Consumables
Welding consumables shall comply with the requirements of section 4.5 and 4.6 of AS/NZS
1554.1. Certificates indicating compliance, endorsed by an independent testing authority
shall be provided to the Engineer/TPI on request.
Galvanised Steel
In order to avoid problems with sandelin effect, any steel components which are to be
galvanised shall have steel composition with Si< 0.04% or Si + 2.5P <0.09% (or between
0.19% and 0.25%).

Cylindrical Casings for Piles


The following provides additional requirements for the cylindrical steel casings required for
the piles. With respect to the pile casings, the following replaces the materials specified to
be used by T-CES 213 Clause 4.
All steel used in the fabrication of the casings shall be as specified above with the following
additional requirements:
(1) The sheet steel material supplied prior to fabricating shall be certified as meeting the
minimum elongation requirements of Table 9 of AS/NZS 3678 and Charpy V-Notch
Impact test requirements of Table 10 of AS/NZS 3678.
(2) The method of fabrication of the casings shall ensure that the ductility requirements
specified above remain satisfied by the material after fabrication. This shall be

   

Page 138 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

demonstrated by undertaking Charpy V-Notch Impact testing on samples taken from


the fabricated casings.
(3) The Charpy V-Notch Impact testing shall be carried out in accordance with AS 1544.2,
by a laboratory accredited by IANZ for mechanical testing, on each batch of material
used.
(4) A minimum of 3 samples from each different material shall be tested. Plates of the
same Heat Number may be treated as being of the same material (i.e. a set of test
results is required for each different Heat Number associated with the casings to be
supplied).
(5) Test samples shall be cut from the plate with their major axis aligned with the
longitudinal direction of the plate (AS/NZS 3678:2011 cl.10.2(c)) and shall be taken
from the half plate thickness closest to the outer fibre of the fabricated cylinder.
(6) Standard 10mm × 10mm × 55mm test pieces shall be prepared as specified by
AS 1544.2.
(7) The testing shall be undertaken at the test temperature corresponding to the impact
designation of the specified material in accordance with Table 10 of AS/NZS 3678.
(8) The Contractor shall submit a report to the Engineer providing the average of the
three test results for each Heat Number used and all individual test results. For
acceptance of each fabricated cylinder, the average minimum absorbed energy for
the three test results shall exceed or be equal to 27 joules, and no individual test
result shall be less than 20 joules.
(9) Casing manufactured from spiral welded pipe shall comply with the requirements of
AS 1579 and meet the mechanical properties specified above.

Bolts, Nuts and Washers


The mechanical properties of bolts and nuts shall comply with AS 4291.1 and AS 4291.2
respectively.

Property class 4.6 bolts shall be fitted with class 5 nuts and both shall be ISO Metric
hexagon complying with AS 1111.1 and AS 1112.3 respectively. Washers shall comply with
AS 1237.
Property class 8.8 bolts shall be fitted with class 8 nuts and together with their washers
shall comply with AS/NZS 1252.

Bolts and nuts shall be hot dip galvanized in accordance with AS 1214 and washers to
AS/NZS 4680.

The Contractor shall submit test reports or test certificates for all bolts nuts and washers,
prepared by a laboratory accredited by signatories to the International Accreditation
Cooperation (ILAC) Mutual Recognition Agreement (MRA) on behalf of the manufacturer, as
evidence of compliance with the relevant material supply standard specified. All certificates
shall be traceable to the batch of material supplied to the works and shall be forwarded to
the Engineer at least one week before the programmed commencement of any work
incorporating these materials. Alternatively, an IANZ endorsed proof load and wedge test
certificate may be provided showing the fasteners comply with the relevant AS/NZS
standard. Any bolts, nuts or washers supplied by the Contractor without such certification
shall be rejected entirely at the Contractor’s expense, including any consequential costs
arising from programme impacts due to additional testing or replacement materials. (It
should be noted that in recent years' batches of substandard bolts from sources of Chinese,
South East Asian or other non-OECD country of manufacture have been detected in Australia
and NZ.)

Cast-In Fixings
Cast-in threaded inserts for fixings shall be stainless steel Reid Metric Threaded inserts or
similar acceptable to the Engineer.
   

Page 139 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Cast-in or grouted in threaded rod shall be of the property class shown on the drawings
and otherwise comply with the requirements as for bolts, nuts and washers specified in
Clause 25.3.9 above.
Mechanical couplers and anchors in reinforced concrete

General
Mechanical couplers for the jointing of reinforcing steel shall satisfy the requirements of
NZS 3101 clauses 8.7.5 and 8.9.1.3, and ISO 15835-1 Steels for the reinforcement of
concrete - Reinforcement couplers for mechanical splices of bars part 1 Requirements for
category S2 couplers (seismic 2 – violent), except as modified herein. Mechanical anchors
for the anchoring of reinforcing steel shall satisfy the requirements of NZS 3101(1) clauses
8.6.11 and 8.9.1.3, and ISO 15698-1Steel for the reinforcement of concrete - Headed bars
part 1 Requirements (11) for category S headed bars (seismic), except as modified herein.
Where the requirements of these standards conflict, those contained in the NZS 3101(1)
clauses referenced shall take precedence, unless specifically stated otherwise.
Couplers and anchors shall be legibly marked with identification as specified by NZS
3101(1) clause 8.7.5.5 and their method of installation shall be specified as required by
NZS 3101(1) clause 8.7.5.6.
Couplers and anchors manufactured from cast iron shall not be used.

Demonstration of conformity 
Demonstration of conformity for both couplers and anchors shall be by one of the two
methods allowed by ISO 15835-1, ie system certification or batch verification. System
certification shall be by a certification body accredited by JAS-ANZ (Joint Accreditation
System of Australia and New Zealand) or accredited by other international accreditation
schemes with the agreement of the road controlling authority. System certification shall be
location of manufacture specific, ie any certificate shall be applicable to couplers or anchors
manufactured at a specific location only and associated reinforcing steel bars manufactured
at a specific location only.
Testing associated with system certification may be carried out in New Zealand rather than
at location of manufacture. Testing associated with system certification and for batch
verification shall be by an IANZ (International Accreditation New Zealand) accredited
laboratory or equivalent agreed with the road controlling authority.

Reidbar and Associated Componentry


Reidbar shall be a micro alloyed grade 500E steel bar complying with AS/NZS 4671 and
otherwise with Reid Construction Systems published technical literature.
Standard Reidbar cast ductile iron components for the splicing or anchorage of Reidbar
shall not be accepted. Only steel Reidbar components meeting the requirements of 25.3.11
above shall be accepted.
Verification Testing of Steel Materials
In addition to verification testing specified elsewhere in this specification and referenced
documents, local random verification testing shall be carried out where any one of the
following applies:
Steel traceability requirements to AS/NZS 5131 cannot be met.
Reinforcing, pre-stressing and structural steel materials are not sourced from and
certified by an ACRS, API, or JAS-ANZ accredited 3rd Party Certification Scheme
accredited supplier. (ACRS = Australasian Certification Authority for Reinforcing and
Structural Steels, API = American Petroleum Institute and JAS-ANZ = Joint Accreditation
System of Australia and New Zealand.)
Reinforcing and pre-stressing steels are not certified as having been tested to clauses
B6 or B7 of AS/NZS 4671, or clauses 7 or 12 of AS/NZS 4672.2 respectively.
   

Page 140 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

High strength bolts are not certified as complying with AS/NZS 1252.2.
Mill or test certificates are not endorsed by an ILAC signatory holding accreditation for
the correct scope of testing to the named steel Standard of supply. (ILAC = International
Laboratory Accreditation Cooperation.)
Mill or test certificates are not able to be verified as genuine.
When steel materials do not perform as expected during fabrication or erection.
Where any of the above applies, local random verification testing of the chemical and
mechanical properties of critical components shall be carried out on a sample from every
heat or batch by an IANZ (International Accreditation New Zealand) accredited testing
laboratory in accordance with the relevant standard(s).
This verification testing does not prevent fabricators from undertaking their own local
testing as part of their own in-house inspection test plan.
All test certificates must be endorsed, i.e. they must carry the symbol of their accreditation
body and/or a statement that they are accredited by a named accreditation body for the
reported tests, and they must be signed by the laboratory’s authorised signatory.
IANZ and NATA (National Association of Testing Authorities) in Australia are both
signatories to the ILAC MRA (Mutual Recognition Arrangement), so material that has been
certified as compliant by a NATA accredited laboratory is not required to be retested by an
IANZ accredited laboratory.
Formwork
Formwork shall be in accordance with T-CES 101 / T-CES 102, T-CES 215, T-CES 221 as
applicable and NZS 3109.
Concrete surface finishes shall comply with Clause 25.4.8 of this Project Specification.
Permanent formwork used in the following locations shall be a compressible filler board in
accordance with Clause 25.3.20 of this Project Specification:
between the superstructure beam ends and the pier upstands
between the pier upstands and link slab
between the abutment headstocks and abutting elements
between any other cast in situ faces forming movement joints
between beam faces and shear keys
Removable formwork shall be used elsewhere. Design details, drawings and a formwork
certificate (PF-T-442) shall be supplied to the Engineer prior to the formwork assembly and
at least two weeks prior to concreting of the component, for review, for all permanent
formwork proposed to be used. Appendix XII of the specification contains the Formwork
Design Certificate template (PF-T-442).
Falsework
Falsework shall comply with T-CES 517. Reference within T-CES 517 to T-CES 105 shall be
replaced with reference to T-CES 101 / T-CES 102 and NZS 3109.
All falsework shall be considered as “Conventional” for the purpose of meeting T-CES 517
requirements. Appendix XII of this specification contains Falsework Design and Inspection
Certificates templates (PF-T-440 and PF-T-441). These are referenced as CSF 440 and CSF
441 in T-CES 517.
Cast-In Sleeving
Cast-in sleeving, unless specified or shown on the drawings as otherwise, shall be rigid
uPVC pipe complying with AS/NZS 1260, or other acceptable standard, and of the size
shown on the drawings.

   

Page 141 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Epoxy Mortar
Epoxy mortar shall be a proprietary product from a recognised manufacturer and shall be
subject to the acceptance of the Engineer as suitable for the particular application.
Patch Repair Mortar
Patch repair mortar, wherever it may be used, shall be a proprietary product from a
recognised manufacturer, and subject to the acceptance of the Engineer as suitable for the
particular application.
Bearings

Elastomeric Strip Bearings


All elastomeric bearing strips shall comply with BS1154 Designation Z50. They are used in
the following locations as shown on the drawings:
a) support to the link slab over the top of the pier headstock
b) bearing support to the settlement slabs on the abutment headstocks

Laminated Elastomeric Bearings


The laminated elastomeric bearings shall comply with T-CES 506, modified as follows:
Amendment to Clause 3.1 (c) Ozone resistance: - Satisfactory ozone resistance shall be
confirmed in tests on strips of representative material mounted to procedure A of AS
1683.24. The tests shall be to AS 1683.24 at an ozone partial pressure of 25MPa ± 5MPa
at 20% strain and at 400°C ± 20°C for 100 hours. The ozone resistance shall be regarded as
satisfactory if on conclusion of a test no cracks are visible using 7X magnification.
Amendment to clause 4: Tolerances shall comply with AS 5100.4 Appendix C
Laminated elastomeric bearings shall be tested in accordance with T-CES 506 Section 5 and
perform satisfactorily. The specified performance data for the testing of the bearings are
as given in Tables A1 to A20 AS 5100.4 as applicable to the specified bearings of as follows:

TABLE 25.3.3: BEARINGS

BEARING AS PART NO.


