CARLTON RIVER BRIDGE (No 706

Transcription

CARLTON RIVER BRIDGE (No 706
CARLTON RIVER BRIDGE (No 706) REPLACEMENT
CONTRACT NO. C-17-BR-001
SORELL COUNCIL
Design & Construct Tender Documents
IS156000 | FINAL
16 August 2016
Project no:
Project Name:
Revision:
Document Title
Date:
Client name:
Project manager:
Author:
File name:
IS156000
CARLTON RIVER BRIDGE REPLACEMENT
D
Design & Construct Tender Document
16 August 2016
Sorell Council
Jon Elliott
Robert Hayes
Carlton River Bridge Replacement – Tender Documents
Jacobs Group Australia Pty Ltd
ABN 37 001 024 095
Ground Floor, 100 Melville Street
Hobart, TAS 7000
GPO Box 1725, Hobart, TAS 7001
T + 61 3 6221 3711
F + 61 3 6221 3766
www.jacobs.com
COPYRIGHT: The concepts and information contained in this document are the property of Jacobs. Use or copying of this document in whole or
in part without the written permission of Jacobs constitutes an infringement of copyright. Jacobs® is a trademark of Jacobs Engineering Group
Inc.
Document history and status
Revision
Date
Description
By
Review
Approved
A
01/8/16
Revision A
RH
JE
JE
B
02/8/16
Technical / DPE Review
RH
RS
JE
C
03/8/16
Draft Issued to Client for review
RH / JE
JE
RS
D
16/8/16
Final
JE
RS
RS
i
Contents
1
Conditions of Tendering ...................................................................................................................................................... 1
1.1
Nature of Contract .................................................................................................................................................................. 1
1.2
Tender Documents ................................................................................................................................................................. 1
1.3
Construction Programme ........................................................................................................................................................ 1
1.4
Concept Design...................................................................................................................................................................... 1
1.5
Contents of Tender................................................................................................................................................................. 1
1.6
Schedule of Lump Sum Prices ................................................................................................................................................ 2
1.7
Tenderers to Inform Themselves ............................................................................................................................................ 2
1.8
Anomalies, Interpretation and Omitted Items ........................................................................................................................... 2
1.9
Alternative Tenders ................................................................................................................................................................ 3
1.10
Enquiries................................................................................................................................................................................ 3
1.11
Lodgement of Tenders ........................................................................................................................................................... 3
1.12
Late Tenders.......................................................................................................................................................................... 3
1.13
Opening of Tenders................................................................................................................................................................ 3
1.14
Informal Tenders .................................................................................................................................................................... 3
1.15
Errors in Tenders ................................................................................................................................................................... 3
1.16
Selection Criteria .................................................................................................................................................................... 4
1.17
Completion Time .................................................................................................................................................................... 6
1.18
Validity Period ........................................................................................................................................................................ 6
1.19
Awarding of Contract .............................................................................................................................................................. 6
1.20
Annexure ............................................................................................................................................................................... 7
1.21
Tender Form ........................................................................................................................................................................ 14
1.22
Schedule of Proposed Subcontractors .................................................................................................................................. 15
1.23
Schedule of Non-Compliance ............................................................................................................................................... 16
1.24
Schedule of Previous Experience.......................................................................................................................................... 17
1.25
Schedule of Lump Sum Prices .............................................................................................................................................. 18
2
Principal’s Project Requirements ...................................................................................................................................... 19
2.1
General................................................................................................................................................................................ 19
2.1.1
Introduction .......................................................................................................................................................................... 19
2.1.2
Objectives and Requirements ............................................................................................................................................... 19
2.1.3
Scope .................................................................................................................................................................................. 20
2.2
Concept Drawings ................................................................................................................................................................ 21
2.3
Bridge Technical Parameters ................................................................................................................................................ 21
2.3.1
Bridge Design Loading ......................................................................................................................................................... 21
2.3.2
Alignment............................................................................................................................................................................. 21
2.3.3
Carriageway......................................................................................................................................................................... 21
2.3.4
Hydrology and Hydraulics ..................................................................................................................................................... 21
2.3.5
Span Configuration............................................................................................................................................................... 21
2.3.6
Barriers ................................................................................................................................................................................ 22
2.3.7
Abutments............................................................................................................................................................................ 22
2.3.8
Piers / Piles .......................................................................................................................................................................... 22
2.3.9
Geotechnical Information ...................................................................................................................................................... 22
2.3.10
Deck Expansion Joints ......................................................................................................................................................... 22
ii
2.3.11
Surfacing ............................................................................................................................................................................. 22
2.3.12
Lighting ................................................................................................................................................................................ 22
2.3.13
Durability.............................................................................................................................................................................. 22
2.3.14
Services............................................................................................................................................................................... 23
2.3.15
Survey Information ............................................................................................................................................................... 23
2.3.16
Traffic Management ............................................................................................................................................................. 23
2.3.17
Use of Existing Bridge .......................................................................................................................................................... 23
2.3.18
Maintaining the Existing Bridge Condition.............................................................................................................................. 23
2.4
Roadworks Technical Parameters......................................................................................................................................... 23
2.4.1
Alignment............................................................................................................................................................................. 23
2.4.2
Road Cross-Section ............................................................................................................................................................. 23
2.4.3
Match-in Controls ................................................................................................................................................................. 24
2.4.4
Treatment of Redundant Road.............................................................................................................................................. 24
2.4.5
Pavement Design ................................................................................................................................................................. 24
2.4.6
Surfacing ............................................................................................................................................................................. 24
2.4.7
Line Marking ........................................................................................................................................................................ 24
2.4.8
Signage ............................................................................................................................................................................... 24
2.4.9
Landscaping ........................................................................................................................................................................ 24
2.4.10
Property Acquisition ............................................................................................................................................................. 25
2.4.11
Fencing................................................................................................................................................................................ 25
2.4.12
Services............................................................................................................................................................................... 25
2.5
Removal of Existing Bridge ................................................................................................................................................... 25
2.5.1
Scope of Demolition Works................................................................................................................................................... 25
2.5.2
Demolition Methods.............................................................................................................................................................. 25
2.6
Management Systems .......................................................................................................................................................... 25
2.6.1
Hold Points .......................................................................................................................................................................... 25
2.6.2
Management Plans .............................................................................................................................................................. 26
2.6.3
Design Check....................................................................................................................................................................... 26
2.6.4
Design Documentation ......................................................................................................................................................... 26
2.6.5
Design Review Meetings ...................................................................................................................................................... 26
2.6.6
Permits ................................................................................................................................................................................ 27
2.6.7
Aboriginal Cultural Heritage .................................................................................................................................................. 27
3
Geotechnical Report
4
Concept Drawings
iii
1
Conditions of Tendering
1.1
Nature of Contract
The Contract for which a Tender in accordance with these conditions is to be made will be a
Lump Sum Contract. The Lump Sum Tender is for the completion of the whole of the Works
described and intended in the Tender Documents (described below) and executed in
accordance therewith.
No adjustments will be made to the Contract price to cover rise and fall in labour, material and
other costs.
1.2
Tender Documents
The Tender Documents shall be these Conditions of Tendering, AS4902-2000 General
conditions of contract for design and construct, the Tender Form, the Schedules, the
Specification including Schedule of Lump Sums, the Drawings and any drawings and written
statements required by any of the aforesaid documents to be submitted by the Tenderer.
1.3
Construction Programme
Tenderers are required to provide a chart with their Tender which indicates their delivery of the
various components of the Works, all within the specified timeframe. The nominated time for
Practical Completion is 28 weeks.
The Tenderer is to note that there is a TasNetworks pole located in the works at the northern
approach. The relocation of this pole is currently being arranged by Council. At this stage the
pole is not expected to be relocated until late December 2016. The Tenderer should allow for
this constraint in their Construction Program.
Tenders requiring alterations to the proposed timetable must offer an alternative and give
reasons for the alterations.
1.4
Concept Design
Tenderers are required to provide a concept design with their Tender. The concept design is
to provide sufficient information to demonstrate compliance with the Principal’s Project
Requirements including:
1.5
n
General arrangement for bridge and road approaches
n
Typical sections
n
Abutment details
n
Pier details
n
Scour protection
Contents of Tender
The Tender submitted shall be prepared in accordance with the following requirements.
(i)
The Tender shall be submitted upon the Tender Form provided and all the
Tender Documents shall be deemed to form part of the Tender. The Tenderer
shall sign the Tender, or if the Tenderer be a Corporation, affix its common seal
in the manner prescribed by its Articles of Association or otherwise have the
Tender signed appropriately and formally.
Carlton River Bridge (No 706) Replacement
PAGE 1
(ii)
Each Tender shall contain an address for service of any notice required to be
given to the Tenderer in connection with their Tender.
Notwithstanding any other Conditions of Tendering the following documents shall be submitted
with the Tender:
n
Signed Tender Form
n
Completed Schedule of Prices
n
Signed Schedule of any proposed sub-contractors
n
Signed Schedule of non-compliance for any alternative Tender including relevant
drawings
n
Signed Schedule of previous experience on similar work
n
Construction programme
n
Concept design, including methodology statement
These shall be completed and signed in original ink.
1.6
Schedule of Lump Sum Prices
The Schedule of Lump Sum Prices has been prepared to assist Tenderers in the preparation
of their Tender but will not form part of the Contract.
The items and quantities are not warranted as correct and any bids submitted must be based
on the Tenderer’s own investigation and enquiries. In particular, Tenderers must allow for all
work shown on the Concept Drawings and included in the Specification including all work
necessarily arising therefrom and should revise or amend, before tendering, the quantities
and/or items contained in the Schedule of Lump Sum if, in the opinion of the Tenderer the
Schedule does not correctly or fully represent all of the Works.
1.7
Tenderers to Inform Themselves
Tenderers are required to be aware of all matters relating to the Contract, including the
availability of all necessary materials, prior to submitting their Tender. The Principal will not
accept claims for extra costs or extensions of time for delays caused by the unsuitability of
material resources.
Tenderers shall be deemed to have inspected the site, to have assessed the conditions
relating to the site, and to have allowed for such conditions in their Tender. This shall include
investigation of suitable access roads for the safe transport of all materials and components
required for the completion of the Works.
1.8
Anomalies, Interpretation and Omitted Items
All items either indicated on the Concept Drawings or written in the Specification form part of
the Contract.
Where a Tenderer has any doubt about the meaning of any portion of the Tender Documents
or where a discrepancy exists between the Drawings and Specification, the Tenderer shall
either:
(i)
Ask for clarification, which shall only be valid if issued to the Tenderer in writing,
or
(ii)
Include a statement of interpretation upon which the Tender has been prepared.
Carlton River Bridge (No 706) Replacement
PAGE 2
Any clarification given in (i) may be issued to all prospective Tenderers as an addendum.
Provided that the Schedule of Lump Sum Prices omits an item(s), which should reasonably
have been anticipated by an experienced and competent Tenderer, necessary for the
satisfactory completion and performance of the Works, the Tenderer shall insert such omitted
item(s) in the Schedule with a price for each item. In the event of the failure of the Tenderer to
do so, the cost of such item(s) will be deemed to be included within other items.
1.9
Alternative Tenders
Tenderers may submit proposals for alternatives to the designs as documented or for other
specified items.
1.10
Enquiries
All enquiries during the Tender period shall be directed to Mr Leon Ashlin (03) 6269 0025,
Mobile 0417 951 736 at Sorell Council.