BEARING LOCATION
DIMENSIONS (TABLES A1-A20 OF AS 5100.4)
Super tee beams supported at 480 × 197mm 141509C
abutments
Super tee beams supported at 400 × 73 mm 130904C
pier

All bearings shall be installed horizontal. Tapered epoxy mortar pads shall be provided at
the interface with the beam soffit to accommodate the longitudinal and transverse profile
of the superstructure.
The abutment bearings shall be supplied with steel top plates with dowels to engage the
uppermost internal steel plate of the laminated bearings. The steel top plates shall have
holes for hold-down bolts to engage stainless steel sockets cast-in to the soffit of the
supertee beams. The steel top plates shall be supplied by the bearing supplier and have a
coating to provide a minimum of 40 years to first maintenance. The Contractor shall
confirm with the bearing supplier the setting-out of the socket positions required to be
cast-in to the beams, prior to submitting fabrication drawings for the supertee beams.
The abutment bearings shall be supported on cast insitu plinths which shall be constructed
to line and level prior to installing the super tee beams. No mortar pads shall be provided
   

Page 142 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

to the underside of the abutment bearings. Any adjustment of bearing levels to


accommodate beam hog shall be determined prior to casting the insitu bearing plinths. The
surface of the entire bearing plinth shall be flat but with a roughened wood float finish.

Expansion Joints
Transverse expansion joints shall be provided at each end of the bridge between the ends
of the superstructure and the knock-off blocks at the abutment. The expansion joints over
the width of the carriageway, between the concrete barriers, shall be in accordance with the
requirements of section 25.3.19.1 below. The expansion joints over the width of the
Pedestrian path shall meet the requirements of 25.3.19.2 below.

Carriageway Expansion Joints


The expansion joints over the width of the carriageway, between the concrete barriers, shall
meet the following performance requirements:
 Continuous seal element over full width of carriageway
 Seal element flush with road surface
 50-year maintenance free design life
 Longitudinal direction movement capacity +/-65 mm (130 mm total)
 Transverse direction movement capacity +/- 100 mm
 Vertical movement capacity +/- 70 mm
 Initial joint gap width of at least 70mm
 Seal profile able to accommodate drainage channel
 Seal unit to be bolted to concrete nosings
 Longitudinal force across joint of less than 12kN/m at the max compressive joint
movement of 65mm

Ekspan T-MAT 130 meets the above requirements and is approved for use on this project.
Alternative systems that can demonstrate compliance with the above performance
requirements may be accepted at the discretion of the Principal. Note that Transflex-type
modular expansion joints will not be considered as an acceptable alternative.

The joint shall be installed in accordance with the manufacturer’s instructions.

Pedestrian Path Expansion Joints


The expansion joints over the width of the pedestrian path shall be a sliding steel plate
type joint with a total movement range of at least 130mm. CIPEC PL160 is approved for use
on this project. Alternative equivalent systems will be considered. No waterproof seal
element is required. The plates shall be orientated such that the sliding plate is fixed to the
higher side of the joint (i.e. at the North abutment the sliding plate shall be fixed to the
abutment knock-off block and at the South abutment the sliding plate shall be fixed to the
bridge deck end).
The steel plate joint shall be supplied hot-dip galvanised and the top surface of the sliding
plate shall have a non-slip coating.
Compressible filler board
Compressible filler board shall be used in the locations specified on the drawings and shall
comply with the requirements of DTp Specification for Highway Works series 1000 clause
1015. Details of the material proposed to be used shall be submitted to the Engineer at
least 1 week prior to installation, for acceptance.
Joint Sealants

General
Where so indicated on the Drawings, joints are to be sealed using a fuel resistant,
polysuphide joint sealant pourable or gunning grade as appropriate. All joints must be
prepared, and primed if required, in accordance with the manufacturer’s current technical
data sheet.

   

Page 143 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Preparation
The joints surfaces should be accurately formed and must be thoroughly dry, clean and
free from frost. Remove all laitance, curing compounds, form release agents, loose material
and any contaminating foreign matter from joint faces by grinding, grit blasting or wire
brushing. The prepared sealing slot should be blown out with dry, oil-free compressed air.
In movement joints, the sealant must not be allowed to bond to the back face of the joint.
Prevention of 3-sided adhesion, is achieved by installing either a polyethylene bond breaker
tape to the joint filler board, or by placing/pressure fitting a closed cell, polyethylene
backing rod into the joint gap to support the internal back of the sealant and also act as a
bond breaker. The debonding tape may be omitted if the joint filler board material is a
natural bond breaker such as closed cell polyethelene.
New concrete must be allowed to cure for a minimum of 28 days before sealant installation.
All materials used in conjunction with the new sealant system, shall be approved by the
sealant manufacturer.

Primer
Prime the two concrete substrate joint sides only with a compatible primer and allow the
surfaces to become touch dry before sealing. The Sealant must be applied within the time
period of between 30 minutes to 2 hours after priming depending on the climatic conditions
and subject to the manufacturers’ recommendations. After 2 hours has elapsed, any primed
surfaces must be reprimed before applying the sealant. Therefore avoid priming more work
than can be sealed in a two hour period

Standards Compliance
a) British Standard 5212:1990 – types N,F and FB
b) U.S. Federal Specification SS-S-200F 1984

Sealant
The sealant is to be a multi-component polysuphide sealant designed for horizontal and
vertical joints in concrete. It is to be resistant to fuel, oil and hydraulic fluid spillage and
accommodate cyclic movement throughout extremes of temperature conditions.
The sealant may be applied in joints up to a maximum of 30mm wide. All moving joints
should be designed to an optimal width to depth ratio of 2:1, with a minimum joint size of
12mm sealant depth.

The sealant shall exhibit the following properties:

25.3.4: SEALANT PROPERTIES

MOVEMENT TYPICAL CHEMICAL SERVICE


ACCOMMODATION HARDNESS RESISTANCE TEMPERATURE
FACTOR
± 25% (total 50%) 20 (± 5) Shore A (ISO Dilute acids, mild alkalis, To avoid unacceptably
868) at 25 ºC petrol, diesel fuels, prolonged cure times, do
synthetic oils, mineral not apply at temperatures
oils, hydraulic fluids, below 5ºC
kerosene, white spirit
Thioflex 600 and Primer 7 manufactured by Fosroc meet the specified performance criteria.

Interfaces with Surfacing


At all interfaces with bitumen-based surfacing materials the sealants shall be separated
using high strength multi-laminated modified bitumen tape or approved equivalent on top
of aluminium tape (sticky side-up).

Services Ducts
Ducting for services shall be uPVC ducting of the nominal bore diameter shown on the
drawings and complying with AS/NZS 2053.1 and AS/NZS 2053.2. All ducts shall have

   

Page 144 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

continuous draw-wires along the full length of the bridge. The draw-wire shall be terminated
in the nearest pit (where available).

25.4 CONSTRUCTION - GENERAL


Methodology
The contractor shall confirm their methodology for Construction at least 20 working days
before work starts in their Construction management plan. This shall be submitted to the
Regional Council’s Compliance Manager for approval and shall include but is not limited
to the following:
 The proposed bridge construction methodology and programme
 Details of any temporary access, including causeways and temporary staging platforms
required for construction works
 Flood contingency measures
 Methods for managing any concrete pours and potential spillages during bridge
construction works
 Methods for managing any potential impacts upon river users
 Methods for ensuring debris does not enter the watercourse

The Engineer’s representative shall be copied into any correspondence between the
Contractor and the Regional Council’s Compliance Manager
The contractor shall ensure unimpeded access is maintained along the Ahaura River at all
times except through areas where the safety of the public would be endangered as a
result of the works.
Vehicular and boat trailer access for launching of boats shall be maintained on the
northern river embankment at all times.
The site shall be fenced off to avoid access by unauthorised persons.
The contractor shall install appropriate signage of the bridge construction/demolition
sites on the Ahaura River to warn river users of the works and to advise users of any
specific navigation safety restrictions required to maintain the safety of any river users.
Surveying - Settlement and Position Monitoring

Settlement Monitoring
Settlement monitoring of the new bridge shall be undertaken by the Contractor throughout
the course of construction as load is progressively applied.
The Contractor shall propose a method of settlement monitoring for approval by the
Engineer, which shall account for the changing accessibility of these elements throughout
the works to ensure maintenance of an accurate record of settlement.
As a minimum, levels for each pile shall be recorded at the following times:
v. On completion of the concreting of each pile
vi. On completion of the headstock and upstand at each pier
vii. On completion of the headstock at each abutment
viii. On erection of all Super Tee beams for each span
ix. On completion of concreting of the deck slab topping, and
x. On completion of the bridge.
The reduced levels at each survey pin or reference mark shall be recorded to an accuracy
of ±1mm, summarised in a spreadsheet and provided to the Engineer following each
monitoring and within 2 days of the survey.

   

Page 145 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Position Monitoring
Surveying shall be undertaken by the Contractor of the position of the primary structural
elements as their construction is completed, and as directed by the Engineer following any
significant earthquake event. Locations to be surveyed are as follows:
i. Pile top centroid following completion of pile construction at each line of support
(pier or abutment)
ii. Pier column top centroid following completion of all columns at the piers
iii. Pier and abutment headstock top surface centreline coordinates at each end of the
headstock and on bridge centreline following completion of each headstock
iv. Deck edge positions at the centreline through bearings at the pier and abutments,
and at the corners of the bridge deck at each end of the bridge.
v. The positional survey shall be to an accuracy of ± 2mm. Records of the surveys shall
record the coordinates of each point surveyed and shall be submitted to the Engineer
within two days of each survey.

Base Survey Record for Long Term Monitoring


Following completion of construction of the bridge, survey pins shall be installed on the
downstream shoulder and the pedestrian path on the centreline of each line of bearings at
each pier and abutment. The position (coordinates) and reduced levels of all these survey
pins shall be presented in a spreadsheet and submitted to the Engineer with the as-built
records.
Assumed Construction Sequence
The construction sequence outlined below has been assumed in the design. The Contractor
shall remain responsible for the sequence of construction and construction methodology
and may propose to adopt an alternative sequence of construction subject to approval by
the Engineer. If the Contractor proposes to change any part of the assumed construction
sequence to the extent that it fundamentally alters the stresses and strains locked-in to the
permanent structure then the Contractor shall be required to demonstrate, to the
satisfaction of the Engineer, that the change is not detrimental to the design of the
permanent structure.
Clear/prepare site
Construct temporary access and staging
It is assumed that construction works will work progressively from one end of the
bridge to the other with substructure and superstructure works following closely
behind piling works on a span by span basis.

Pier works: Abutment works:


v. Install pier cylinder casings i. Construct embankments to
through gravel to sandstone underside of cap beam level for
depth and toe into the piling
sandstone
ii. Install pier cylinder casings
vi. Excavate cylinder casing to through gravel to sandstone
sandstone and drive casing depth and toe into the sandstone
into sandstone to the required
iii. Excavate cylinder casing to
depth – excavation of the
sandstone and drive casing into
sandstone may proceed up to a
sandstone to the required depth –
maximum of 1.5m in advance
excavation of the sandstone may
of the casing only after casing
proceed up to a maximum of 1.5m
has advanced a minimum of 2
in advance of the casing only after
metres beyond the sandstone
casing has advanced a minimum
interface

   

Page 146 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

vii. Excavate uncased socket within of 2 metres beyond the sandstone


the sandstone to the required interface
depth and prepare base of
iv. Excavate uncased socket within
cylinder
the sandstone to the required
viii. Place cylinder and pier column depth and prepare base of
reinforcement and place cylinder
concrete to top of cylinder
v. Place cylinder reinforcement and
ix. Construct pier column to place concrete to top of cylinder
underside of headstock
vi. Construct abutment pile to
x. Construct pier headstock to underside of headstock
underside of bearing level
vii. Construct abutment headstock to
xi. Level with dry pack mortar and underside of bearing level
install elastomeric bearings
viii. Construct abutment
ready to receive beams
upstand/wingwalls
ix. Construct embankments to
underside of settlement slab
x. Construct settlement slab
xi. Place scour protection in front of
abutments
xii. Construct bearing plinths ready to
receive beams and bearings

Prepare soffit of precast beams to provide horizontal surface for bearings and attach
abutment bearings to the beam soffit
Install precast beams at abutments and piers
Construct in situ end diaphragm at abutments and piers
Place compressible filler board at required interfaces and construct shear keys at piers
and abutments and the upstands at the piers
Pour deck slab over the supertee beams up to the interface with the link slabs over
the piers (deck slab on one span cannot be poured until the supertee beams have
been installed on the adjacent spans)
Construct abutment knock off details
Install precast barrier panels (except at in-situ link slabs over the piers)
Repeat the above for all spans
Construct in situ link slabs over piers (This may only commence once all spans have
had deck pours completed) and finish precast barrier installation
Backfill behind abutment to underside of pavement level
Install ancillary items and finishes e.g. barrier rails, surfacing, deck joints, anti-graffiti
coating, pedestrian barriers etc.

Concrete Construction - General


All concrete construction shall comply with T-CES 102 and NZS 3109 except as amended or
modified herein.
Blinding Concrete
Blinding concrete (where shown on the drawings) shall be not less than 50mm thick and
shall be placed up to the specified soffit levels of the structural concrete. Blinding concrete
shall be finished smooth and have a minimum compressive strength of 10MPa at 28 days.
Care shall be taken to maintain clearances between blinding and abutment pile casing as
stated on the drawings.
   

Page 147 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Construction Joints
Construction joints in structural concrete shall comply with Clause 5.6 of NZS 3109 except
that scabbling is not an approved method of surface preparation and shall not be used.

The number of construction joints shall be kept to a practical minimum. Joints shall be
straight, and either vertical or horizontal. Details of the location of the joints shall be
submitted to the Engineer for approval prior to constructing the formwork.

Construction joints shall be Type B as defined in NZS 3109 unless specified otherwise, with
the surface free of laitance and inferior surface concrete.

Preparation for Concreting


Further to NZS 3109 Clause 7.3.1, all steel reinforcement and construction joints shall be
washed down within 24 hours prior to concreting.

Surface Finishes
The finish to all formed concrete surfaces shall be as shown on the construction drawings
and as defined in NZS 3114.

Curing of Cast In Situ Concrete


Curing of the cast in situ concrete shall comply with T-CES 102 Section 11 and NZS
3101:2006 Clause 3.6. Water curing shall be with fresh water.
Embedded Items

Tolerances
Embedded fixings as a group shall be located to within a maximum tolerance of ±3mm.
Individual fixings within a group shall be positioned to within a maximum tolerance of
±2mm with respect to the group as a whole. Tolerances shall allow all parts to be installed
without strain and without enlargement of bolt holes. Templates shall be used as necessary
to achieve these tolerances.

Drilling, Grouting and Bedding


For any items and fixings proposed or requiring to be drilled and grouted in, a description
of the method proposed to be adopted including the materials proposed to be used shall
be submitted to the Engineer for acceptance. This work shall not proceed until the
Engineer's written consent to the method has been given.
Prior to drilling, the location of reinforcement shall be determined wherever possible using
a cover meter or other suitable means.
In general, holes shall be formed by percussion drilling to avoid unknowingly coring
through reinforcement. Diamond core drilling shall only be used with the permission of the
Engineer or where coring is specified on the drawings.
In the event of reinforcement being struck during hole drilling, the Engineer shall be
consulted for direction on the appropriate course of action.
Holes shall be tested to confirm that they are free of any loose or weakly adherent material,
and where epoxy grout is being used, that they are dry. Cleaning shall be carried out using
a stiff “bottle” brush followed by use of compressed air or vacuuming to remove all dust
and debris. Compressed air shall be tested by discharging onto a white cloth or blotting
paper before use to ensure that it is free of oil contamination. Holes are to be temporarily
plugged as they are cleaned to prevent re-entry of debris or water, e.g. from flushing out
adjacent holes.
To remove all air from the space to be grouted, the space shall be sealed except for inlet
and outlet ports. Grout injection is to be from a single inlet point. Grout outlet ports are to
be positioned at all corners or at the top surface remote from the inlet. For vertical joints
   

Page 148 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

or holes, the inlet port is to be at the bottom of the joint or hole. Outlet ports are not to be
sealed until grout free from air is flowing freely from them. Where a flowable grout is used,
the grout may be gravity fed in lieu of pumping providing sufficient head is used to force
grout to the exit ports. Otherwise grout shall be used strictly in accordance with the
manufacturer’s written specifications and recommendations.
Precast Concrete

Shop Drawings
The Contractor shall prepare fabrication (shop) drawings of all precast elements for
approval by the Engineer. The Engineer shall be provided with shop drawings at least 10
days (plus allowance for any review changes) before proposed casting and acceptance of
the drawings must be obtained from the Engineer prior to the units being cast.
The Engineer’s review of the shop drawings is to confirm correct interpretation of the
design and have opportunity to raise any concerns which may affect achieving the design
intent. The Engineer’s acceptance of the drawings shall not relieve the Contractor of their
responsibilities under the contract and the accuracy of the shop drawings shall remain the
responsibility of the Contractor.
Shop drawings shall show full geometry and details of all strands and associated
anchorages, ducts (including couplers and provisions for grouting) reinforcing, cover
requirements, surface finishes, holes and penetrations, concrete strength, connections,
inserts, lifting hooks, weld plates and other built in items. A Mark Number shall be on all
shop drawings which shall correspond with an easily identifiable mark number on the
completed unit.
The Contractor shall be responsible for checking all tolerances and clearances between
precast elements to ensure a satisfactory fit between all elements; and shall notify the
Design Engineer of any locations where tolerances or clearances need to be increased. Any
variations between the contract drawings and the shop drawings shall be clearly identified
and brought to the attention of the Design Engineer for specific approval. The Engineer’s
acceptance of the shop drawings shall not be construed as approval of any such variations
without such notification.

Stressing Calculations
For any pre tensioning or post tensioning, stressing calculations shall be prepared by a
suitably qualified engineer to confirm the required jacking forces and associated
elongations. These shall be submitted to the Engineer for comment prior to any stressing
operation.

Review
Shop drawings and stressing calculations shall be reviewed for compliance with the
drawings and specifications in advance of work proceeding on the site. Review procedures
shall be included in the relevant work plans and shall include review by Engineer.

Casting of Units
Pre-cast concrete shall be manufactured in rigid formwork with intense compaction. All cast
in situ structural concrete shall have standard formwork and compaction in accordance with
T-CES 102. All precast concrete units shall have a concrete surface finish complying with
the requirements of T-CES 102.
All formed surfaces shall have uniform texture and colour throughout and lines where
adjacent surfaces meet shall be neat, clean and definite, with chamfers or fillets where
specified and shall comply with NZS 3114.
Each unit shall be cast in one continuous operation in accordance with T-CES 102 unless
otherwise stated or agreed with the Engineer. Constant and skilled supervision shall be
maintained during the concreting process. This is to ensure that damage to and
displacement of reinforcement does not occur. The overall length of the cast shall make
   

Page 149 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

due allowance for elastic shortening, hogging, creep and shrinkage occurring between
casting and erection. At the time of erection the units shall comply with the designed overall
length within the tolerances given in T-CES 102. Stripping times shall be in accordance with
NZS 3109. Curing of units shall be in accordance with T-CES 102.

Handling, Storage and Transport of Units


The units shall at all times be handled right way up and shall be lifted as simply supported
only at points agreed with the Engineer.
The units shall be stored and transported on full width bearers so arranged that the units
are not subjected to twisting and also so that they may be picked up without damage.

Acceptance of Units
Any unit that the Engineer considers has been damaged or mishandled during transport or
handling operations shall not be used unless accepted in writing by the Engineer.

Tolerances
The tolerances specified in T-CES 102 shall apply, except where overridden by requirements
shown on the drawings or in this specification. Measurements shall be made at the time of
erection of the unit, but check measurements should be made at the factory before delivery
to ensure likely compliance with the specified tolerances. All tolerances shall be non-
cumulative.

Installation of Precast Units


The Contractor shall submit to the Engineer for review the methodology to be used to
handle and place the units. Any lifting methods shall only utilise devices cast into the unit
at the time of manufacture; additional lifting devices shall not be installed by means of
drilling into the units.
The units shall only be lifted in such a way that the precast units are not damaged or loaded
in a way other than intended by the Engineer.
The Contractor shall provide details of temporary bracing for lifting precast cross-beams
into position for agreement with the Engineer.

Lifting Eyes
The Contractor shall be responsible for designing and detailing lifting eyes which shall be
included in the shop drawings. Any lifting eyes cast into the units shall be cut back to a
depth 30mm below the concrete surface using a method acceptable to the Engineer, and
the cavities thus formed filled flush with the surface using dry pack mortar.

Joint Sealing
Joints between units shall be sealed as and where indicated on the drawings.

Bolts and Cast-in Sockets


Refer to Section 25.4.10.1 above.
Precast Concrete Barriers

General
Concrete barrier construction shall be carried out in accordance with T-CES 101 plus the
additional requirements specified below:
All concrete shall have a minimum compressive strength of 40MPa after 28 days.
The concrete barriers shall have a feature formwork relief pattern on the non-traffic face of
the barriers in accordance with the drawings as follows:
   

Page 150 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

 The TL5 barriers have a simple longitudinal negative profile and smooth F5 finish
on the outside face.
 The TL4 precast barriers on the bridge have a rough timber board-formed finish on
the pedestrian path face with the boards aligned in a horizontal orientation.
All concrete barriers have a plain, smooth F5 finish in accordance with NZS 3114:1987 on
the side facing the carriageway and the tops.
The TL4 precast barriers on the bridge have intermittent drainage slots precast into their
base which needs to be extended through the insitu concrete stitch.
Surfaces of re-useable forms shall be thoroughly cleaned immediately after stripping, care
being taken that such cleaning does not affect the required surface finish, and the forms
shall be carefully stacked to protect the surfaces.
Forms shall be made of steel and construction drawings showing their design shall be
submitted to the Engineer for comment.
Sharp corners shall be chamfered or filleted with 20mm bevels.
Bolts and other metal fittings used in the erection of forms shall be constructed so as to
permit their easy removal without injury to the concrete and so that the cavities left are as
small as possible.
Careful and sufficient vibration shall be carried out to ensure that air voids do not occur
and that the concrete reaches into all parts of the unit. Any remedial work to the surface of
the concrete, including grubbing or stoning, shall be carried out immediately after the
stripping of the forms.
Methods of handling, reinforcement and stripping times shall be such that the concrete
barrier units do not become cracked or damaged during handling. Details of handling,
reinforcement and stripping times shall be submitted to the Engineer for comment at least
two weeks prior to commencing pre-casting.