1.11
Lodgement of Tenders
Tenders in writing are invited and will be received at the Sorell Council Office, 47 Coles Street,
Sorell, Tasmania, up until 2pm, Wednesday 14 September 2016.
Tenders must be submitted in a sealed envelope and clearly marked “Tender for Carlton River
Bridge Replacement” and lodged in the Tender Box provided in the foyer of Sorell Council or
forwarded through Australia Post for delivery prior to the above date and time.
Late tenders or tenders submitted by facsimile machine or e-mail will not be accepted.
The lowest (nor any) tender will not necessarily be accepted.
Tenders forwarded through Australia Post shall be addressed as follows:
“Tender for Carlton River Bridge Replacement”
Sorell Council
PO Box 126
Sorell, TAS 7172
1.12
Late Tenders
Late Tenders will not be accepted.
1.13
Opening of Tenders
Tenders will be opened as soon as possible after the closing time. Tenderers may not be
present at the opening.
1.14
Informal Tenders
Any Tender which does not comply with the requirements of the Tender Documents is likely to
be rejected.
1.15
Errors in Tenders
Any errors in extension or addition (or both) discovered in the Schedule of Lump Sum Prices
at evaluation of Tenders shall be corrected in a manner agreed to between the Principal and
the Tenderer so that the total in the Bill of Quantities continues to equal the tendered Lump
Sum.
Failure to reach agreement shall result in the Tender being rejected.
Carlton River Bridge (No 706) Replacement
PAGE 3
1.16
Selection Criteria
The evaluation process will be undertaken with the aim of determining the lowest price
acceptable conforming tender, or an acceptable alternative tender that demonstrates best
value for money. Tender will be assessed against the following evaluation criteria:
Stage 1: (acceptable / unacceptable)
Qualitative Criteria: Experience, capacity and capability (40%)
Complying tenders will be assessed by scoring and weighting of the following criteria:
1. Team (40%) - Tenderers are to provide details of the qualifications and experience of
all design and supervisory personnel to be utilised on the Contract. This includes the
Bridge Design Engineer, Bridge Design Checking Engineer, Road Design Engineer,
Project Manager and Work Supervisor(s). Tenderers with more extensive experience
in work similar to that described in the specification and drawings will be more
favourably scored. Details of relevant projects completed by the Tenderer, and/or
individual staff, will enable the level of experience to be more accurately assessed.
2.
Methodology (40%) – Tenderers are to provide a concept design with sufficient
information such that the appearance and the functionality of the design can be
determined and to demonstrate compliance with the Principal’s Project Requirements.
Tenders are also to provide a Construction Program to demonstrate that all works can
be completed within the contract period and programmed to meet Specification
requirements.
3. Quality Assurance (10%) – Tenderers with third party ISO 9002 accreditation will be
more favourably scored. In the absence of such accreditation details of any quality
scheme in place to aid in achieving compliance with the Contract should be provided,
including detail of projects where the Tenderer has successfully utilised the quality
scheme previously.
4. Workplace Health & Safety (W.H.S.) (10%) - Documented procedures to identify and
exercise all necessary precautions for the health and safety of all personnel on site
and be aware of and discharge its obligations under the Occupational Health and
Safety Act 1998 and the related Regulations currently in force.
The Qualitative Criteria will be assessed using the scoring system below. The Tenderer will
be required to achieve a total score of 6 or greater to proceed to Stage 2. Where sub-criteria
are scored separately, no less than 6 can be scored for the Workplace Health & Safety subcriteria.
Carlton River Bridge (No 706) Replacement
PAGE 4
The following scores will be used to assess this Stage:
Score
Description
Full Description
9-10
Superior
Demonstrated strengths in all issues and few if any
weaknesses. Offers many benefits. Low risk and/or
risks can be managed with low cost.
6-8
Good
Demonstrated strengths in most issues and few
weaknesses. Offers many benefits. Low-moderate
risk and/or risks can be managed with low-moderate
cost.
4-5
Adequate
Demonstrated strengths in some issues and some
weaknesses. Offers some benefits. Moderate risk
and/or risks can be managed with moderate cost.
1-3
Poor to deficient
Demonstrated little strength and many weaknesses.
Offers few benefits. Moderate-high risk and/or risks
can be managed with moderate-high cost.
0
Unacceptable
Provides little if any information that can be
assessed. Contains many errors and/or omissions.
Doesn’t address criteria.
Tenderers are requested to provide sufficient additional information in their tender submission
to enable detailed assessment of the above-mentioned criteria. Failure to provide such
information will be interpreted as acknowledgment that the Tenderer has not reached a
satisfactory standard in that area, and may incur the minimum score. There is no obligation
on the Principal to pursue the Tenderer to provide additional information to that included in the
tender.
Stage 2: Price (60%)
Qualitative scores and Fee structures will be assessed to determine the likely value for money
offered by tenders. Value for money is a measure of how effectively and efficiently the
business is likely to apply its capability and capacity to this Project and therefore the likely
benefits, costs and risk offered.
A weighting price score is calculated from using the average price, the tenderers price and the
price percentage. Stage 1 & 2 are added together to give the overall evaluated outcome
During the period of the evaluation process, we may negotiate with individuals or businesses
quoting to vary their quotes either on the grounds of technical capability, cost, effectiveness, or
matters relating to the combination of one part of the quote with another part of the quote. We
also reserve the right to negotiate with several individuals or businesses to finalise the
commercial terms to form a contract.
A debriefing will be provided if requested.
Carlton River Bridge (No 706) Replacement
PAGE 5
1.17
Completion Time
The period for completion of the works is stated in the Annexure to the Design and Construct
Contract Conditions, AS4902- 2000.
The tenderer may submit different prices for different completion times.
1.18
Validity Period
Tenders shall remain valid for a period of 90 days after the date of closing of Tenders.
1.19
Awarding of Contract
Before accepting a Tender, the Principal may require the Tenderer to submit any or all of the
following:
n
proof of his resources and ability to carry out the Works
n
an estimated monthly cash flow
n
details of the method of construction proposed to be used in executing the Works
n
evidence of safety, environmental and quality systems of work
Should the Tenderer fail to submit any of the required information in the time specified by the
Principal, the Tender may be rejected.
A Tender shall be deemed to be accepted when a notice in writing of such acceptance is
delivered to the successful Tenderer.
The Contract shall come into force on the date of acceptance of the Tender as the written
acceptance constitutes the Contract until a formal agreement is executed.
Notwithstanding the foregoing, the Principal shall not be bound to accept the lowest or any
other Tender.
Carlton River Bridge (No 706) Replacement
PAGE 6
1.20
Annexure
PART A
Annexure to the Australian Standards
General Conditions of Contract for Design and Construct
AS 4902– 2000
This Annexure shall be completed and issued as part of the tender
documents and, subject to any amendments to be incorporated
into the Contract, is to be attached to the General Conditions of
Contract and shall be read as part of the Contract.
Item
1
Principal
Sorell Council
(clause 1)
...........................................................................................
ACN………………………………. ABN
2
Principal’s address
Municipal Offices
47 Coles Street
Sorell TAS 7172
3
Contractor
(clause 1)
...........................................................................................
...........................................................................................
ACN………………………………. ABN...............................
4
Contractor’s address
...........................................................................................
...........................................................................................
Phone…………………….……… Fax .................................
5
Superintendent
(clause 1)
Russel Fox .........................................................................
...........................................................................................
ACN………………………………. ABN...............................
6
Superintendent’s address
47 Cole Street ....................................................................
Sorell TAS 7172 .................................................................
Phone (03) 6269 0066……… Fax (03) 6269 0014 ..............
7
a) Date for practical completion
(clause 1)
OR
b) period of time for practical
completion
(clause 1)
Carlton River Bridge (No 706) Replacement
28 weeks after date of acceptance of tender
PAGE 7
8
Governing law
(clause 1(h)
Tasmania
9
(a) Currency
(clause 1 (g))
AUD
(b) Place for payments
(clause 1(g))
Sorell, Tasmania
(c) Place of business of bank
(clause 1 (d))
Sorell, Tasmania
The Principal’s project requirements
1 Concept design
2 Sections 2
10
Are described in the following
documents
(clause 1)
11
Preliminary design
(clause 1)
(a) A preliminary design is included
(b) The preliminary design documents are:
1. Survey Drawings:
IS156000-00-1
2. Concept Design Drawings:
IS156000-01
IS156000-02
IS156000-03
IS156000-04
IS156000-05
12
Quantities in schedules of rates,
Limits of accuracy
(subclause 2.5)
NA
13
Provisional sum,
Percentage for profit and attendance
(clause 3)
15%
Carlton River Bridge (No 706) Replacement
PAGE 8
14
15
Contractor’s security
a) Form
(clause 5)
Bank guarantee
b) Amount or maximum
percentage of contract sum
(clause 5)
5% of the contract sum
c) If retention money’s, percentage
of each payment certificate
(clause 5 and subclause 37.2)
………………………..% until the limit in Item 14(b)
d) Time for provision (except for
retention moneys)
(clause 5)
within…………..days after date of acceptance of tender
e) Additional security for unfix plant
and material
(subclauses 5.4 and 37.3)
Nil
f) Contractor’s security upon
certificate of practical completion is
reduced by
(subclause 5.4)
50% of amount held
Principal’s security
a) Form
(clause 5)
If nothing stated, 10% until the limit in Item 14(b)
If nothing stated, 28 days
Nil
b) Amount or maximum
percentage of contract sum
(clause 5)
Nil
c) Time for provision
(clause 5)
N/A
d) Principal’s security upon certificate N/A
of practical completion is reduced by
(subclause 5.4)
16
17
Principal-supplied documents
(subclause 8.2)
Documents, numbers of copies, and
The times or stages at which they are
To be supplied by the Contractor
(subclause 8.3)
Carlton River Bridge (No 706) Replacement
Document
No of Copies
1. Principal’s project requirements
1 electronic copy
Document
Time/stage
CMP – 1 copy
14 days prior to POS
Design drawings – 1 copy
14 days prior to POS
Design certification – 1 copy
14 days prior to POS
Traffic Management Plan – 1 copy
14 days prior to POS
Demolition Plan – 1 copy
14 days prior to POS
As-constructed documents – 1 copy Prior to practical completion
PAGE 9
18
Time for Superintendent’s direction as 14 days
To about documents:
(Subclause 8.3)
19
Subcontracting:
(subclause 9.2)
As listed in Tender
Schedule of Sub-contracting
20
Novation:
(Subclause 9.4)
N/A
21
Intellectual property rights granted to
the Principal – Alternative applying:
Alternative 1
(Clause 10.2)
22
Legislative requirements
(a) Those excepted
(subclause 11.1)
Nil
(b) Identified WUC
(subclause 11.2 (a) (iii))
23
Insurances of the Works
(clause 16A)
(a) Alternative applying
If Alternative 1 applies
(b) Provision for demolition and
Removal of debris
(c) Provision for consultants’ fees and
Principal’s consultants’ fees
(d) Value of materials or things to be
supplied by the Principal
(e) Additional amount or percentage
24
Nil
Alternative 1
$80,000
$50,000
N/A
10%
Professional indemnity insurance
(clause 16B and subclause 9.2(d))
(a) Levels of cover of Contractor’s
professional indemnity insurance
shall not be less than
$5,000,000
(b) Period for which Contractor’s
professional indemnity insurance
shall be maintained after issue of
the final certificate
6 years
(c) Categories of consultants and
levels of cover of consultants’
professional indemnity
Insurance
Category
Bridge Design
Road Design
Level of cover
$5,000,000
$5,000,000
(d) Period for which each consultant’s 6 years
professional indemnity insurance
shall be maintain after issue of
the final certificate
Carlton River Bridge (No 706) Replacement
PAGE 10
25
26
Public liability insurance
(clause 17)
(a) Alternative applying
Alternative 1
If Alternative 1 applies
(b) Amount per occurrence shall
be not less than
$20,000,000
(a) Time for giving access
(subclause 24.1
within 14 days of date of acceptance of tender
(b) Time for giving procession
(subclause 24.1)
Upon acceptance of CEMP, design drawings,
design certification, traffic management plans,
demolition plan
27
The information, material, documents
or instructions and the times by, or
periods within which they are to be
given to the Contractor
(clause 32)
14 days
28
Qualifying causes of delay, causes of
delay for which EOTs will not be
granted
(paragraph 9b)(iii) of clause 1 and
Subclause 34.3)
Nil
29
Liquidated damages, rate
(subclause 34.7)
$500/day
30
Bonus for early practical completion
(subclause 34.8)
(a) Rate
(b) Limit
Nil
Nil
31
Other compensable causes
(paragraph (b) of clause 1 and
Subclause 34.9)
Nil
32
Defect Liability period
(clause 35)
52 weeks
33
Progress Clams
(subclause 37.1)
(a) Times for progress claims
30th day of each month
OR
(b) Stages of WUC for progress
Claims
34
Unfixed plant and material for which
Carlton River Bridge (No 706) Replacement
Nil
PAGE 11
payment claims may be
made
(subclause 37.3)
35
Interest rate on overdue payment
(subclause 37.5)
8%
36
(a) Time for Principal to rectify
inadequate access
(subclause 39.7(a) (iii))
14 days
(c) Time for Principal to rectify
Inadequate possession
(subclause 39.7(a) (iv))
14 days
37
Arbitration
(subclause 42.3)
(a) Person to nominate an
Arbitrator
Chairperson, Tasmanian Division, Institution of Engineers
Australia
(b) Rules for arbitration
Rules 5-18 of the Rules of The Institute of Arbitrators & Mediators
Australia for the Conduct of Commercial Arbitrations
(c) Appointing Authority under
UNCITRAL Arbitration Rule
The President of the Institute of arbitrators &
Mediators Australia
Carlton River Bridge (No 706) Replacement
PAGE 12
PART E
Annexure to the Australian Standard
General Conditions of Contract for
Design and Construct
AS 4902-2000
Deletions, amendments and additions
The following changes have been made to AS 4902-2000
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
..................................................................................................................................................................