Test Panels
The precast barriers shall have a feature formwork relief pattern in accordance with the
drawings. Prior to the commencement of the permanent work, the Contractor shall produce
two sample panels of similar dimensions and construction to the proposed final panels.
The panels shall be identical in all respects to that proposed for the finished work
(formwork, concrete, reinforcement, method of manufacture, compaction and curing).
If in the opinion of the Engineer, the finish, texture and colour of the sample panels when
viewed at a distance of 3m are truly representative of those specified in the drawings or in
the Contract Specification, then the panels shall be used as a standard of assessing
compliance of the surface finish of the permanent work, with one panel stored at the
manufacturing plant, and one at the site of the works where the panels are to be erected.
The nominated samples panels shall be clearly marked to the satisfaction of the Engineer
and maintained in good order for the duration of the contract.
Panels deemed by the Engineer not to be truly representative of those specified on the
drawings or in the Specification shall be replaced with new panels.
Subject to the agreement of the Engineer, the sample panels may be later incorporated into
the permanent works.

Concrete Barrier Bedding Material


Where barriers are to be placed on granular material, the bedding material shall consist of
PAP 7, all in crushed hard aggregate, well graded from coarse to fine, durable and free of
non-mineral matter.
The material shall be placed and compacted to a uniformly dense layer of nominal thickness
20mm to provide the barrier alignment required in this specification.

   

Page 151 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Barrier Alignment
The Contractor shall submit a methodology for the setting-out and erection of the precast
concrete barriers 1 month in advance of the installation of deck reinforcement. The
contractor shall ensure that the setting out of deck reinforcement avoids clashing with the
precast barrier stitch reinforcement and with the local drainage block out locations in the
TL4 barrier.
The horizontal and vertical alignment shall be set out as shown on the construction
drawings.
The barriers shall be aligned to within ±10mm of the specified horizontal and vertical
alignments and shall have less than 5mm variation from a 3m straight edge placed at any
point horizontally or vertically. In all cases, barriers shall be aligned so that the top edge
presents a smooth line on visual inspection.
The Contractor shall ensure that joints between adjacent barrier units align with the joints
in the deck link slabs and at the abutment.
The vertical alignment of the barriers shall be set out relative to the design alignment of
the carriageway and the installation shall make allowance for any residual hog in the deck
from the precast beams.

Cast In Sleeving
Cast in sleeving, unless specified or shown on the construction drawings as otherwise, shall
be rigid uPVC pipe complying with AS/NZS 1260, or other acceptable standard, and of the
size shown on the construction drawings.
Steelwork Fabrication and Installation

Workmanship and Inspection


All work shall be carried out by skilled tradesmen, and shall be in accordance with the
requirements of the drawings and this Specification. Accuracy shall be observed to ensure
that all parts fit together properly on assembly without straining or enlargement of bolt
holes.

Fabrication
i. General
Unless otherwise modified herein, all steelwork fabrication shall comply with NZS
3404.1 and be under competent supervision.
All fabricated steelwork shall be fabricated off-site in a workshop suitably equipped.
All materials shall be stored above ground level in a manner that minimises 'wet storage
stain' and shall be kept free from dirt, grease and other foreign matter.
Upon completion of fabrication, all traces of slag and weld splatter shall be removed
from the steelwork and all exposed sharp edges and corners of cut or drilled material
shall be slightly rounded by grinding to ensure that a protective coating of normal
thickness will adhere to them.
The Contractor shall submit to the Engineer at least one weeks’ notice in writing of the
beginning of the fabrication work in the workshop, so that inspection may be provided.
The construction drawings show the design intent. The Contractor shall supply shop
and erection drawings to the Engineer for approval a minimum of 10 days prior to
fabrication. The Engineer’s approval of the shop and erection drawings does not relieve
the Contractor of any responsibility for the correctness of the shop drawings, site
dimensions, or for ensuring the work is performed in compliance with the construction
drawings and specification. Shop drawings shall remain the responsibility of the
Contractor.
ii. Third Party Inspection
   

Page 152 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Third Party Inspection shall be in accordance with T- CES 301. The Contractor shall
appoint an independent Third Party inspection company working under a quality
management system accredited to ISO 17020 to carry out audit inspections and review
workmanship. This company shall provide a third party inspector (TPI) holding a CBIP
Welding Inspector Certificate or other qualifications listed in Clause 7.2 of AS/NZS
1554.1 to certify that welding procedures, welder qualifications, completed welds and
repairs comply with the Specification. The TPI shall also supervise the procedure
qualification welding and carry out the specified non-destructive examination (NDE)
and visual inspection.
The TPI shall be approved by the Engineer. The name, company, technical qualifications
and curriculum vitae details of the proposed TPI shall be submitted to the Engineer 2
weeks prior to commencing fabrication of structural steelwork.
The TPI shall record all details of their inspections and shall submit a weekly written
report covering progress, testing, rework and welding quality matters for that week
directly to the Engineer.
The Contractor shall arrange, at their own expense, for the programme of inspection
and testing required to be undertaken and for complete documentation of all
inspection and testing to be supplied directly to the Engineer.
iii. Cutting
Cutting shall comply with NZS 3404.1 Clause 3.2.2. Shearing and cropping shall not
be used except on plate edges that will be incorporated in a weld and providing that
the Contractor can demonstrate to the TPI that the equipment will consistently produce
a clean crack-free and undistorted edge in material of appropriate thickness. The prior
written approval of the Engineer shall be obtained before any shearing or cropping is
undertaken.
All portions of the work shall be finished neatly. Sawing and flame cutting shall be done
carefully and accurately. All rough or sharp edges and corners of sections or plates,
including those resulting from cutting or drilling or other work, shall be rounded to a
2mm radius by grinding after fabrication to ensure that a corrosion protection coating
of normal thickness will adhere to them. Re-entrant cuts shall be filleted to a radius of
not less than 15mm.
iv. Welding
Welding shall comply with T-CES 301 and NZS 3404.1 Clause 3.2.3.
Further to T-CES 301 Clause 6, 2% of all production welds from each welder shall be
subject to ultrasonic examination. The sampling of welds to be examined shall be
relatively uniformly distributed across all components welded and configurations of
weld performed by the welder. Where welds tested do exceed levels of imperfections
permitted to their respective class in Table 6.3 of AS/NZS 1554.1, the Engineer may
increase the testing frequency. The costs of such additional testing shall be borne by
the Contractor.
v. Holing
Holing shall comply with NZS 3404.1 Clause 3.2.5.
Unless shown on the drawings otherwise, holes for bolts or studs shall be not more
than 2mm larger than the nominal diameter of the bolt or stud for bolts or studs up to
24mm in diameter, and 3mm larger for larger bolts or studs.
All holes shall be cylindrical, perpendicular to the member unless specifically detailed
as inclined on the drawings, clean cut and without torn or ragged edges. All burrs shall
be removed, and where steel plates mate with other steel surfaces, care shall be taken
to ensure that the metal surfaces are flat and free from irregularities which preclude
full contact between the faces.
If gang drilling is used, the Contractor shall ensure that all drills engage simultaneously
in the member being drilled.
   

Page 153 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Drills are to be kept sharp by machine sharpening and the speed of the drilling shall
be strictly controlled to ensure clean holes.
All holes shall be gauged at regular intervals to ensure that the wear on the drills or
punches does not cause the accuracy of the hole location or diameter to fall outside
the specified limits.
vi. Tolerances
Tolerances shall comply with NZS 3404.1 Section 3.3 except as modified below.
No member shall deviate from the design profile along its length by more than 1 mm
per metre length of the member. If straightening is required to achieve this tolerance,
it shall be carried out by an approved method which will not damage the material.
The following tolerances shall not be exceeded:
1. On hole diameters: +0.2 mm for bolts or studs up to 24mm diameter,
+0.4 mm for larger bolts or studs, or
– 0 mm for all bolt or stud sizes
2. On hole spacing within a group: ±2Mm

vii. Corrosion Protection


All steelwork including all bolts, nuts and washers shall be hot-dip galvanized after
fabrication in accordance with T-CES 306 unless noted otherwise.

Installation and Bolt Tightening


All structural steelwork fixed to the concrete surfaces shall be bedded against the concrete
surfaces using a layer of dry pack mortar, or plastic bedding mortar or grout with a
minimum compressive strength at 28 days of at least the specified compressive strength
of the element being bedded against, as detailed on the drawings. Dry pack mortaring shall
comply with T-CES 101.
All bolt, threaded rod, and stud connections shall be installed in accordance with NZS
3404.1 Clause 4.2.4 and 4.2.6. Tightening shall be to the snug tight condition as specified
in Clause 4.2.6.2(a) of NZS 3404.1 after the mortar packing or grout has hardened. Where
shown on the drawings, lock nuts shall be fitted and snug tightened against the nut. Nuts
not fitted with lock nuts shall have Loctite 262 applied to them.
Temporary Works
The Contractor shall provide the Engineer with a summary of the temporary works required
for the works and the proposed design requirements and quality controls to ensure the
design of the temporary works is fit for purpose. In developing these proposals, the
Contractor shall refer to the best practice guidelines referenced by the SESOC Temporary
Works Forum https://www.sesoc.org.nz/membership/special-committees/temporary-
works-forum-nz/ including TWfNZ GPG01:19 Temporary Works: Procedural Control GPG.

25.5 SUBSTRUCTURE CONSTRUCTION


Pier and Abutment Cylinder Construction

General
Factual geotechnical information pertaining to the site is presented in Appendix II.
It is deemed that the Contractor has inspected the Site and considered the nature of the
ground through which piles are to be constructed.
The Contractor shall inform the Engineer of any circumstances which indicates, in the
Contractor’s opinion, that ground conditions differ from those reported or which could
have been inferred from ground investigation reports or preliminary pile results.

   

Page 154 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Should the Contractor consider that such a change in the ground conditions could not have
been reasonably foreseen by an experienced contractor when tendering and will in the
Contractor’s opinion change the construction methodology or substantially increase the
Contractor’s costs, then redress may be sought in accordance with the unforeseen physical
conditions of the project Conditions of Contract.
No warranty is expressed or implied that any information, opinions or conclusions, given
in any factual or interpretative ground investigation report, supplied in good faith by the
Engineer, will present a complete or accurate picture of the whole of the Site. The Contractor
shall be responsible for any inference it may draw from any information made available to
it.
Pier cylinder foundations shall be constructed in accordance with T-CES 213 except as
modified herein.
The Contractor shall adopt an installation method for the piling that minimises vibration
and noise impacts on the adjacent township.

Proof Bores
The Contractor shall undertake two proof bores to supplement the existing geotechnical
information and to confirm the level of sandstone within the active river channel. The proof
boreholes shall be undertaken on a line extended through the two columns at each of piers
F and G and within 20m of the centreline of the bridge.
Proof bores shall be drilled before piling commences. Proof-boring shall be carried out in
the presence of the Engineer, who will require at least five Working Days’ notice of when
drilling is expected to begin.
Proof drilling shall be undertaken using a sonic (or similar approved) method to a minimum
of 6 m below the level at which sandstone is encountered unless advised otherwise by the
Engineer. Standard penetration tests are to be undertaken at 1.5 m depth intervals using a
calibrated SPT hammer. Hammer calibration certificate is to be supplied to the engineer
prior to drilling commencing. Recovered core samples are to be provided in core boxes to
the Engineer for inspection.
The drillers log is to be provided to the Engineer within 24 hours of completion of drilling.
The river bed level at the time and location of drilling, co-ordinates, drilling method used
and materials encountered are to be recorded on the log.