Carlton River Bridge (No 706) Replacement
PAGE 13
1.21
Tender Form
CONTRACT TITLE: Tender for Carlton River Bridge Replacement
Returnable by: 2pm, Wednesday 14 September 2016
Location of Tender Box:
Municipal Offices
47 Coles Street
Sorell, TAS 7172
TO:
Sorell Council
Under and subject to the Conditions of Tendering in the Tender Documents
I/WE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
..........................................................................
the undersigned do hereby tender to perform the above named Works as described in and in accordance with
the terms and conditions of the Tender Documents, as defined in Clause 2 of the Conditions of Tendering, at
the rates stated in the attached Schedule of Lump Sum Prices and/or the total of the Lump Sum stated in the
attached Schedule of Lump Sum Prices as applicable for the amount set out below:
TENDER SUM (including GST)
Dated this . . . . . . . . . . . . . . . . . . . . . .
Signature or Common Seal of Tenderer:
Designation of Authorised Signatory:
Address of Tenderer:
$_____________
Day of. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2016
. . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . .
.............................................
................................ .........................
Telephone Number: . . . . . . . . . . . . . . . . . . .
Witness to Signature: . . . . . . . . . . . . . . . . . . . . .
Facsimile Number: . . . . . . . . . . . . . . . . . . . .
Designation/Position: . . . . . . . . . . . . . . . . . . . . .
If the Tenderer is not a registered company then the name of each principal member of the firm shall be stated
here:
Carlton River Bridge (No 706) Replacement
PAGE 14
1.22
Schedule of Proposed Subcontractors
The tenderer shall submit hereunder full details of all sub-contractors he proposes to employ for the execution
of the works under this contract:
DESCRIPTION OF WORKS
PROPOSED SUBCONTRACTOR
Bridge Design Engineer .....................
.............................................................
Bridge Design Checking Engineer ......
.............................................................
Road Design Engineer .......................
.............................................................
Piling Contractor ................................
.............................................................
Supplier of Precast Elements .............
.............................................................
..........................................................
.............................................................
..........................................................
.............................................................
..........................................................
.............................................................
..........................................................
.............................................................
..........................................................
.............................................................
..........................................................
.............................................................
..........................................................
.............................................................
TENDERER:
.............................................................................................
SIGNATURE:
.............................................................................................
DATE:
.............................................................................................
Carlton River Bridge (No 706) Replacement
PAGE 15
1.23
Schedule of Non-Compliance
List a description of all items where the alternative Tender varies from the requirements of the Tender
Documents.
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
..........................................................................................................................................................
TENDERER:
...................................................................................................................
SIGNATURE:
...................................................................................................................
DATE:
...................................................................................................................
(This form only applies to alternative Tenders)
Carlton River Bridge (No 706) Replacement
PAGE 16
1.24
Schedule of Previous Experience
List and briefly describe previous projects completed by the Tenderer which are at least comparable to this
project in terms of construction skills and cost.
Also indicate their approximate Contract value.
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
TENDERER:
........................................................................................................................
SIGNATURE:
........................................................................................................................
DATE:
........................................................................................................................
Carlton River Bridge (No 706) Replacement
PAGE 17
1.25
Schedule of Lump Sum Prices
PROJECT:
Tender for Carlton River Bridge Replacement
ITEM
DESCRIPTION
1.0
SITE PREPARATION
1.01
Preparation for approval of the design drawings,
Construction Environment Management Plan
(CEMP), method of construction and all other
preconstruction documentation and Engineering
Certifications required under the contract.
Item
1.02
Establishment including traffic management,
supply and erect all necessary temporary barriers
and warning signs.
Item
1.03
Relocation of any services that interfere with the
new works (excluding relocating the TasNetworks
pole)
Item
2.0
BRIDGE WORKS
2.01
Construction of bridge substructure including
abutments, piers and scour protection
Item
2.02
Construction of bridge superstructure including
beams, deck & barrier fences
Item
2.03
Construction of culvert extension
Item
3.0
ROADWORKS
3.01
Construction of road approaches including
earthworks, pavement, surfacing, safety barriers,
embankment protection, landscaping and all
associated works.
4.0
SITE RESTORATION & DE-MOBILISATION
4.01
4.02
4.03
5.0
Demolition and disposal of existing bridge
Rehabilitation of the redundant road corridor
Provision of As-Constructed Documentation
OMITTED ITEMS INCLUDED BY TENDERERS
(Condition of Tendering – Clause 1.6)
6.0
GOODS & SERVICE TAX (%10)
QTY
UNIT
RATE
AMOUNT
Item
Item
Item
Item
TOTAL $......……............
(Transfer to Tender Form)
Carlton River Bridge (No 706) Replacement
PAGE 18
2
Principal’s Project Requirements
2.1
General
2.1.1
Introduction
This design and construct documentation is for the replacement of the Carlton River Bridge (no. 706) on
Sugarloaf Road and realignment of approximately 360m of road. The bridge is located near the Primrose
Sands Road intersection, approximately 6.5km south of the junction with the Arthur Highway. Sorell Council
requires the replacement of the existing single lane timber bridge as it is near the end of its service life. The
intention is to build the new bridge alongside the existing bridge on the upstream side and realign the road to
suit so that traffic can still use the existing bridge during the construction period. Extension of the Primrose Sand
Road intersection will also provide better sight distances for traffic entering onto Sugarloaf Road.
Site Location:
Carlton River Bridge (No. 706)
2.1.2
Objectives and Requirements
The primary objective of the project is to provide a new structure which will increase the load carrying capacity
of the bridge and improve the road geometry of the approaches. The replacement bridge is required to ensure
continued access for general and permit vehicles to the Primrose Sands and Connellys Marsh areas.
The specific objectives of the Principal with regard to the contract are as follows:
a)
Provide a durable replacement bridge, with minimum maintenance requirements during its service life
b)
Improve vertical and horizontal road alignment
c)
Improve road safety
d)
Construction works to have minimal environmental impact and conform to current legislative and regulation
requirements, and any environmental protection notices issued by relevant authorities
e)
To carry out the construction works with zero harm to workers engaged on the project
f)
Minimal disruption to the public during construction activities
g)
Safe removal of the old bridge.
Carlton River Bridge (No 706) Replacement
PAGE 19
The Principal is seeking a functional, cost effective design for the replacement of the bridge and associated
roadworks. The bridge will be replaced based on the following requirements:
n
n
n
n
n
n
n
n
n
The bridge shall be designed in accordance to the requirements of Australian Standard AS5100 - Bridge
Design and Department of State Growth Standard Bridge Specifications
The bridge shall be designed to SM1600 traffic loading as per AS5100
Bridge barriers shall be designed to Low Performance level in accordance with AS5100
A two lane bridge with traffic lane widths of 3.0 m and 1.0m width sealed shoulders
Realignment of road for improved vertical and horizontal geometry
Road approaches designed in accordance with Austroads Guidelines and Department of State Growth
Road specifications
The bridge to be designed with a view to minimising ongoing maintenance costs and is to have a 100 year
design life
All existing services to be reinstated into conduits attached to the bridge and allow for new services
The removal of the old bridge.
2.1.3
Scope
The scope of works under this Contract shall consist of all work necessary for the Design and Construction for
the replacement of Carlton River Bridge No. 706 and realignment of road approaches, including, but not limited
to:
a) Undertake any further site investigation and/or additional survey work necessary to complete the project
objectives and requirements.
b) Undertake hydrology and hydraulic assessments as required for the design of the replacement bridge.
c) Carry out the design of the new two lane bridge to AS5100 design loads, including SM1600 vehicle loads,
and the required design checks.
d) Carry out the design of approximately 360m of road realignment, in accordance with Austroads standards,
including the necessary design checks.
e) All temporary works and associated design that may be required to carry out the construction activities.
f)
Preparation, implementation and maintenance of all required temporary traffic management required to
carry out and complete the construction activities.
g) All construction activities associated with the construction of the new bridge, including: foundations,
abutments, piers, decks, fences, and guardrail transitions to approach rails.
h) All works associated with the approximate 360m of new road approaches on improved alignment including
the extension of a box culvert.
i)
Complete removal and disposal of the existing bridge including the foundations to a level of at least 300mm
below the existing ground or riverbed surface.
j)
The removal and rehabilitation of the redundant road.
k) As constructed drawings and QA documentation in line with the requirements of the contract.
l)
Any other works as required to fulfil the requirements of the project objectives and requirements.
m) Clean up of site including make good of any disturbed areas, and reinstatement of any damaged
infrastructure.
Use of the existing bridge structure for the construction of the new bridge shall not be permitted at any time
without the approval of the Superintendent.
Carlton River Bridge (No 706) Replacement
PAGE 20
2.2
Concept Drawings
The concept design for the site is for a new bridge to the upstream (northern) side of the existing bridge with an
improved horizontal and vertical geometry. Refer to Section 4 for the Concept Drawings.
Key concept details include:
§ Bridge length of approximately 60m
§ Length of road realignment of approximately 360m
2.3
2.3.1
Bridge Technical Parameters
Bridge Design Loading
The bridge design loads shall be in accordance with the relevant clauses of AS5100 and this Specification.
The bridge shall be designed for SM1600 traffic loading. HLP loadings in accordance with AS5100 are not
required.
2.3.2
Alignment
The required alignments are defined in the Concept Design Drawings.
The new bridge shall be located to the upstream (northern) side of the existing bridge as shown on the
Drawings.
The horizontal alignment for the bridge is at an angle of approximately 75 degrees to the river flow.
The bridge deck will drain to the southern end of the structure. Minimum longitudinal grade at any point on the
bridge deck shall be 1.0%. Refer to the Concept Drawings for detail of the vertical profile across the bridge
deck.
The bridge deck cross-section is to have a crown and 3% crossfall in either direction.
2.3.3
Carriageway
The new bridge shall have two 3.0m wide lanes with 1.0m wide sealed shoulders. Provision for pedestrian
access is not required.
2.3.4
Hydrology and Hydraulics
The Tenderer is to undertake detailed hydrology and hydraulic assessments as a part of the design of the
replacement bridge (including any required site investigations). A report detailing the outcomes of the hydrology
and hydraulic analysis, and associated bridge design recommendations, shall be provided to the Principal for
review and approval.
The new bridge is required to provide a minimum waterway area and soffit level that matches the existing
bridge. Any decrease in waterway area shall not be acceptable, unless hydraulic analysis of the site
demonstrates sufficient hydraulic capacity shall be maintained.
The design loading forces due to water flow shall be as per AS5100. Floating logs are possible, and forces due
to log impacts shall be taken into account.
2.3.5
Span Configuration
The span configuration for the bridge structure shall be at the discretion of the Contractor and subject to
approval from the Principal through the design review process.
Carlton River Bridge (No 706) Replacement
PAGE 21
2.3.6
Barriers
Traffic barriers are required at the bridge and shall be designed to AS5100 Low Performance level
requirements. The safety barrier shall have transition guardrail extending beyond the bridge as per the
requirements of AS5100.
2.3.7
Abutments
A suitable designed foundation system shall be provided for the replacement bridge. Batter protection shall be
provided for abutments (including any wing walls). Any rock pitching shall include rock sizes sufficient for
predicted river flows.
The abutment foundations and batter protection shall be designed and constructed to protect the structure from
potential scour effects based on the requirements of AS5100 for maximum flow rates determined from hydraulic
analysis.
2.3.8
Piers / Piles
The location and design of piers is at the discretion of the Contractor, and subject to approval from the Principal
through the design review process.
The design of pier foundations shall allow for potential scour of the river bed based on hydrology and hydraulic
assessments undertaken by the Tenderer.
Piling records shall be maintained and provided to the Superintendent prior to the completion of any piling
works.
2.3.9
Geotechnical Information
The Principal has undertaken a geotechnical investigation that comprised drilling of boreholes on either side of
the proposed bridge replacement location. No overwater drilling was undertaken as part of this work. The aim of
the geotechnical investigation was to provide geotechnical information on the ground conditions at the site of
the proposed bridge replacement. A factual geotechnical investigation report is provided in Section 3.
Australian Standard AS 5100 – “Bridge Design” recommends boreholes be drilled at the location of each of the
proposed piers. The Contractor shall undertake any additional site investigations required to facilitate the design
of the replacement bridge piers.
2.3.10
Deck Expansion Joints
Expansion joints shall be of a type which offers minimum maintenance. Site construction tolerances and
installation procedures shall be such as to minimise noise from the installed joint.
2.3.11
Surfacing
Bridge deck surfacing may be concrete or dense graded asphalt. If concrete, it should have a broom finish.
2.3.12
Lighting
There is no requirement for the provision of lighting.
2.3.13
Durability
As part of the design documentation deliverables, the Contractor is to demonstrate compliance with AS5100
durability requirements to meet a design service life of 100 years.
The principal structural components shall be designed, detailed, selected, specified, procured and constructed
to meet the durability objectives.
Carlton River Bridge (No 706) Replacement
PAGE 22
2.3.14
Services
The Contractor is responsible for accurately locating, protecting and / or relocation of any utility services in
consultation with the relevant utility owner’s requirements and standards. The relocation of a TasNetworks pole
located in the works at the northern approach will be arranged by Council.
2.3.15
Survey Information
The Principal has undertaken a survey of the site. The survey drawing is included in Section 4. Electronic files
can be provided on request.
The Contractor shall confirm the coordinates and levels of the existing survey. Where existing survey control
marks are within the limits of the works, new survey control marks shall be established by the Contractor clear
of the works.
The Contractor shall be responsible for setting out the works and for all additional survey which is required for
design purposes. A copy of all additional survey information is to be provided to the Superintendent.
2.3.16
Traffic Management
The Contractor shall plan, implement and maintain all signage and traffic management required and is to note
the following requirements:
§ At least one lane of traffic shall remain open at all times during working hours, of minimum width 3.0m.
§ The full closure of Sugarloaf Road is not permitted.
§ Two lanes of traffic shall be open at all times outside of working hours on roads, with one lane open on the
existing bridge.
The Contractor shall submit a Traffic Management Plan to the Superintendent for approval as a condition of
possession of the site.
2.3.17
Use of Existing Bridge
If the Contractor elects to use the existing bridge structure as part of the construction process, the Contractor
shall be responsible for the integrity of the existing structure, including any modifications to facilitate the
replacement structure, during all phases of the construction, until such time as the new structure is fully
trafficable.
2.3.18
Maintaining the Existing Bridge Condition
If additional time is required by the Contractor to complete the replacement bridge past the nominated time in
the Contract, it will be the Contractor's responsibility to maintain the existing bridge at Legal State Load Limit
until the replacement bridge is operational. Any repairs required to the existing bridge to maintain Legal State
Load Limit will be at the Contractor's expense.
2.4
Roadworks Technical Parameters
2.4.1
Alignment
The Principal required road vertical and horizontal alignments are defined in the Concept Design Drawings
attached in Section 4. Road design shall be in accordance with Austroads Guidelines and Department of State
Growth Road specifications.
The design speed shall be 80 km/h.
2.4.2
Road Cross-Section
The cross-sections for the road are shown in the Concept Design Drawings and shall comply with the following:
§
§
3.0m wide sealed traffic lanes
1.0m wide sealed shoulders
Carlton River Bridge (No 706) Replacement
PAGE 23
§
§
§
0.5m wide verges (where safety barrier is not required, 1.0m verges where safety barriers are required)
Provision for pedestrian access is not required.
Fill batters to be at 1 vertical to 2 horizontal. Cut batters to be at 1 vertical to 1 horizontal.
2.4.3
Match-in Controls
The centreline of the new road approaches shall match into the locations and line (horizontally and vertically) of
that of the existing road at Ch. 0 for the southern end and Ch. 398 for the northern end. Primrose Sands Road
to be matched as indicated on the Concept Drawings.
Lane width transitions shall not be less than 1 in 40.
2.4.4
Treatment of Redundant Road
The existing road pavement within the limits of works and outside the new earthworks footprint shall be
considered to be redundant.
Redundant road shall be treated in accordance with the Department of State Growth Standard Roadworks
Specification. In addition, the redundant road shall be top soiled and grassed.
Existing surface drains that will become redundant shall be filled in to natural surface contours and any culverts
removed.
2.4.5
Pavement Design
The Contractor shall undertake any additional site investigations required to facilitate the final design of the
pavement.
The Contractor shall design the pavement in accordance with Austroads Guidelines and Department of State
Growth Road specifications. The pavement design shall be based on the following minimum requirements:
§
§
§
§
§
§
§
Subgrade – Minimum CBR of 5% required for pavement depths shown below without stabilisation
Sub-base 1 course 200mm
Base A course 175mm
Surface course 2 coat prime and seal 14/10
Pavement materials to be as per Department of State Growth Specification R40
Surface course to be as per Department of State Growth Specification R51
Seal binder to be Class 170 Residual Bitumen in accordance with AS 2008
2.4.6
Surfacing
Road pavement surfacing (excluding the bridge deck) shall be a two coat spray seal 14/10.
2.4.7
Line Marking
The pavement line marking shall be in thermoplastic paint. Line marking shall include edge and barrier lines as
required by Department of State Growth Specification R64.
2.4.8
Signage
All existing relevant road signs shall be relocated to suit the new roadworks.
2.4.9
Landscaping
All fill batters and redundant road shall be topsoiled and seeded with Type A seed mix in accordance with
Department of State Growth Standard Specification R70.
Carlton River Bridge (No 706) Replacement
PAGE 24
2.4.10
Property Acquisition
All property acquisition matters will be completed by Council.
2.4.11
Fencing
Council will arrange any new property fencing with affected land owners where applicable.
2.4.12
Services
The Contractor is responsible for accurately locating, protecting and / or relocation of any utility services in
consultation with the relevant utility owner’s requirements and standards.
2.5
Removal of Existing Bridge
2.5.1
Scope of Demolition Works
Total demolition and removal of the existing bridge structure, including the abutments and piers to 300mm
below ground or river bed level is required.
2.5.2
Demolition Methods
Demolition methods shall minimise falling rubble and consequent environmental pollution. Methods which
remove large assemblies to a place of breaking-up shall be used when feasible. The demolition shall generally
comply with AS2601 – the Demolition of Structures.
The use of explosives is not permitted without the approval of the Superintendent.
The Contractor is fully liable for any structural or safety consequences arising from placement of equipment on
the existing bridge for the purposes of demolition.
The Contractor shall obtain the approval of the Superintendent prior to operating any heavy machinery on the
existing structure. An application for such approval shall include a rigorous structural analysis, independently
certified by a suitably qualified structural engineer.
The Contractor shall develop a Demolition Plan which shall be submitted to the Superintendent for approval as
a condition of possession of the site.
2.6 Management Systems
2.6.1
Hold Points
The Superintendent shall review and release the following Hold Points before any further works shall take place:
n
n
n
n
n
n
n
n
n
n
n
Contract Management Plan
Traffic Management Plan
Design Checks
Design Documentation
All precast work, with reinforcement and prestressing tendons in place, prior to pouring
Excavation of footings
Erection of precast items
Prior to pouring of insitu concrete
Placement of base course
Completion of all works prior to placing on Defect Liability Period
During any other stages or section of works as directed by the Superintendent
The release of a Hold Point does not represent the approval of the works. It is the responsibility of the
Contractor to ensure that works are constructed in accordance with the design and this specification.
Where the giving of notice for inspection or testing is specified, the Superintendent is to be advised at least 24
hours in advance of the intention to perform or to cover up a section of the Works to enable inspection to be
Carlton River Bridge (No 706) Replacement
PAGE 25
made and approval given. The Superintendent reserves the right to order the demolition of any component
within these inspection categories if the Contractor fails to give notice.
2.6.2
Management Plans
The Contractor shall develop a Contract Management Plan, which shall include but is not limited to;
n
n
n
Quality Plan
Safety Management Plan
Construction Environmental Management Plan (CEMP)
The Contract Management Plan shall be submitted to the Superintendent for approval as a condition of
possession of the site.