Methodology Submissions
The Contractor shall submit to the Engineer for their acceptance a detailed method
statement for construction of the piles, including details of the following:
i. Cylinder Installation Methodology setting out the method for installation of the pile
casing down to the specified level, including the methods to be used to excavate in
the different materials encountered and details of the plant to be used and methods
for dealing with high groundwater and method for forming the rock socket.
ii. Cylinder Base Preparation Methodology setting out the method for removing
disturbed soil and extraneous material from the base of the cylinder excavation once
the casing has been installed to the final level. The methodology shall include means
for proving the geometry and preparation of the cylinder base.
iii. Cylinder Concreting Methodology setting out the method for concreting the piles,
including the concrete mix to be used and details of the plant to be used.
iv. Environmental controls complying with the relevant consents and method of
collection and disposal of water from piles during concreting.
The method statements shall be submitted to the Engineer at least one month prior to
commencement of piling works and the Engineers agreement shall be obtained prior to
commencement of the piling works.
The method adopted by the Contractor shall ensure that:
   

Page 155 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

 Concrete placement shall proceed quickly to fill the entire base of the pile so that no
concrete that may have become segregated at the beginning of the discharge is
trapped. Concreting of piles shall then be carried out continuously so that no
segregation occurs and thorough compaction will be effected in all parts of the pile.
 The discharge pipe must be fully charged with concrete before it is lifted off the base
of the pile to commence concrete placement.
 The discharge pipe shall at all times penetrate the concrete which has previously been
placed with a minimum embedment of 2.5 metres and shall not be withdrawn until
the completion of concreting.

Records
The Contractor shall maintain a record of pile drilling throughout the entire length of all
piles and submit the partially completed and certified pile construction record cards to the
Engineer at least 24 hours prior to pouring the concrete and the final completed and
certified pile construction record cards within 24 hours of the completion of concrete
placement of each pile – refer to T-CES 213.

Tolerances
Pile installation tolerances shall be in accordance with Clause 6.8 of T-CES-213.
Founding acceptance criteria, including minimum depth below ground level and minimum
depth of founding into the founding bedrock are shown on the drawings.
The tops of piles should not vary from their correct plan positions on the drawings by more
than 4 percent of their shaft diameter or 75mm, whichever is the lesser.
The bottoms of piles should not vary from their correct plan positions on the drawings by
more than 1 percent of their length, 12.5% of their shaft diameter or 400mm, whichever is
the lesser.
The tops of piles shall not be less than 25mm above soffit level of the cylinder cap.
Steel casings at the abutments shall be cut-off at least 50mm below the level of the interface
with any concrete blinding layer.

Excavation and Socket Grooving


A minimum casing embedment of 1.5 m into the sandstone is required before any
excavation of the sandstone is undertaken.
After the minimum 1.5 m casing embedment is achieved, pile excavation may commence
and continue for a distance of up to 1.5 m below the toe of the casing before the casing is
advanced again. The only exception to this is construction of the socket at the bottom of
the piles.
Socket grooving is required over the full length of the socket shown on the drawings. A
groove of 50 mm minimum depth and 50 mm minimum width at a helical pitch of 300 mm
is required.
A grooving trial shall be carried out on the first production pile. The Contractor shall allow
for inspection of the grooved pile by the Engineer using a camera (Refer to Section
25.5.1.7).

Pile Cleanout and Inspection


The Contractor shall ensure that pile bases are free of debris and accumulated sand at the
time of concrete placing and the proposed means of achieving this shall be included in the
Contractors methodology.
The Engineer shall be invited to inspect the base of piles prior to concrete pouring.

   

Page 156 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Once the bottom of the pile excavation is reached, the pile socket below the casing shall
be inspected around the circumference of the pile socket wall using a CCTV camera with
depth measurement, and the inspection shall be carried out by the contractor in the
presence of the Engineer. The inspection shall be recorded and provided immediately to
the Engineer on a DVD. CCTV inspection shall be undertaken on one pile per pier. The
Contractor shall allow for sufficient time for sedimentation to settle to provide visibility for
camera work. The Contractor may choose methods to speed up this process.

Placement of Reinforcement and Concrete


Placement of reinforcement and concrete shall be in accordance with T-CES 213, modified
as below.
T-CES 213 Clause 7.4.3 shall be amended as follows: Placement of concrete under water
shall be in accordance with Appendix B of T-CES 102
Water from dewatering operations shall be handled in accordance with Resource Consent
requirements.

Loss of immersion pipe


When the immersion of the discharge pipe is lost during concreting (for example, to repair
breakages or to remove a blockage), further placement of concrete shall not proceed
unless:
 The concrete into which fresh concrete is to be placed has maintained its workability,
and
 The discharge pipe is re-immersed sufficiently deep into the previously placed
concrete (as noted above – refer to section 27.1.20), and
 No water or other contaminant is introduced into concrete which will remain below
the final pile cut-off level.
If these conditions cannot be met, concrete placement shall be suspended, the discharge
pipe shall be removed and alternative measures shall be agreed with the Engineer to form
a sound pile.
In cases where immersion of the discharge pipe is lost and inflow of contaminant (water,
air or other material) into the freshly placed concrete is likely to have occurred, the
placement of concrete shall be suspended.
The pile may be completely replaced or reformed in its original position if the reinforcement
cage can be extracted and the previously placed concrete removed.
Piles may be recovered by the formation of a construction joint (in accordance with
NZS3109) after all concrete of insufficient quality has been removed and sound concrete
over the full section of the pile has been exposed, forming a faultless interface. Where the
preparation of a construction joint is not possible, the pile shall be abandoned and the
empty bore above the placed concrete backfilled with an appropriate material.
Integrity tests shall be carried out to document the quality of any pile where loss of
immersion of the discharge pipe has occurred, or where a construction joint has been
formed in the pile. Refer below for requirements for integrity testing.

Setting out and As–Built Locations


The position of all piles shall be accurately set out by the Contractor. The pile positions
shall be checked by the Contractor immediately prior to installation.
After construction, actual pile locations shall be certified by a surveyor engaged by a
Registered Surveyor and employed by the Contractor for this purpose. The Contractor shall
submit an as-built pile plan to the Engineer within five Working Days of completion of the
last pile. Partial as-built information may be submitted throughout construction of the piles
as required.

   

Page 157 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Supervision
The Contractor shall nominate a suitably experienced person as the “Piling Supervisor”. The
Contractor shall submit a curriculum vitae for the proposed Piling Supervisor prior to
commencement of pile construction.
The Piling Supervisor shall be responsible for ensuring that all piling operations comply
with the requirements of this Specification. The Piling Supervisor shall also ensure that all
monitoring and pile records are maintained up to date and are available for inspection by
the Engineer.
The Piling Supervisor shall not be removed from the Works without the Engineer being
notified one week in advance. The Contractor and Engineer shall agree on a suitable
replacement before the Piling Supervisor is removed from the Works.

Protection of existing Structures and Property


The Contractor shall take all care to ensure that no damage is caused by any of the piling
works to any existing structure or adjoining public or private property and shall undertake
to make good, at no cost to the Principal, any damage caused by piling operations. If at any
stage the Contractor suspects that the piling operation may cause any damage to existing
structures or property it shall notify the Engineer immediately.
There are no known services in the vicinity of the piling works for the permanent structure.
However, the contractor shall take all reasonable precautions to locate and protect any
existing services.
Abutments and Piers

Construction Methodology
The Contractor’s detailed methodology for construction of the abutments and piers and for
construction around the abutment piles shall be submitted to the Engineer for review one
month prior to commencement of any aspect of the substructure construction. This
methodology submission shall include full details of the following:
i. Details of falsework and formwork proposed to be used (refer also to Clause 25.3.13
and 25.3.14 of this specification)
ii. Method for curing concrete
Construction shall not proceed until the Engineer’s acceptance of the construction
methodology has been obtained.

In Situ Construction
Construction of insitu concrete shall be undertaken in the dry.
The abutment and pier headstocks shall be constructed as detailed on the drawings. A
construction joint is anticipated between the table of the headstock and the upstand of the
pier or the headwall of the abutment. The table of the pier and abutment headstocks shall
be cast in one complete pour. The headwall, upstand, bearing plinths and shear keys shall
be cast separately.
Formwork joints shall be set out symmetrically about the centreline of the headstock, and
regularly spaced.
Pier upstands are to be constructed as a second stage pour following erection and seating
onto their bearings of the Super Tee Beams.
Shear keys are to be constructed as a separate stage following erection and seating onto
their bearings of the Super Tee beams. Compressible filler board shall be adhered to the
face of the Super Tee beams over the interface with the shear keys to act as permanent
formwork.
Reinforcement shall be placed as detailed in the drawings and only be spliced at the
locations detailed. Bar splice lap lengths shall be the appropriate lap length scheduled on
   

Page 158 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

the drawings. Setting out of vertical bars in the abutment headwall and the pier upstands
to accommodate service ducts and holes shall be confirmed prior to pouring the headstock
tables.
uPVC ducting shall be provided prior to concreting where required on the drawings.
All construction joints shall be prepared as Type B joints in accordance with NZS 3109
Clause 5.6.3. The use of scabbling to prepare construction joints is not permitted.

Abutment Backfill
Backfilling against the abutment, wingwalls or curtain walls shall not commence until all
concrete elements at the abutment have attained a strength of at least 25MPa.
Materials for backfilling at abutments shall be free draining sandy gravel approved by the
Engineer and shall be spread in horizontal layers not exceeding 200mm loose depth and
compacted to a minimum relative density of 85% as defined by test E12 in the US
Department of the Interior Earth Manual (Second Edition: 1974). Water shall be added as
necessary to aid compaction.
Hand operated mechanical tampers or vibrating rollers shall be used for compacting within
3 m of any concrete surface. The equivalent static weight of a vibrating roller, per metre of
roll width, shall not exceed 40kN. The equivalent static weight is defined as the sum of the
dead weight and the centrifugal force induced by the roller vibrating mechanism.
All other fill required other than that specified above shall be placed and compacted in
accordance with TNZ F/1.

25.6 SUPERSTRUCTURE CONSTRUCTION


Programme and Timing Constraints
The Contractor shall note and make allowance for the programme constraints pertaining to
the timing of precast beam installation, in situ deck construction and link slab construction
specified on the construction sequencing drawing.
Super Tee beams shall be a minimum of 30 days old at the time of installation on the
permanent bearings.
The insitu deck slab for any one span (excluding the hinge slabs over the piers) shall be
poured between a minimum of 60 days from pouring the last beam within the span and a
maximum of 120 days from pouring the first beam in the span.
The insitu upstand at the pier, between the beams of adjacent spans, shall not be poured
until the beams from both spans (immediately adjacent to the pier) have been placed.
The insitu deck slab for any one span shall not be poured until all super tee beams for the
adjacent span have been placed and until the insitu pier upstands at each end of the span
have been poured and have achieved the required 28-day concrete strength.
The bearing plinths at the abutments shall not be cast until the bearing levels for the beams
in that span have been confirmed, and adjusted if necessary, accounting for the actual
measured beam hog and minimum slab thickness at midspan (refer 25.6.2.2 below).
The link slabs over the piers shall not be poured until the deck (excluding the link slabs)
has been placed on all spans.
Super Tee Beams

General, Manufacture, Supply and Erection


The manufacture, handling, storage, transport, erection and finishing of the precast beam
units shall comply with T-CES 221. Where a discrepancy occurs between T-CES 221 and the
Drawings, the Drawings shall take precedence. Concrete shall be in accordance with T-CES
102.