2.6.3
Design Check
The Contractor shall provide an independent check of the bridge design, including structural check calculations
and durability requirements to confirm compliance with the Specification and accepted engineering practice.
The check shall be undertaken by an independent Professional Engineer experienced in the field of bridge
engineering and qualified for Corporate Membership of the Institution of Engineers Australia, referred to
hereafter as the “Bridge Checking Engineer”.
Design certification, including confirmation of a design check, shall be submitted with the design documentation.
This engineer can be from the same firm as the designer but shall not have worked on the design. It shall be
demonstrated that the Bridge Checking Engineer has not been involved in the actual design process for the
bridges.
2.6.4
Design Documentation
The Contractor shall provide the following documents to the Superintendent prior to commencement of
construction for individual elements:
a)
Certificate of Design
b)
Certificate of Design Check
c)
A set of drawings for construction fully describing the detailed design of the element. The drawings shall be
signed by the Contractor and Design Engineer as complying with design documentation and certifying that
any notices of non-compliant work arising during the design stage have been addressed and resolved.
d)
A drawing register shall be kept by the Contractor and supplied to the Superintendent with each update or
issue of new drawings.
Prior to Practical Completion the Contractor must supply:
a)
A full set of titled, bound and indexed design calculations for the structure complete with computer models
and outputs.
b)
A full set of “As Constructed” Drawings in both hard copy and digital in PDF and DXF or DWG format. The
drawings shall be signed by the Contractor and Design Engineer as complying with design documentation
and certifying that any notices of non-compliant work arising during the execution of the works have been
addressed and resolved.
c)
A completion report giving details of the bridge, including materials used and statistical summaries to
demonstrate their compliance with specifications.
2.6.5
Design Review Meetings
The Contractor shall convene design coordination meetings to be held throughout the design phase at intervals
not exceeding 2 weeks to review the status and progress of the designs. The meetings shall be attended by
representatives of the Contractor, Design Consultant, Superintendent, Project Manager and the Principal.
Carlton River Bridge (No 706) Replacement
PAGE 26
The Contractor shall prepare the meeting minutes and forward to the Superintendent within 3 days of the
meeting.
2.6.6 Permits
The Contractor shall obtain any necessary permits for the delivery of all components to the site. Environmental
Impacts
Water quality in the Carlton River and its ecosystem shall not be compromised as a result of the construction
works on the replacement bridge and road approaches and the demolition of the existing bridge.
Preventative measures shall be undertaken wherever practicable to minimise turbidity and water pollution from
construction activities and these measures should be detailed in the CMP. Runoff and erosion controls shall be
installed prior to any work activities that are likely to cause erosion, turbidity or pollution.
Disturbance to river channel banks and bed deposits shall be minimised to that necessary for construction of
the new bridge and removal of the existing bridge. The runoff of silt from earthworks shall be minimised by
appropriate construction techniques including but not limited to:
§
§
§
§
§
Shaping temporary construction surfaces away from the river edge
Use of temporary berms and drainage channels across disturbed areas
Diversion of flow around disturbed areas
Use of silt settlement basins
Use of silt traps within open drains.
The river and surrounding runoff areas shall be protected from:
§
§
§
Vegetation removal
Erosion and sediment control to avoid air and water pollution
General construction impacts, incidents and mitigation
During bridge construction and demolition, procedures shall be implemented to contain any concrete spillages,
other wastes, spoils from saw cutting and the like. During dewater of any coffer facilities, containment and/or
filtering measures shall be used to minimise the discharge of turbid water directly into the river. The use of
explosives is not permitted without prior approval of the Superintendent.
2.6.7 Aboriginal Cultural Heritage
If any sites of Aboriginal significance or Aboriginal relics are discovered during construction the Contractor must
stop work and immediately inform the Superintendent. Any site containing evidence of Aboriginal occupation or
use is protected by the Aboriginal Relics Act 1975 and it is an offence to disturb an Aboriginal site without the
written permission of the Minister.
Carlton River Bridge (No 706) Replacement
PAGE 27
3
Geotechnical Report
Carlton River Bridge (No 706) Replacement
Carlton River Bridge Replacement
Geotechnical Investigation Factual Report
Sorell Council
IS156000-0001-GE-RPT-0001
0001 | A
25 July 2016
Sor ell Council
IS156000-0001-GE-RPT- 0001
IS156000-0001-GE-RPT-0001
Carlton River Bridge Replacement –Geotechnical Investigation Factual Report
Project No:
IS156000
Document Title:
IS156000-0001-GE-RPT-0001
Document No.:
0001
Revision:
A
Date:
25 July 2016
Client Name:
Sorell Council
Project Manager:
Jonathon Elliot
Author:
Seamus Hart
File Name:
I:\WCMS\110\GEM_02_03\Geotechnical\@Projects\@Projects 2016\Carlton River Bridge
Replacement - Hobart\Report\Final\IS156000-0001-GE-RPT-0001.docx
Jacobs Group (Australia) Pty Limited
ABN 37 001 024 095
Floor 11, 452 Flinders Street
Melbourne VIC 3000
PO Box 312, Flinders Lane
Melbourne VIC 8009 Australia
T +61 3 8668 3000
F +61 3 8668 3001
www.jacobs.com
© Copyright 2016 Jacobs Group (Australia) Pty Limited. The concepts and information contained in this document are the property of Jacobs.
Use or copying of this document in whole or in part without the written permission of Jacobs constitutes an infringement of copyright.
Limitation: This report has been prepared on behalf of, and for the exclusive use of Jacobs’ Client, and is subject to, and issued in accordance with, the
provisions of the contract between Jacobs and the Client. Jacobs accepts no liability or responsibility whatsoever for, or in respect of, any use of, or reliance
upon, this report by any third party.
Document history and status
Revision
Date
Description
By
Review
Approved
A
25 July 2016
Geotechnical Investigation Factual Report
SH
DG
JE
0001
i
IS156000-0001-GE-RPT-0001
Contents
1.
Introduction ................................................................................................................................................ 2
2.
Site Description ......................................................................................................................................... 3
3.
Geological Setting ..................................................................................................................................... 5
3.1
Regional Geology ........................................................................................................................................ 5
4.
Subsurface Conditions ............................................................................................................................. 6
4.1
Field Investigation ........................................................................................................................................ 6
4.2
Groundwater ................................................................................................................................................ 7
4.3
Unit 2A Cobbles Fill ..................................................................................................................................... 7
5.
Laboratory Testing .................................................................................................................................. 10
6.
Summary .................................................................................................................................................. 11
7.
References ............................................................................................................................................... 12
Appendix A. Site Location Map
Appendix B. Borehole Logs
Appendix C. Laboratory Certificates
0001
ii
IS156000-0001-GE-RPT-0001
Important note about your report
The sole purpose of this report is to present the findings of a geotechnical investigation carried out by Jacobs
for Sorell Council (‘the Client’) in connection with proposed Carlton River Bridge Replacement. This report was
produced in accordance with and is limited to the scope of services set out in the contract between Jacobs and
the Client.
This report is based on assumptions that the site conditions as revealed through sampling are indicative of
conditions throughout the site. The findings are the result of standard assessment techniques used in
accordance with normal practices and standards, and (to the best of Jacobs’ knowledge) they represent a
reasonable interpretation of the current conditions on the site.
Sampling techniques, by definition, cannot determine the conditions between the sample points and so this
report cannot be taken to be a full representation of the sub-surface conditions. This report only provides an
indication of the likely sub surface conditions.
Conditions encountered when site work commences may be different from those inferred in this report, for the
reasons explained in this limitation statement. If site conditions encountered during site works are different from
those encountered during Jacobs’ site investigation, Jacobs reserves the right to revise any of the findings,
observations and conclusions expressed in this report.
The passage of time, manifestation of latent conditions or impacts of future events may require further
examination of the project and subsequent data analysis, and re-evaluation of the data, findings, observations
and conclusions expressed in this report.
In preparing this report, Jacobs has relied upon, and presumed accurate, any information (or confirmation of the
absence thereof) provided by the Client and from other sources. Except as otherwise stated in the report,
Jacobs has not attempted to verify the accuracy or completeness of any such information. If the information is
subsequently determined to be false, inaccurate or incomplete then it is possible that our observations and
conclusions as expressed in this report may change.
Jacobs has prepared this report in accordance with the usual care and thoroughness of the consulting
profession, for the sole purpose described above and by reference to applicable standards, guidelines,
procedures and practices at the date of issue of this report. For the reasons outlined above, however, no other
warranty or guarantee, whether expressed or implied, is made as to the data, observations and findings
expressed in this report, to the extent permitted by law.
This report does not address environmental or geo-environmental issues including the presence of any
contaminants or hazardous materials at the site unless Jacobs was specifically and expressly retained to do so.
This report should be read in full and no excerpts are to be taken as representative of the findings. No
responsibility is accepted by Jacobs for use of any part of this report in any other context.
This report has been prepared on behalf of, and for the exclusive use of, the Client, and is subject to, and
issued in accordance with, the provisions of the contract between Jacobs and the Client. Jacobs accepts no
liability or responsibility whatsoever for, or in respect of, any use of, or reliance upon, this report by any third
party.
0001
1
IS156000-0001-GE-RPT-0001
1.
Introduction
Jacobs has been engaged by Sorell Council to undertake a geotechnical investigation and factual reporting for
tender design phase of the Carlton River Bridge Replacement project in Carlton River. The Carlton River Bridge
is located outside the township of Carlton River, about 15 km south-east of Sorell. The current bridge is a timber
multi-span bridge which spans approximately 60 m across the Carlton River.
It should be noted that the replacement bridge design was unknown at the time of the geotechnical
investigation. That said, we understand that it is likely that piers will be constructed within the Carlton River to
support the new superstructure (i.e. a multi span bridge).
Australian Standard AS 5100 – “Bridge Design” recommends boreholes be drilled at the location of each of the
proposed piers.
The scope of work approved for this geotechnical investigation comprised drilling of boreholes on either side of
the proposed bridge location. No overwater drilling was undertaken as part of this work.
The aim of the geotechnical investigation was to provide geotechnical information on the ground conditions at
the site of the proposed bridge replacement.
Jacobs undertook a field investigation on 24 and 25 May, 2016 which comprised the drilling of two (2) boreholes
adjacent to the existing bridge abutments on either side of the Carlton River. Following the investigation
selected samples collected as part of the investigation were submitted for geotechnical laboratory testing.
This report presents the findings of the geotechnical investigation.
0001
2
IS156000-0001-GE-RPT-0001
2. Site Description
The location of the Carlton River Bridge and photographs taken can be seen within the site location map in
Appendix A. The Carlton River Bridge is located outside the township of Carlton River, about 15 km south-east
of Sorell.
The terrain grades gradually from the north and south towards the low point at the banks of the Carlton River.
The river runs in a predominantly north-east to south-west direction at the location of the existing bridge which
crosses the river approximately perpendicular to the banks of the river.
Some outcropping of rock is visible on the southern slope of the river banks however the site is predominantly
covered by grassed vegetation.
Photo 2.1 and Photo 2.2 show the conditions at the site.
Photo 2.1: Carlton River Bridge looking to the north
0001
3
IS156000-0001-GE-RPT-0001
Photo 2.2: Carlton River Bridge looking to the south
0001
4
IS156000-0001-GE-RPT-0001
3. Geological Setting
3.1
Regional Geology
The Geological Survey of Tasmania (1982), Sorell Map sheet (1:50 000 scale) describes the surface geology
within the site. The map indicates that the project area comprises Jurassic Age Dolerite. Nearby some Tertiary
age Igneous basalt flows and dykes and Quaternary Age alluvium deposits are noted.
An extract from the Sorell Map sheet is shown (not to scale) in Figure 3.1 below. The approximate location of
the bridge site is shown in the figure. The geological units shown in Figure 3.1 are as follows:
-
Jurassic Igneous Rocks (Jdl); Dolerite
-
Tertiary Igneous Rocks (Tb); Basalt flows and dykes
-
Quaternary River Alluvium (Qha); Swamp, marsh, beach and spit deposits
-
Quaternary Windblown (Qhw); Sand deposits
-
Quaternary Talus of Dolerite (Qtd);
Figure 3.1: Extract from Geological Map of Sorell (Geological Survey of Tasmania, 1982)
The findings of the field investigation are generally consistent with the information presented on the geological
map.
0001
IS156000-0001-GE-RPT-0001
4. Subsurface Conditions
4.1
Field Investigation
Two (2) boreholes were drilled at the Carlton River Bridge site adjacent to the existing bridge abutment.
Borehole BH1 was drilled on the southern bank while Borehole BH2 was drilled on the northern bank.
Table 4.1 provides a summary of the geotechnical drilling conducted during the field investigation. A site
location map showing the location of boreholes is included in Appendix A
The boreholes were proposed to be drilled to a depth of at least 15 m below ground surface.
Time restraints as a result of difficult drilling conditions in the fill material at Borehole BH01 and shorter daylight
hours in winter meant this borehole was terminated at 12 m below ground surface level.
The borehole drilling was coordinated by a geotechnical engineer from Jacobs who described the materials
encountered, directed in-situ testing and selected samples for classification and strength testing.
The borehole locations were positioned using a hand-held GPS device, with nominal accuracy of +/- 10m. No
surface elevation was recorded the site.
Table 4.1: Summary of boreholes drilled during the geotechnical investigation
Hole ID
Location
Easting
Northing
Inferred Surface RL
(mAHD)
Termination
depth (m bgl)
BH01
Southern bank
557207
5253261
N/A
12.0
BH02
Northern bank
557259
5253203
N/A
15.46
Ground conditions at the Carlton River Bridge site are presented on the borehole logs together with
photographs of the rock core provided in Appendix B.
The ground conditions at the site generally comprise the following units:
Unit 1 – FILL: Silty GRAVEL
Loose and moist fill was encountered from the surface in both boreholes. The fill comprised Silty GRAVEL,
brown, fine to medium gravel and was approximately 0.4 m thick. The gravel was typically of loose density at
the locations investigated.
Unit 2A – FILL: COBBLES
Beneath the Unit 1 fill another layer of fill was encountered. This material comprised highly to slightly weathered
dolerite COBBLES, dark grey in colour, with some coarse dolerite gravel.
Unit 2B – FILL: Sandy CLAY
In Borehole BH2 a layer of stiff and moist sandy CLAY was encountered interbedded with the cobble fill
material. The clay was of high plasticity, brown & grey/brown, fine to medium sand.
Unit 3 – DOLERITE
Beneath the various layers of fill material Dolerite rock was encountered. The rock is described as being
moderately weathered to fresh and dark grey to blue/grey in colour.
The depths of each unit type are summarised in Table 4.2 below.
0001
IS156000-0001-GE-RPT-0001
Table 4.2 : Summary of geological units encountered in boreholes BH1 and BH2
Material Unit
Description
Unit 1 – Fill
FILL: Silty GRAVEL
Unit 2A – Fill
FILL: COBBLES
Depths encountered in each borehole (m bgl)
BH01
BH02
0 to 0.4
0 to 0.4
0.4 to 4.53
0.4 to 1.3
And
2.18 to 5.5
Unit 2B – Fill
FILL: Sandy CLAY
Unit 3 – Dolerite
DOLERITE
N/A
1.3 to 2.18
4.73 to 12.3*
5.5 to 15.46*
N/A –unit not encountered
* – Borehole termination depth
4.2
Groundwater
Groundwater was not encountered to the depths at which auger drilling was undertaken (bottom of Unit 1).
Water was added as a drilling fluid to core the cobbles (Unit 2) and dolerite rock (Unit 3) and as such no
observation on the presence of water was made below the depth of the auger drilling at each location.
4.3
Unit 2A Cobbles Fill
Photographs of the existing bridge abutment and embankments and surrounding area are included as Photos
4.1 to 4.3 in this section of the report. The photos show the presence of the cobbles fill within and adjacent to
the existing bridge abutments and have been provided for information only.
The Unit 2A fill material was also visible from the southern bridge abutment, upslope to the intersection at
Sugarloaf and Primrose Sands Roads (see Photo 4.2).
The slopes of the Carlton River Bridge fill embankments were observed to be steeper than slope of the regions
terrain.
The location of the photographs taken at the Carlton River Bridge site can be seen in a map within Appendix A.
0001
IS156000-0001-GE-RPT-0001
Photo 4.1: Carlton River Bridge southern abutment
Photo 4.2: Carlton River Bridge southern abutment taken from Primrose Sands Road
0001
IS156000-0001-GE-RPT-0001
Photo 4.3: Carlton River Bridge northern abutment
0001
IS156000-0001-GE-RPT-0001
5. Laboratory Testing
Samples from the geotechnical investigation were consigned for laboratory testing at the NATA accredited Bamford Rock Testing Services rock laboratory based in North
Melbourne, Victoria. Table 5.1 summarises the results of the laboratory testing. The laboratory test certificates are provided in Appendix C.
Table 5.1 : Summary of laboratory test results
Borehole
ID
Sample
Depth
Axial Point-Load
Index IS(50)
Moisture
Content
Density:
Wet
Density:
Dry
Uniaxial Compressive
Strength (UCS)
(m)
MPa
(%)
kg/m3
kg/m3
MPa
BH01
6.43 - 6.50
BH01
7.11 - 7.21
BH01
7.73 - 7.87
BH01
9.48 - 9.58
BH01
10.86 - 11.00
BH01
11.78 - 11.93
BH01
8.18 - 8.36
BH01
9.82 - 10.00
BH01
11.18 - 11.38
BH02
5.77 - 6.00
BH02
6.67 - 6.77
BH02
10.32 - 10.47
BH02
11.55 - 11.65
BH02
12.06 - 12.21
BH02
13.0 - 13.22
BH02
8.22 - 8.47
BH02
9.11 - 9.41
BH02
13.97 - 14.18
‘- ’ laboratory test not undertaken
0001
UCS (Standardised
for 50mm diameter
& 1:1 shape)
MPa
Mode of
Failure
Inferred Strength
Class (AS1726)
-
-
2.01
-
-
-
-
-
H
13.64
-
-
-
-
-
11.55
-
-
-
-
-
EH
EH
0.02
-
-
-
-
-
EL
0.11
-
-
-
-
-
VL to L
6.93
-
-
-
-
-
VH
Rough shear
at 42° to axis.
Rough shear
at 20° to axis.
Rough shear
at 25° to axis.
18.11
2353
1992
17.47
23.08
29.59
1968
1518
1.00
1.17
29.92
2042
1572
0.42
0.42
3.79
-
-
-
-
-
VH
4.93
-
-
-
-
-
VH
7.43
-
-
-
-
-
VH
4.41
-
-
-
-
-
VH
6.07
-
-
-
-
-
VH
6.89
-
-
-
-
-
-
3.46
2670
2581
42.44
55.06
-
-
1.96
2742
2690
128.52
174.64
0.77
2838
2816
44.94
60.90
M to H
L
EL
VH
Axial cleavage.
Shear at 22° to
axis.
Axial cleavage.
H
VH
H
IS156000-0001-GE-RPT-0001
6. Summary
A geotechnical Investigation was undertaken adjacent to the existing Carlton River Bridge site proposed for
future bridge replacement.
Two (2) boreholes were drilled at the Carlton River Bridge site adjacent to the existing bridge abutments. The
boreholes (BH1 and BH2) were drilled to depths of 12 m and 15.4 m below ground surface respectively.
Ground conditions at the site comprised a layer of sandy gravel fill over, cobbles fill (highly to slightly weathered
dolerite), overlying natural moderately weathered to fresh dolerite rock.
The presence of cobbles fill was observed on the surface within and adjacent to the existing bridge abutment.
Samples from the geotechnical investigation were consigned for laboratory testing Bamford Rock Testing
Services. Rock strengths of generally high to very high with some extremely high rock strength have been
inferred based on Axial Point-Load Strength Index Is(50) and Uniaxial Compressive Strength testing.
0001
IS156000-0001-GE-RPT-0001
7. References
Geological Survey of Tasmania (1982), 1:50,000 Sorell Map sheet
0001
IS156000-0001-GE-RPT-0001
Appendix A. Site Location Map
0001
Carlton River Bridge Location Map
Legend
[
Site Investigation Boreholes
Site Investigation Photos
BH01
r
Photo 2.1
Ca
rlto
nR
ive
Photo 4.3
Ä
Photo 2.1
Å
Photo 2.2
Ä
Photo 4.1
Å
Photo 4.2
Å
Photo 4.3
Su
rlo
ga
af
ad
Ro
Photo 4.1
Photo 2.2
Re
ar
do
ns
Ro
ad
BH02
Photo 4.2
0
5
10
oa
a
Ro
Pr i
mr
os
eS
d
an
d
Locality Map
0
5
10
20
1:500
Metres
GDA 1994 MGA Zone 55
am
sR
±
lh
Fu
d
kilometres
COPYRIGHT: This document is the property of Sorell Council.
Use or copying of the document in whole or in part without the written
permission of Sorell Council constitutes an infringement of copyright.
This document was prepared for Sorell Council by Jacobs Group
(Australia) Pty. Ltd.
Jacobs Group (Australia) Pty. Ltd. does not warrant that this document is
definitive, nor free of error and does not accept liability for any loss caused
or arising from reliance upon information provided herein.