   

Page 159 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The minimum concrete strength at transfer shall be 35MPa. The minimum concrete strength
at 28 days shall be 50MPa.
The Contractor shall give the Engineer at least 48 hours’ notice of the day on which each
of the units will be delivered to the site.
The Contractor shall submit to the Engineer in writing a description of the method by which
it is proposed to erect the beams, and erection shall not proceed until the Engineer's written
consent to the method has been given. The methodology shall reflect the sequence of
construction drawings and Section 25.4.3.
All beams shall be handled the right way up, with the centreline axis vertical and installed
on the 3% crossfall as shown on the drawings. They shall be lifted only at the support
positions shown on the beam drawings, using methods as defined by the manufacturer,
preferably using the manufacturer's bearers or lifting devices. Under no circumstances shall
standard stirrups be used as lifting devices. Beams shall be carefully placed in position and
levelled and aligned to the satisfaction of the Engineer. Where necessary, all beams shall
be tied and braced so as to maintain their correct position, and to avoid warping or
distortion during placing of the concrete for the end diaphragms and/or deck slab. Bracing,
ties and any other temporary supporting members shall be designed by the Contractor
(details to be submitted to the engineer) and shall not be removed until the concrete of the
diaphragms has reached a compressive strength of at least 15MPa.
The Contractor shall comply with additional specification requirements for the prestressed
beams as detailed on the beam drawings.
Cast-in sockets are required to attach the abutment bearings (not required for the piers).
These shall be indicated on the shop drawings.

Beam Hog
The Contractor shall maintain hogging and horizontal deflection records as specified.
The beam hog has been estimated at the following times and is presented on the drawings:
i. At transfer
ii. At 120 days
iii. The residual hog of each beam
The actual beam hog shall be measured in accordance with T-CES 221 immediately prior to
erection and the estimated residual hog recalculated as per the table. If necessary, bearing
levels may require adjustment to ensure a minimum slab thickness at midspan of 200mm.
Any such adjustment shall be determined prior to casting the abutment bearing plinths.
The Contractor shall make allowance for the variation in slab thickness resulting from beam
hog such that a constant thickness surfacing is used to achieve the design road profile.
Deck Slab, Link Slabs and End Diaphragms

General
Deck slab and link slab construction shall be in accordance with T-CES 215, as modified
herein.

Reinforcement
Reinforcement shall be placed as detailed in the drawings and only be spliced at the
locations detailed.
Where shown on the drawings, reinforcement shall be hot-dip galvanized in accordance
with T-CES 306. The bars shall be bent after being galvanized, so as to avoid age-
embrittlement.

   

Page 160 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

End Diaphragms
The insitu end diaphragms shall be constructed as detailed on the drawings. They shall be
separated from the shear key top surface by compressible filler board.

Deck Concreting
The deck shall be concreted as soon as practicable after casting of the Super Tee beams
onto which the deck is placed within the limits outline above.
The deck pour over the width of the pedestrian path shall be a special concrete and contain
a percentage of entrained air within the range of 5 to 7% where the percentage of entrained
air is determined in accordance with NZS 3112: Part 1. The mix design for the deck pour
over the pedestrian path shall account for the air entrainment to achieve the required
strength and workability and mix design details submitted for the approval of the Engineer.
An optional construction joint has been indicated on the drawings, located beneath the TL4
barrier, to enable separate concrete pours. The Contractor may alternatively choose to pour
the entire width of deck slab in one pour provided the mix design satisfies the requirements
for air entrainment in the pedestrian path.

Link Slab
At the pier, a link slab shall be constructed over the top of the pier headstock with concrete
hinges formed above the diaphragms of the abutting spans, as detailed in the drawings.
The ends of the link slab shall be supported on the diaphragms of the abutting spans on
elastomeric strip bearings 100mm wide by 15 mm thick with a proprietary crack inducer
placed at the hinge position.
At the deck surface above the hinge location a 30mm × 20mm chase shall be formed across
the full width of the deck and filled with an approved sealant.
Bundles of non-stressed four No. 15.2 mm diameter 7-wire strand shall cross the hinge at
the level of the mid-depth of the slab. Over the a zone within 150mm of the construction
joint forming the hinges at each end of the link slab, the bundles of strand shall be covered
in denso void filler grease and then wrapped in denso tape as indicated on the drawings..

25.7 ANCILLARY ITEMS


Concrete Barriers
The concrete barriers on the bridge are precast barriers and the requirements are covered
in section 25.4.12 above.
The concrete barriers on the approaches are insitu concrete. The TL4 approach barriers
have a precast motif panel using negative detailing which is to be cast-into the barrier on
the pedestrian face (refer to section 25.7.4.5 below)
The concrete end posts of the pedestrian barrier shall have a rough timber board-formed
finish on the approach face (denoted FX6 Finish) with the boards aligned in a vertical
orientation. All other faces shall be a smooth F5 finish.
Steel Texas HT Rails and Pedestrian Barrier

Steel Fabrication
All steel components shall be galvanised in accordance with T-CES 306.

Assembly
All components shall be assembled in accordance with the drawings.
Post fixings shall be located as shown on the layout drawing and a tolerance of ± 5mm. The
post fixings shall be accurately located to ensure a smooth alignment of the posts from
end to end of the bridge and shall be rigidly held in position so as not to be displaced
during placement of the concrete. The vertical alignment of the fixings shall match the
   

Page 161 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

vertical alignment of the posts. Local repositioning of the precast barrier reinforcement or
deck reinforcing may be required to achieve accurate positioning of the rail post fixings.
The posts shall be placed on their holding-down bolts and adjusted to obtain the correct
horizontal and vertical alignment before placing the bedding between the baseplates and
concrete support. When the alignment of the rails is correct and agreed with the Engineer,
the posts shall be mortared in position with 1:2 cement: sand dry-pack mortar. The space
under the base plate shall be completely filled with mortar, hammered tight and the edges
neatly battered as shown on the drawings. On completion and hardening of the dry-pack
mortar bedding, the holding-down bolts shall be tightened and the gap between the slots
in the baseplate and the holding-down bolts injected with a mastic sealant (e.g. Sika Silaflex
'C' jointing compound).

Remedial Painting
After assembly of the handrail, areas that have been subject to site welding and any parts
of the galvanized coating which have been damaged or chipped or are showing signs of
deterioration shall be renovated in accordance with Clause 11 of T-CES 306. The top coat
of the remedial paintwork shall be colour matched to that of weathered galvanising to the
satisfaction of the Engineer.

Timber Top Rail


The pedestrian barrier shall have a partial length timber top rail in the abutment regions as
shown on the drawings. The timber rail shall be a hardwood species (FSC Garapa), sourced
from a sustainable supply, shaped and sanded smooth to the profile indicated on the
drawings. No coating is required. Fixings into the timber shall be galvanised countersunk
screws.
Date and Loading Panels
Date and loading panels shall be manufactured and supplied in accordance with NZTA
Bridge Manual 3rd Edition Figure 4.4 “Date and loading panel HN-HO-72 loading” with the
current date.
The date and loading panels shall be fixed each end of the structure on the traffic face of
the concrete approach barriers. At the North end this shall be fixed to the upstream TL4
barrier. At the south end this shall be fixed to the downstream TL5 barrier.
Anti-Graffiti Protection

Anti-Graffiti Product and Approval


The Contractor shall submit details of the proposed anti-graffiti coating for approval by the
Engineer.
The anti-graffiti coating shall be chosen from the list of products approved for use by the
Auckland Motorway Alliance and posted on:
http://www.aucklandmotorways.com/SitePages/FAQ%20-%20What%20Anti-
Graffiti%20products%20are%20approved%20for%20use%20on%20the%20Auckland%20Mot
orways.aspx
but subject to the additional requirements below. Other products are likely to require
specific testing at an industrial location at the Contractor’s expense.
The anti-graffiti coating shall be an environmentally friendly and structurally friendly
permanent coating with a design life of at least 10 years to be applied to all new concrete
structures. The coating shall not significantly change the appearance of the concrete
surface (either in colour or sheen) such that the boundary between adjacent treated and
untreated areas is not visually noticeable. The proposed coating system shall be compatible
with any curing compounds proposed to be used.
The Contractor shall prepare a test panel to demonstrate that the above appearance
requirements have been met to the satisfaction of the Engineer. The test panel shall be an
   

Page 162 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

area of concrete typical of the precast beams (one of the faces of the internal beams may
be used for this purpose). The test panel will have an area 500mm x 500mm coated with
the proposed system and the surrounding areas shall not be coated. The Engineer shall
visit the test panel to inspect and confirm whether or not the appearance requirements have
been satisfied.

Extent of Application
The extent of application for each element of the bridge shall be:
i. 1.2m from an accessible top edge;
ii. 2.7m above adjacent ground level or base level;
iii. 1.5m horizontally from an accessible substructure element; and
iv. Both faces of a rigid traffic barrier.
For concrete bridge barriers both the traffic face and the outside face of the barrier shall
be coated with anti-graffiti coating along the entire length of the barrier. The Contractor
shall show on drawings the proposed extent of application for approval by the Engineer.
The application shall either cover entire bridge components or stop in logical locations to
minimise the visible contrasts between coated and uncoated surfaces as agreed with the
Engineer.

Application
The anti-graffiti coatings shall be applied and maintained in accordance with the
manufacturer’s requirements. Appropriate guarantees and warrantees shall be provided for
a minimum of ten years. The Contractor’s Quality Control Plan shall have a special section
on the application of anti-graffiti coatings which shall be strictly adhered to and formally
recorded to demonstrate to the client that it has been correctly applied. Surface preparation
and temperature and humidity controls shall be addressed in the plan amongst other
quality measures.
A self-adhesive label shall indicate all areas of anti-graffiti coatings on site. The label shall
clearly indicate that a protective coating has been applied to the surface and shall not be
cleaned or painted over by anyone other than the Contractor whose name and contact
details shall be shown on the label. At least two weeks prior to the applicable works, the
Contractor shall submit details of the label to the Engineer for approval. The label shall be
at least 105mm by 40mm in size and shall be sufficiently durable to remain in place clearly
legible for the duration of the defects liability period.

Graffiti Removal
The contractor shall maintain the structure free of graffiti through to the end of the defects
liability period, with graffiti removal being in compliance with the anti-graffiti coating
manufacturer’s specifications. The contractor is required to address any graffiti problems
within 48 hours of notification.

Urban design (negative detailing)


The Contractor shall construct the negative detail indicated on the construction drawings
on the pedestrian side of the concrete transition barriers. This is detailed as a precast motif
panel cast into the insitu barrier. Consideration shall be given to ensuring that the finished
surface has chamfered concrete edges. The Contractor shall confirm with the Engineer their
proposed methodology to construct this detail prior to fabrication. The contractor shall
design formwork and the concrete mix to ensure no spalling of this motif detail. This shall
include the use of fibre reinforcement unless demonstrated to not be required.
A copy of the dxf file shall be made available to the Contractor on request.
   

Page 163 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Urban design feature on pedestrian approaches


Timber beams (8 total) shall be installed on both pedestrian approaches in the locations
indicated on the construction drawings. These shall be rustic hardwood beams with nominal
dimensions of 320 x 260 mm and varying in height from 1.8 to 2.2 m. The nominated
supplier for these beams are Interlink Landscaping Supplies (Ashburton yard), whose
contact details are as follows:
Interlink Landscaping Supplies Ltd
Northpark Road (Rural Transport Yard), Ashburton Business Park
P: 0508 468 375
The Contractor shall arrange for a visit with a representative of the Engineer to select the
hardwood beams that shall be installed on the approaches.
Foundations and fixing details are shown on the drawings. Fixings into the timber shall be
galvanised M12 Hex Head Bolts recessed into the timber beams.

   

Page 164 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Retaining wall
26.1 SCOPE OF WORKS
The works covered in this Specification includes the construction of new retaining walls as
shown in the drawings.
The retaining wall comprises the following:
Gabion Basket and Terramesh Panel Wall with Reinforced Concrete Capping Beam

26.2 MATERIALS AND FABRICATION


Gabion Basket units shall be supplied in half and full height units to construct the
retaining wall as shown on the Contract Drawings.
Terramesh panels shall be installed in accordance with the Contract Drawings.