Source: Esri, DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX, Getmapping,
Aerogrid, IGN, IGP, swisstopo, and the GIS User Community, Sources: Esri, DeLorme, USGS, NPS
Document Path: I:\WCMS\110\GEM_02_03\Geotechnical\@Projects\@Projects 2016\Carlton River Bridge Duplication - Hobart\Spatial\ArcGIS\Carlton_River_Bridge_Location_Map_V2.mxd
Date Published: 25 Jul 2016
IS156000-0001-GE-RPT-0001
Appendix B. Borehole Logs
0001
HOLE NO: BH01
SOIL LOG
JOB NO : IS156000
PAGE : 1 OF 4
SURFACE ELEVATION :
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
CONTRACTOR : KMR Drilling
DIP / AZIMUTH : 90°
DATE DRILLED : 24/5/16 to 24/5/16
LOGGED BY : SH
STANDARD : AS1726-1993
CHECKED BY : DG
AD/T
FILL: Silty GRAVEL (GM):
Brown, fine-medium gravel (3-10mm), well graded, low sphericity, angular,
low liquid limit silt, with some medium-coarse sand
MOISTURE
MATERIAL DESCRIPTION
Soil Type, Colour, Plasticity or Particle Characteristic
Secondary and Minor Components
CONSISTENCY /
DENSITY
GRAPHIC
LOG
RL (m)
DEPTH (m)
SAMPLES &
SPT DATA
% Fines
Atterberg
Limits
Dry Density
LAB DATA
Moisture Content
DRILLING &
WATER
DETAIL
PROJECT : Calton
CarltonRiver
River
Bridge
Duplication
Calton
Bridge
Replacement
River
Bridge
POSITION : Replacement
E: 557207, N: 5253261 (55 MGA94)
M
L
COMMENTS
Field Test Data
& Other Observations
With some moderately weathered fine-medium dolerite gravel (3-10mm),
low sphericity, angular, black, slightly vesicular (1-5mm)
0.40m
Continued as Cored Borehole
0.5
1.0
1.5
JACOBS AGS REV04 (WORKING).GLB Log SKM SOIL LOG CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:31
2.0
2.5
3.0
3.5
4.0
4.5
HA
SFA
WB
RR
AH
DRILLING
Hand Auger
HQ HQ Coring
Solid Flight Auger NQ NQ Coring
Washbore
PQ PQ Coring
Rock Rolling
NMLC NMLC Coring
Air Hammer
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
SAMPLES & FIELD TESTS
D Disturbed Sample
SPT SPT Sample
B Bulk Sample
U Undisturbed Tube Sample
ES Env Soil Sample
W Water Sample
EW Env Water Sample
PP Hand Penetrometer
MOISTURE CONDITION
SV Hand Vane Shear
D = Dry M = Moist W = Wet
(P: Peak Su R: Residual Su)
N SPT blows per 300mm
HW SPT penetration by hammer weight
RW SPT penetration by rod weight
VL
L
MD
D
VD
DENSITY (N-value)
Very Loose
0-4
Loose
4 - 10
Medium Dense 10 - 30
Dense
30 - 50
Very Dense
50 - 100
CONSISTENCY (Su) {N-value}
VS Very Soft
< 12 kPa {0-2}
S
Soft
12 - 25 {2-4}
F
Firm
25 - 50 {4-8}
St
Stiff
50 - 100 {8-15}
VSt Very Stiff
100 - 200 {15-30}
H
Hard
> 200 kPa {>30}
File: IS156000 BH01 Page 1 OF 4
HOLE NO: BH01
ROCK LOG
DIP / AZIMUTH : 90°
DATE DRILLED : 24/5/16 to 24/5/16
DRILLING
LOGGED BY : SH
STANDARD : AS1726-1993
CHECKED BY : DG
type, orientation, planarity, roughness,
coating, thickness and additional
observations
1000
100
10
Is(50)
NATURAL
FRACTURE
(mm)
1
-3
-1
-0.3
-0.1
-10
EH
VH
H
M
L
VL
-0.03
- Axial
- Diametral
EL
Weathering
DEFECTS & COMMENTS
DEFECTS
ESTIMATED STRENGTH
Is(50)
UCS (ITS)
MATERIAL
DESCRIPTION
ROCK TYPE : Colour, Grain size, Structure
(texture, fabric, mineral composition, hardness
alteration, cementation, major defect type)
GRAPHIC
LOG
DRILL
DEPTH
RL (m)
CONTRACTOR : KMR Drilling
DEPTH (m)
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
FIELD TESTS
PAGE : 2 OF 4
SURFACE ELEVATION :
TCR/RQD
JOB NO : IS156000
DRILLING &
WATER
DETAIL
PROJECT : Calton
Carlton River
Bridge
Duplication
River
Bridge
POSITION : Replacement
E: 557207, N: 5253261 (55 MGA94)
START CORING AT 0.40m
Run 1
100%
TCR
FILL: COBBLES:
Moderately weathered dolerite cobbles, low sphericity, sub-angular
to angular, dark grey & black, dense (negligible vesicles), with some
coarse dolerite gravel, low sphericity, sub-angular to angular
Dark grey & brown, dense (negligible vesicles), trace iron staining
0.5
0%
RQD
0.60
Run 2
72%
TCR
0%
RQD
1.0
CORE LOSS 0.07m (1.00-1.07)
FILL: COBBLES:
Slightly weathered dolerite cobbles, low sphericity, angular, dark
grey, dense (negligible vesicles), with some coarse dolerite gravel,
low sphericity, angular
1.20
CORE LOSS 0.50m (1.20-1.70)
1.5
Run 3
37%
TCR
0%
RQD
2.00
Run 4
FILL: COBBLES:
Slightly weathered dolerite cobbles, low sphericity, sub-angular to
angular, dark grey, dense (negligible vesicles), trace iron staining,
with some coarse dolerite gravel, low sphericity, sub-angular to
angular
2.0
100%
TCR
0%
RQD
HQ3
JACOBS AGS REV04 (WORKING).GLB Log SKM ROCK CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:28
2.50
Run 5
2.5
2.60
100%
TCR
CORE LOSS 0.80m (2.60-3.40)
0%
RQD
Run 6
11%
TCR
3.0
0%
RQD
3.50
Run 7
FILL: COBBLES:
Slightly weathered dolerite cobbles, low sphericity, angular, dark
grey, dense (negligible vesicles), trace iron staining, with some
coarse dolerite gravel, low sphericity, angular
3.5
38%
TCR
SPT
150/100/12/22*/- *HB
0%
RQD
3.90
Run 8
Run 9
4.00
100%
TCR
FILL: COBBLES:
Slightly weathered dolerite cobbles, low sphericity, sub-angular,
dark grey, dense (negligible vesicles), trace iron staining, with some
coarse dolerite gravel, low sphericity, sub-angular
4.0
CORE LOSS 0.53m (4.00-4.53)
0%
RQD
0%
TCR
0%
RQD
4.40
4.5
FILL: COBBLES:
Slightly weathered dolerite cobbles, low sphericity, sub-angular,
dark grey, dense (negligible vesicles), trace iron staining, with some
coarse dolerite gravel, low sphericity, sub-angular
89%
TCR
0%
RQD
DRILLING
HQ
NMLC NMLC Coring
PQ
NQ NQ Coring
DOLERITE:
Dark grey, dense (negligible vesicles), trace of iron staining on joint
surfaces
HQ Coring
PQ Coring
TCR % core run recovered
RQD % core run > 100mm long
(rock fraction only measured)
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
WEATHERING
DEFECT ABBREVIATIONS
F Fresh
SW Slightly weathered
MR Moderatley weathered
EW Extremely weathered
PHOTOGRAPHS
NOTES
YES
SW
NO
TYPE
CS Crushed Seam
CZ Crushed Zone
DB Drill Break
JT Joint
IS Infilled Seam
SZ Shear Zone
VN Vein
BP Bedding Plane
COATING
CN Clean
CT Coating
SN Stain
VR Veneer
PLANARITY
CU Curved
IR Irregular
PR Planar
ST Stepped
UN Undulated
ROUGHNESS
POL POLISHED
RF Rough
SM Smooth
SL Slickensided
ROCK STRENGTH (Is50 MPa)
0-0.03 Extremely Low (EL)
0.03-0.1 Very Low (VL)
0.1-0.3 Low (L)
0.3-1.0 Medium (M)
1.0-3.0 High (H)
3.0-10 Very High (VH)
> 10
Extremely High (EH)
File: IS156000 BH01 2 OF 4
HOLE NO: BH01
ROCK LOG
DIP / AZIMUTH : 90°
DATE DRILLED : 24/5/16 to 24/5/16
DRILLING
LOGGED BY : SH
STANDARD : AS1726-1993
Run 10
CHECKED BY : DG
HB 40°
HB 0°
JT 10° Fe SN PR RF
JT 0° Fe SN PR RF Healed
joint
JT 10° Fe SN PR RF
JT 0° Fe SN PR RF 4 JT,
1-3mm spacing
JT 0° Fe SN ST RF
JT 0° Fe SN PR RF 4 JT,
0-30 degrees, 2-4mm
spacing
JT 50° Fe SN IR RF
CS 0° Fe SN IR RF
CS 0° Fe SN IR RF
SW
89%
TCR
0%
RQD
5.5
5.60
Run 11
type, orientation, planarity, roughness,
coating, thickness and additional
observations
1000
100
10
Is(50)
NATURAL
FRACTURE
(mm)
1
-3
-1
-0.3
-0.1
-10
EH
VH
H
M
L
VL
-0.03
- Axial
- Diametral
EL
Weathering
DOLERITE:
Dark grey, dense (negligible vesicles), trace of iron staining on joint
surfaces (continued)
DEFECTS & COMMENTS
DEFECTS
ESTIMATED STRENGTH
Is(50)
UCS (ITS)
MATERIAL
DESCRIPTION
ROCK TYPE : Colour, Grain size, Structure
(texture, fabric, mineral composition, hardness
alteration, cementation, major defect type)
GRAPHIC
LOG
DRILL
DEPTH
RL (m)
CONTRACTOR : KMR Drilling
DEPTH (m)
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
FIELD TESTS
PAGE : 3 OF 4
SURFACE ELEVATION :
TCR/RQD
JOB NO : IS156000
DRILLING &
WATER
DETAIL
PROJECT : Calton
Carlton River
Bridge
Duplication
River
Bridge
POSITION : Replacement
E: 557207, N: 5253261 (55 MGA94)
100%
TCR
0%
RQD
6.00
Run 12
Run 13
CS 0° Fe SN IR RF
0%
RQD
6.30
100%
TCR
0%
RQD
6.50
Run 14
6.0
100%
TCR
6.5
60%
TCR
0%
RQD
7.00
Run 15
Is(50)
a=2.01
MPa
CORE LOSS 0.20m (6.50-6.70)
DOLERITE:
Dark grey & brown, dense (negligible vesicles), trace iron staining
on joint surfaces
MW
to
SW
Dark grey, dense (negligible vesicles)
SW
Becoming brown, trace iron staining on joint surfaces
MW
CS 0° Fe SN IR RF
7.0
100%
TCR
JT 0° CN PR RF
Is(50)
a=13.64
MPa
JT 0° CN PR RF
JT 80° CN PR RF
20%
RQD
JACOBS AGS REV04 (WORKING).GLB Log SKM ROCK CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:28
HQ3
7.50
JT 0° CN PR RF
7.5
CS 0° Clay CT IR RF
Dark grey, highly vesicular (1-5mm vesicles), trace calcite in
vesicles
JT 45° CN PR RF
JT 45° CN PR RF
Is(50)
a=11.55
MPa
SW
JT 10° CN PR RF
JT 45° CN IR RF
8.0
Run 16
UCS
17.47
MPa
95%
TCR
Yellow/brown, non-vesicular (1mm vesicles)
44%
RQD
CS 0° Clay CT IR RF
EW
CS 0° Clay CT IR RF
8.5
CORE LOSS 0.08m (8.52-8.60)
EW
to
HW
DOLERITE:
Yellow/brown, non-vesicular (1mm vesicles)
Brown, dense (negligible vesicles)
Yellow/brown, non-vesicular (1mm vesicles)
Dark red/brown, slightly vesicular (1mm vesicles)
CS 45° Clay CT IR RF
HW
EW
CS 75° CN IR RF
HW
9.0
9.20
Yellow/brown, non-vesicular (1mm vesicles)
CS 30° Clay CT IR RF
EW
Extremely weathered seam,
breaks when handled, soil
like properites
Is(50)
a=0.02
MPa
9.5
85%
TCR
DOLERITE:
Dark green, non-vesicular (1mm vesicles), inferred weathered
olivine mineral
27%
RQD
HW
JT 45° CN PR RF
JT 10° CN PR RF
UCS
1
MPa
Run 17
DRILLING
HQ
NMLC NMLC Coring
PQ
NQ NQ Coring
HQ Coring
PQ Coring
TCR % core run recovered
RQD % core run > 100mm long
(rock fraction only measured)
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
WEATHERING
DEFECT ABBREVIATIONS
F Fresh
SW Slightly weathered
MR Moderatley weathered
EW Extremely weathered
PHOTOGRAPHS
NOTES
YES
NO
TYPE
CS Crushed Seam
CZ Crushed Zone
DB Drill Break
JT Joint
IS Infilled Seam
SZ Shear Zone
VN Vein
BP Bedding Plane
COATING
CN Clean
CT Coating
SN Stain
VR Veneer
PLANARITY
CU Curved
IR Irregular
PR Planar
ST Stepped
UN Undulated
ROUGHNESS
POL POLISHED
RF Rough
SM Smooth
SL Slickensided
ROCK STRENGTH (Is50 MPa)
0-0.03 Extremely Low (EL)
0.03-0.1 Very Low (VL)
0.1-0.3 Low (L)
0.3-1.0 Medium (M)
1.0-3.0 High (H)
3.0-10 Very High (VH)
> 10
Extremely High (EH)
File: IS156000 BH01 3 OF 4
HOLE NO: BH01
ROCK LOG
DATE DRILLED : 24/5/16 to 24/5/16
DRILLING
LOGGED BY : SH
STANDARD : AS1726-1993
CHECKED BY : DG
JT 10° Clay CT IR RF
CS 80° Clay CT IR RF
CORE LOSS 0.22m (10.21-10.43)
85%
TCR
27%
RQD
DOLERITE:
Dark green & brown, slightly vesicular (1mm vesicles), inferred
weathered olivine mineral
10.5
CS 60° Clay CT IR RF
JT 45° CN IR RF
HW
CS 0° Clay FILLED IR RF
10.70
Non-vesicular (1mm vesicles)
11.0
100%
TCR
JT 40° CN PR RF
JT 0° CN PR RF
JT 50° CN PR RF
Is(50)
a=0.11
MPa
Dark grey & dark green, slightly vesicular (1mm vesicles), trace
calcite in vesicles
HQ3
Run 18
HW
to
MW
JT 15° CN IR RF
JT 0° CN PR RF
UCS
0.42
MPa
JT 30° CN IR RF
JT 70° CN CU RF Healed
joint
CS 30° Clay VR PR RF
JT 40° CN PR RF
11.5
16%
RQD
Dark grey & green, highly vesicular (1mm vesicles), trace calcite in
vesicles, with some olivine and pyroxene minerals
Dark green, non-vesicular (1mm vesicles), inferred weathered
olivine mineral
12.0
SW
JT 10° CN IR RF
JT 40° Clay CT IR RF
CS 15° Clay CT IR RF
JT 45° CN PR RF
Is(50)
a=6.93
MPa
JT 45° CN PR RF
JT 45° CA CT IR RF
JT 0° CA CT IR RF
JT 35° CA CT IR RF
CS 0° CN IR RF
HW
to
MW
CS 0° CN IR RF
12.30
Borehole terminated at 12.30m.