26.3 CLEARING OF SITE


All existing gabion baskets, trees, scrub and vegetation over the new wall length within
the extent of the earthworks shall be removed to dump in accordance with Clauses 3 and
9.4 of TNZ F/1 and Section 15.5.3 of this Project Specification, unless otherwise directed
by the Engineer.
Prior to the removal of any vegetation, the Contractor shall meet on site with the Engineer
and outline the proposed extent of clearing for their approval.
Note that the extent of clearing is to be the minimum required for carrying out the Works.
It shall be the Contractor's responsibility to arrange a suitable dumpsite.

26.4 EXCAVATION
The approximate location, extent and construction of the wall are shown on the Contract
Drawings.
The Engineer shall approve the final extent of the excavation and height of the wall on
site as Works progress.
Excavation shall be the minimum required to complete the Works.
The base of the wall shall be founded on sound in-situ material, below any organic topsoil
layer.
The foundation base shall be hand trimmed and firmly compacted before placing of a
100mm compacted layer of AP 65.
The base below the Gabion Baskets and Terramesh units shall meet the minimum bearing
capacity requirement of 150 kPa (design bearing capacity) shown on the Contract
Drawings for a depth of 1m below the base of the walls, determined using a standard DCP
(Scala penetrometer). A minimum Scala blow count of 5 blows / 100 mm is required.
Unsuitable material shall be removed and replaced with compacted AP65.
The provisions of Clause 3.3 of TNZ F/3 (Specification for Pipe Culvert Construction)
relating to the safe construction of trenches and other excavations are drawn to the
Contractor’s attention. In particular, the Contractor must ensure that all trenches and
other excavations are securely and adequately supported where required.

   

Page 165 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Any drawings and/or specifications supplied by the Engineer to the Contractor are
indicative and general only. They do not impact on the Contractor’s responsibility to
construct trenches and other excavations properly and safely, within terms of the OSH
publication: Approved Code of Practice for Safety in Excavation and Shafts for
Foundations.
Buried service protection and support is required for the existing fibre and telecom
assets. The approximate locations of these services are shown on the Contract Drawings.
The Contractor shall confirm the actual alignment and depth of the services on-site prior
to the commencement of any excavation works.

26.5 WALL CONSTRUCTION


The Contractor is responsible for the delivery of all materials to site and the safe storage
of these materials until the works are complete. Areas for storage are to be safe for the
public, not to affect traffic and are to be approved by the Engineer.
Fill placed in the gabion baskets is to be Greywacke boulders between 100 to 200 mm
diameter, hand placed in accordance with the manufacturer’s specifications.
Installation and construction of the gabions and terramesh panels shall be completed in
accordance with the manufacturer’s requirements.
The Contractor shall submit to the Engineer for their acceptance a detailed method
statement and Inspection and Testing Plan for construction of the retaining walls, at least
one month prior to commencement of the Works and the Engineers acceptance shall be
obtained prior to commencement of the Works.
The wall shall be true to line with set out as shown on the Contract Drawings.
A subsoil drain shall be installed in accordance with the Contract Drawings. The
proprietary pipe shall be punched with filter sock, in 10-14 mm grade chip that protrudes
through ends of the wall. The subsoil drain and grade chip is to be encapsulated by
geotextile with strength class ‘C’ and filtration class ‘2’.

26.6 BACKFILLING
Material for backfilling behind the Gabion Basket and Terramesh wall shall be select free
draining granular material approved by the Engineer. The material shall be well graded AP
65 with particles greater than 100 mm excluded and not more than 15 percent of
material smaller than 0.075 mm. Backfill material shall have two or more broken faces.
Fill shall be spread in horizontal layers not exceeding 200 mm loose depth. Backfill shall
be compacted in accordance with TNZ B/2. Protect the gabion baskets and Terramesh
from construction damage during backfilling. Only lightweight compaction plant (120 kg
plate compactor) shall be used within one metre of the gabion baskets.
Heavy plant or equipment is not permitted to traverse directly on the Terramesh panels.
Hand operated mechanical tampers or vibrating rollers shall be used for compacting fill.
The equivalent static weight of a vibrating roller, per metre of roll width, shall not exceed
40 kN. The equivalent static weight is defined as the sum of the deadweight and the
centrifugal force induced by the roller vibrating mechanism.
Bidim A29 geotextile shall be fixed to the face of the excavation prior to backfilling, as
shown on the Contract Drawings.

   

Page 166 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Compaction equipment should not come in to contact with the gabion baskets or
Terramesh panels. Backfilling shall be completed to the underside of the subbase layer.
As part of the backfilling requirements, the Contractor is to reinstate stable batters at the
extremities and in front of the wall. At the front of the wall, erosion protection matting
shall be installed, and topsoil and planting shall be completed in accordance with the
landscaping Construction Drawings.

   

Page 167 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Bridge deconstruction
27.1 GENERAL
This section of the Specification applies to the removal of the existing bridge. The
existing bridge shall remain open to traffic until the new bridge has been opened to
traffic.
As-built drawings of the existing bridge are included in Appendix XIV. The Contractor
shall review these drawings and satisfy themselves of their accuracy. The Contractor shall
inspect the existing bridge and undertake investigation works necessary to ensure their
methodology is suitable.
The contractor shall confirm their methodology for deconstruction at least 20 working
days before work starts in their demolition management plan. This shall be submitted to
the Regional Council’s Compliance Manager for approval and shall include but is not
limited to the following:
 The details of the specific bridge demolition contractors and contact details
 The proposed bridge demolition methodology and programme
 Details of any temporary access required for demolition works
 Methods for containing demolition materials during demolition of the existing bridge
 Methods for removal of existing bridge piles
 Flood contingency measures
 Methods for managing any potential impacts upon river users
 Methods for ensuring debris does not enter the watercourse

The Engineer’s representative shall be copied into any correspondence between the
Contractor and the Regional Council’s Compliance Manager
The contractor shall ensure unimpeded access is maintained along the Ahaura River
outside working hours except through areas where the safety of the public would be
endangered as a result of the works
Vehicular and boat trailer access for launching of boats shall be maintained on the
northern river embankment at all times.
The site shall be fenced off to avoid access by unauthorised persons.
The contractor shall install appropriate signage of the bridge construction/demolition
sites on the Ahaura River to warn river users of the works and to advise users of any
specific navigation safety restrictions required to maintain the safety of any river users.

27.2 CONTAMINATED MATERIALS


Lead paint testing of accessible components of the existing Ahaura River Bridge has been
undertaken. The testing confirmed the presence of lead paint on various components of
the bridge. The lead paint test report is included in Appendix X which is provided for the
Contractors information only.
The Contractor shall take all steps to ensure lead paint does not contaminate the
environment during the existing bridge deconstruction. All components containing lead
based paints shall be dumped off site at an approved landfill site.

   

Page 168 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The Contractor shall also be made aware that existing timber elements may include
treated timber. The Contractor shall take all reasonably practicable steps to ensure that
all treated timber is disposed of at an approved landfill site. This includes providing
adequate site storage (if necessary) to mitigate the risk of misuse by members of the
public.

27.3 REMOVAL OF EXISTING SUPERSTRUCTURE


Disposal of all bridge components and debris shall be the responsibility of the Contractor.
Timber hardwood stringers shall be carefully salvaged to minimise damage and donated
to the Ahaura Community Trust (AHT) for reuse. Salvaged materials shall be placed in a
neat stockpile at a location to be agreed with an AHT representative. It is anticipated that
this site will be within a 5 km radius from the existing bridge. It is anticipated that the
quantity of timber stringers to be salvaged and donated to AHT amounts to
approximately 60 m3.
All other materials, (e.g. steel components, deck timber, timber piles) not suitable for
reuse, are to be removed from site and dumped appropriately by the Contractor at their
expense. The Contractor’s attention is drawn to the fact that lead based paint may have
been used on older steel components. The Contractor is deemed to have made their own
independent assessment of the amount of contaminated materials and the cost of cartage
and appropriate disposal in their tender price.
Removal of the existing stringers to be salvaged is to be undertaken with care to prevent
unnecessary damage. All timbers that have been specified as salvageable are to be de-
nailed and de-spiked to allow for reuse, to the satisfaction of the engineer.

27.4 REMOVAL OF EXISTING SUBSTRUCTURE


The Contractor shall be responsible for deconstructing the existing timber abutments and
piers. The existing structure shall be completely removed from the stream bed. This shall
be completed in accordance with the Archaeological Site Management Plan refer Appendix
II and any resource consent conditions.
The Contractor shall make a reasonable attempt to fully extract all existing timber piles
from the river bed, unless otherwise agreed to with the Engineer
If the Contractor is unable to fully extract the existing timber piles, the Engineer shall
provide written instruction to allow the Contractor to excavate, dewater and cut the
timber piles at RL 48.9. The Contractor shall be responsible to ensure that any change in
methodology remains compliant with the conditions of the Resource Consents and has
the approval from the Regional Council’s Compliance Manager.

   

Page 169 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Scour protection
28.1 RIP-RAP ROCK
General
The dimensions and extent of the scour protection is shown in the drawings.
The work generally includes, but is not restricted to:
The quarrying or winning of rock from a suitable source (the quarry).
The grading and sorting of the rock to meet the quality and grading standards
detailed in this Specification.
The transport of the rock rip-rap material from the source to the site without
segregation.
The measurement of the rock by approved weighbridge for payment and total supply
measurement purposes.
The testing of the supplied rock in accordance with the Specification to ensure the
rock complies with the grading and quality requirements.
The supply of Bidim A64, or equivalent, geotextile.

Definitions
M Means mass of individual rock, in kilograms
D Means nominal diameter of individual rock, in metres
D50 Means 50 percent of the rocks by mass shall have a nominal diameter greater than or
equal to this diameter
ρ Means average density of the rock (based on specific gravity reference test), in kg/m³

Testing
Grading and quality tests may be undertaken at any time as directed by the Engineer. One
or more consecutive truckloads may be directed to a selected stockpile area for testing, to
ensure compliance with this specification

Specific Gravity
The specific gravity of the rock to be supplied is to be determined by a sample test, in the
manner outlined in Section 28.1.6.2.

A specific gravity greater than the specification minimum (of Section 28.1.6.1) is preferred.
Grading

Specification
i. The rock supplied shall fit the specification as given by the grading envelope
(28.1.5.4).
ii. The size of any rock (D) shall be determined by measuring the longest and shortest
dimension and the dimension perpendicular to these two, and dividing their sum by
three. For sampling purposes a nominal rock mass will be determined by using the
rock size dimension as an equivalent cubic dimension. Thus, the nominal rock mass
is:
M = ρ π D³ / 6

   

Page 170 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Initial Sample
i. Prior to the delivery of the rock, a sample stockpile of around 25 tonnes (having an
in place volume including voids of about 12 to 13m3) shall be formed at the quarry.
The grading of the sample stockpile shall be determined as in 28.1.5.4. The stockpile
shall be adjusted by the addition or removal of rock until their grading is within the
specification envelopes, and of a uniformity acceptable to the engineer.
ii. The sample stockpile shall act as representative samples for the Contractor. They
must be retained by the Contractor, and may only be delivered as the final rock
supplied.

Grading Tests
i. A grading test may be carried out on any sample of delivered rock as determined by
the Engineer. The sample size will be around 20 tonnes, having an approximate in
place volume (including voids) of 10 m³. The sample shall be stockpiled at a location
agreed to by both the Engineer and the Contractor.
ii. All rocks of the sample will be measured to determine their size, and a grading curve
drawn up of size against percentage passing by mass, using the nominal rock mass
to determine the mass within percentage classes.
iii. The Contractor shall undertake the measurement of the rocks under the supervision
of the Engineer, and provide a plotted grading curve.

Acceptance of Grading
i. The grading of a sample of the rock at the delivery site will be acceptable if the sample
lies within the required grading envelope, has a coefficient of curvature between 1 to
3, no more than 5% of the sample is of undersize rock, and no more than 10% of the
sample is of oversize rock.
ii. Grading:
Nominal D50 size =750mm (percentages by weight):
100% smaller than 1200mm
20% larger than 900mm
50% larger than 750mm
80% larger than 500mm
iii. If the sample grading does not comply, a quantity of rock up to 4 times that of the
sample (or about 80 tonne) may be rejected by the Engineer. The Contractor may then
adjust this part of the rock stockpile until it complies. All further grading tests to
determine compliance will be at the Contractors expense, with the time involvement
by the Engineer being paid for by the Contractor.
Quality

Specification
i. The rock shall have a uniform denseness, with an average specific gravity of no less
than 2.65. The specific gravity of any one stone shall be no less than 2.5.
ii. The rock shall be sound and durable, being resistant to abrasion, and free from
cracks, laminations, seams weak cleavages, and other defects that would tend to
increase unduly the likelihood of destruction of individual rocks by normal handling
or weathering.
iii. Unsound material such as argillite or mudstone will be tolerated provided such
material does not make up more than 2.5% of any delivery load.
iv. The rock shall be angular, with broken faces over at least two thirds of the rock
surface. The ratio of the longest to the smallest dimension of individual rocks shall
   

Page 171 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

be less than 2 to 1 for 95% of all stones, with the most elongated rocks having a ratio
of less than 3 to 1.
v. The rock is to have minimal weathering, being rock within Grades I and II of the
weathering term for the field description of rock, given in the 2005 “Guidelines for
the field classification and description of soil and rock for engineering purposes” of
the NZ Geotechnical Society.

Quality Tests
i. Specific Gravity
A suitable sample shall be collected from the initial quarry stockpiles (of Section
28.1.3) to test for specific gravity (dry basis) in accordance with Section 12 of NZS
4407:2015. The sample shall be made up of material from at least 10 different
individual rocks, to be representative of the stockpiled rock.
This specific gravity shall be the reference value, used in the determination of nominal
rock mass.
Further specific gravity tests may be carried out on material similarly collected from
stockpile grading samples at the delivery site, on the request of the Engineer.
ii. Other Tests
Tests for soundness, abrasion loss and absorption may be requested if inspections
suggest the rock may have deficiencies.
Absorption will be tested along with specific gravity, using Section 12 of NZS
3111:1986. Water absorption is to be less than 2%.
Abrasion resistance will be tested using a representative sample of material, again
taken from at least 10 different individual rocks of a grading sample. The Los Angeles
Test ASTM C535-01 will be used, and the weight loss after 500 revolutions is to be
less than 20%.
Soundness will be tested using the sodium sulphate test for coarse aggregate in
accordance with ASTM C88-99a, or equivalent magnesium sulphate test. The sample
will again be representative material taken from at least 10 different individual rocks
of a grading sample, with this material having a relatively uniform grading. The
average weight loss is to be less than 12%.

Location, Extent, Maximum Height and Stability of Stockpile


The location, extent and maximum height of stockpiles shall be determined by the
Contractor in conjunction with the Engineer. The Contractor shall take all measures possible
to ensure that the stability of the stockpiles is maintained.

28.2 PLACEMENT OF SCOUR PROTECTION MATERIALS


General
This Contract includes construction of a rock revetment to protect the proposed bridge
abutment against scour as set out in the drawings.

Placement of the scour protection materials includes:


Preparation and forming of the proposed abutments to achieve the specified
formation profile as shown in the drawings.
Placement of Bidim A64, or equivalent, geotextile

   

Page 172 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Supply and Delivery of Protection Materials


The supply and delivery of rock rip-rap shall be undertaken in accordance with Section 28.1.
Shape Control
The Contractor shall maintain control of his earthworks to ensure the following shape
tolerances are achieved:
Horizontal tolerance ± 200mm for rock rip-rap layer.
Vertical tolerance ± 250mm for rock rip-rap layer.
The Contractor shall set out his work to ensure that the rock rip-rap layer dimensions are
achieved.

The finished rip rap surface shall present uniform toe and top of slope lines where
applicable and the finished slope profile.

Unsuitable Foundation Materials


Unsuitable foundation material shall be defined as any material which, because of its
organic content, strength and/or moisture content or unsuitable composition, is unsuitable
as a foundation for the rock rip-rap, as determined by the Engineer. All unsuitable
foundation material shall be excavated down to suitable firm material, or as directed by the
Engineer.

Excavated foundation material not suitable for placement in another part of the works shall
be disposed of off-site by the Contractor.

Excavation
Excavation shall be carried out where indicated in the drawings to achieve the required
levels. Excavated material this is surplus to fill requirements shall be stockpiled in the
designated Stockpile Area(s) as directed by Engineer and disposed of off-site, if necessary,
at the conclusion of the Contract. Any excavation and disposal of material shall comply
with the requirements of all resource consent conditions.
Placement of Rip-Rap Rock
Placement of rip-rap rock shall not proceed without the Engineer’s approval.

Rock delivered to the working site will be dumped as close as practicable to the area of
placement. It shall be placed as specified in this section for all linings above the water
surface, and as far as can be reasonably ascertained below the water level.

Underwater the operator shall place, move and rearrange the rock to achieve the best
possible arrangement of the rock consistent with this specification. Where practicable the
excavation shall be dewatered as much as possible to improve control in placing the rock.
The amount of rock placed per unit of length along the lining will be controlled as stated
below.

The rock shall be placed by hydraulic excavator to form a well interlocking mass with a
minimum of voids. The grading of the rock shall be maintained throughout the rip-rap
layer, with larger rocks interspersed with smaller ones. Elongated rocks are to be placed
with their long dimension approximately horizontal and preferably dipped slightly inward.
Rocks must have at least a 3-point bearing on underlying rocks, without including the
bearing on small void filling rocks.

The outer face of the layer shall be uniformly rough with no significant protrusions.
Individual (larger) rocks shall not protrude beyond the general surface face by more than a
quarter of the D50 dimension, and there shall be no significant bulging along the rip-rap
surface.

   

Page 173 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

The rock shall be placed in accordance with the alignment, batter slope and thickness given
on the drawings.

Any rock broken on site as part of delivery or placement may be rejected by the Engineer.
At the Engineer’s discretion it may be placed behind the lining, used to fill voids or used as
fill in another part of the project. Any rejected material will be excluded from the rip-rap
placement measurement. Any placed material may be included in the measurement of the
appropriate fill type at the Engineer’s discretion.

At no time shall more excavation in the riverbed be carried out than can be covered by rip
rap in the same day.

Recovery of Rock Lost to River


The Contractor shall make reasonable effort to recover all rock lost to river through accident
or flood damage. Should the Contractor lose material, or work done during the day, the
Contractor shall not be compensated.
Backfill
The Contractor shall backfill the excavated area to the original river bed level, with
excavated bed material. Excavated material shall be smoothed over as necessary.
Inspection
The Contractor shall allow for inspection on request by the Engineer

   

Page 174 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

Landscaping
29.1 GENERAL
Standard Specification
All landscape works shall be in accordance with NZTA P39: Standard Specification for
Highway Landscape Treatments: 2013. References to ‘Landscape Architect’ in P39 shall
be taken to mean the Engineer.
Materials
Any materials herein specified that are not procurable at the time they are required, thus
tending to delay the progress of the contract, may be substituted with other materials
(including plant species, cultivar and specimen sizes), provided that substitution is made
with the prior approval of the Engineer.
Notice
The Contractor shall provide written notice to the Engineer, at least two working days
prior to carrying out all activities detailed in Section B, Table1 of NZTA P39:2013 to
enable the Engineer to inspect key works.

29.2 QUALITY CONTROL, INSPECTIONS AND REPORTING


The Quality control, inspections and reporting for all landscaping work shall fully comply
with Section B of NZTA P39:2013

29.3 SITE PREPARATION


The clearing and disposal of existing vegetation, removal and disposal of existing
hardstand surfaces, inorganic debris, site preparation spraying, pruning and minor
landscape earthworks, and topsoil re-spreading shall fully comply with Section C of NZTA
P39:2013
Where possible, existing vegetation that is removed via site clearance shall be converted
to mulch and stockpiled in an appropriate location.

29.4 PLANT PEST CONTROL AND ANIMAL PEST CONTROL


All plant and animal pest control used for the landscaping works shall fully comply with
section D of NZTA P39:2013

29.5 PLANT PROPAGATION


All collection of seeds and parent cutting, plant propagation, growing-on and hardening
of plant material shall fully comply with Section E of NZTA P39:2013.
All seeds, plants, cuttings etc shall be eco-sourced from the West Coast Region only.

29.6 TOPSOIL SUPPLY


All Topsoil obtained from on-site stripping or off-site supply shall be screened.
All topsoil and operations relating to topsoil for the project shall fully conform to Section
F of NZTA P39:2013.

   

Page 175 of 176


SM031 App A6 Trial 5: March 2017
Ahaura Bridge Replacement NZ Transport Agency
     
 
 

Contract No: NZTA 2019359 Project Specification


PS1 

29.7 PLANTING
The preparation of planting, supply of plants, planting, staking (of trees if required),
fertilizing and mulching of all plant material shall fully comply with Section G of NZTA
P39:2013.

29.8 GRASSED SURFACES


Any grass seeding of stripped, cleared, or earthworks areas shall fully conform to Section
H of NZTA P39:2013.

29.9 HYDRO-SEEDING GRASSED SURFACES


The preparation, supply, and application of grass (or native plant seed mix methods) to
exposed or disturbed ground resulting from earthworks shall fully comply with Section I
of NZTA P39:2013

29.10 DEFECTS LIABILITY AND MAINTENANCE PERIOD


The correction of defects relating to the landscape treatment works installed by the
Contractor together with maintenance of the site during the Defects Liability and
Maintenance Period shall fully comply with Section K of NZTA P39:2013.
This period includes the requirement to maintain all landscape treatment works for 2
years after practical completion. All traffic management required during the maintenance
period shall be allowed for by the Contractor.
Plant losses shall be replaced within one month or at the beginning of the next planting
season (April – September) where loss occurs outside the planting season.
The annual application of fertiliser to grassed and planted areas will be required.
Relevant to the soil and site conditions and the plant growth that has been achieved to
date, the type of fertiliser and rate of application shall be agreed to in discussion with the
Engineer.

29.11 HISTORIC FRUIT TREES


Several fruit trees located on the southern bank of the Ahaura River have been identified
as historic varieties which are no longer commercially grown and many of these historic
varieties are slowly disappearing. The new southern approach to the replacement Ahaura
River Bridge traverses over the site where the trees are located.
One (1) of the historic fruit trees is located outside the footprint of the proposed works
and shall be retained. The tree to remain is shown on the Construction Drawings.
The Contractor shall protect the tree to remain prior to any works commencing onsite.
The tree, and the ground immediately under and around the tree, shall be protected by
erecting temporary fencing (Interlocking security chainlink 2.2m high or equivalent) fully
circling the tree a minimum of 2m away from the crown of the tree. The fence shall be
securely placed (i.e. with waratah posts or equivalent) to prevent the fence from being
repositioned or falling over.
The Contractor shall fully remove the temporary fence at the completion of all project
works (including landscaping works).

   

Page 176 of 176


SM031 App A6 Trial 5: March 2017

Das könnte Ihnen auch gefallen