Target depth.
Groundwater not observed.
12.5
JACOBS AGS REV04 (WORKING).GLB Log SKM ROCK CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:28
type, orientation, planarity, roughness,
coating, thickness and additional
observations
1000
100
10
Is(50)
NATURAL
FRACTURE
(mm)
1
-10
-3
-1
-0.3
-0.1
UCS (ITS)
EH
VH
H
M
-0.03
SW
- Axial
- Diametral
L
DOLERITE:
Dark grey & green, highly vesicular (1mm vesicles), with some
olivine and pyroxene minerals
DEFECTS & COMMENTS
DEFECTS
ESTIMATED STRENGTH
Is(50)
VL
DESCRIPTION
ROCK TYPE : Colour, Grain size, Structure
(texture, fabric, mineral composition, hardness
alteration, cementation, major defect type)
Weathering
MATERIAL
EL
DRILL
DEPTH
GRAPHIC
LOG
DIP / AZIMUTH : 90°
RL (m)
CONTRACTOR : KMR Drilling
DEPTH (m)
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
FIELD TESTS
PAGE : 4 OF 4
SURFACE ELEVATION :
TCR/RQD
JOB NO : IS156000
DRILLING &
WATER
DETAIL
PROJECT : Calton
Carlton River
Bridge
Duplication
River
Bridge
POSITION : Replacement
E: 557207, N: 5253261 (55 MGA94)
13.0
13.5
14.0
14.5
DRILLING
HQ
NMLC NMLC Coring
PQ
NQ NQ Coring
HQ Coring
PQ Coring
TCR % core run recovered
RQD % core run > 100mm long
(rock fraction only measured)
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
WEATHERING
DEFECT ABBREVIATIONS
F Fresh
SW Slightly weathered
MR Moderatley weathered
EW Extremely weathered
PHOTOGRAPHS
NOTES
YES
NO
TYPE
CS Crushed Seam
CZ Crushed Zone
DB Drill Break
JT Joint
IS Infilled Seam
SZ Shear Zone
VN Vein
BP Bedding Plane
COATING
CN Clean
CT Coating
SN Stain
VR Veneer
PLANARITY
CU Curved
IR Irregular
PR Planar
ST Stepped
UN Undulated
ROUGHNESS
POL POLISHED
RF Rough
SM Smooth
SL Slickensided
ROCK STRENGTH (Is50 MPa)
0-0.03 Extremely Low (EL)
0.03-0.1 Very Low (VL)
0.1-0.3 Low (L)
0.3-1.0 Medium (M)
1.0-3.0 High (H)
3.0-10 Very High (VH)
> 10
Extremely High (EH)
File: IS156000 BH01 4 OF 4
1.0m
2.0m
0.0m
1.0m
3.0m
2.0m
4.0m
3.0m
7.0m
8.0m
6.0m
7.0m
5.0m
6.0m
4.0m
5.0m
BH01, Box 1, 0.4 to 4.0m
12.0m
11.0m
11.0m
10.0m
9.0m
10.0m
8.0m
9.0m
BH01, Box 2, 4.0 to 8.0m
BH01, Box 3, 8.0 to 12.0m
Sorrel
Carlton
River Bridge
Tender
CarltonCouncil
River Bridge
Replacment
Sorrel
Council
Geotechnical Investigation
IS156000
24/05/2016 to 24/05/2016
BH01
13.0m
12.0m
BH01, Box 4, 12.0 to 12.3m
Sorrel
Carlton
River Bridge
Tender
CarltonCouncil
River Bridge
Replacment
Sorrel
Council
Geotechnical Investigation
IS156000
24/05/2016 to 24/05/2016
BH01
HOLE NO: BH02
SOIL LOG
JOB NO : IS156000
PAGE : 1 OF 5
SURFACE ELEVATION :
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
CONTRACTOR : KMR Drilling
DIP / AZIMUTH : 90°
DATE DRILLED : 25/5/16 to 25/5/16
LOGGED BY : SH
STANDARD : AS1726-1993
CHECKED BY : DG
MOISTURE
CONSISTENCY /
DENSITY
GRAPHIC
LOG
RL (m)
DEPTH (m)
SAMPLES &
SPT DATA
% Fines
Atterberg
Limits
Dry Density
Moisture Content
LAB DATA
FILL: Silty GRAVEL (GM):
Brown, fine-medium gravel (3-10mm), well graded, low sphericity, angular,
low liquid limit silt, with fine-coarse sand
M
L
FILL: COBBLES
Slightly weathered dolerite cobbles, low sphericity, sub-angular, dark grey,
dense (negligible vesicles), trace low plasticity clay, trace iron staining
D
MD to
D
MATERIAL DESCRIPTION
Soil Type, Colour, Plasticity or Particle Characteristic
Secondary and Minor Components
AD/T
DRILLING &
WATER
DETAIL
PROJECT : Calton
CarltonRiver
RiverBridge
BridgeReplacement
Duplication
POSITION : E: 557259, N: 5253203 (55 MGA94)
0.40: Sudden auger refusal
0.40: to 1.3: Casing advanced to 1.3m to
reduce cave in
PQ
0.5
COMMENTS
Field Test Data
& Other Observations
1.0
1.30m
Continued as Cored Borehole
1.5
JACOBS AGS REV04 (WORKING).GLB Log SKM SOIL LOG CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:31
2.0
2.5
3.0
3.5
4.0
4.5
HA
SFA
WB
RR
AH
DRILLING
Hand Auger
HQ HQ Coring
Solid Flight Auger NQ NQ Coring
Washbore
PQ PQ Coring
Rock Rolling
NMLC NMLC Coring
Air Hammer
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
SAMPLES & FIELD TESTS
D Disturbed Sample
SPT SPT Sample
B Bulk Sample
U Undisturbed Tube Sample
ES Env Soil Sample
W Water Sample
EW Env Water Sample
PP Hand Penetrometer
MOISTURE CONDITION
SV Hand Vane Shear
D = Dry M = Moist W = Wet
(P: Peak Su R: Residual Su)
N SPT blows per 300mm
HW SPT penetration by hammer weight
RW SPT penetration by rod weight
VL
L
MD
D
VD
DENSITY (N-value)
Very Loose
0-4
Loose
4 - 10
Medium Dense 10 - 30
Dense
30 - 50
Very Dense
50 - 100
CONSISTENCY (Su) {N-value}
VS Very Soft
< 12 kPa {0-2}
S
Soft
12 - 25 {2-4}
F
Firm
25 - 50 {4-8}
St
Stiff
50 - 100 {8-15}
VSt Very Stiff
100 - 200 {15-30}
H
Hard
> 200 kPa {>30}
File: IS156000 BH02 Page 1 OF 5
HOLE NO: BH02
ROCK LOG
DIP / AZIMUTH : 90°
DATE DRILLED : 25/5/16 to 25/5/16
DRILLING
LOGGED BY : SH
STANDARD : AS1726-1993
CHECKED BY : DG
type, orientation, planarity, roughness,
coating, thickness and additional
observations
1000
100
10
Is(50)
NATURAL
FRACTURE
(mm)
1
-3
-1
-0.3
-0.1
-10
EH
VH
H
M
L
VL
-0.03
- Axial
- Diametral
EL
Weathering
DEFECTS & COMMENTS
DEFECTS
ESTIMATED STRENGTH
Is(50)
UCS (ITS)
MATERIAL
DESCRIPTION
ROCK TYPE : Colour, Grain size, Structure
(texture, fabric, mineral composition, hardness
alteration, cementation, major defect type)
GRAPHIC
LOG
DRILL
DEPTH
RL (m)
CONTRACTOR : KMR Drilling
DEPTH (m)
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
FIELD TESTS
PAGE : 2 OF 5
SURFACE ELEVATION :
TCR/RQD
JOB NO : IS156000
DRILLING &
WATER
DETAIL
PROJECT : Calton
Carlton River
Bridge
Duplication
River
Bridge
POSITION : Replacement
E: 557259, N: 5253203 (55 MGA94)
0.5
1.0
START CORING AT 1.30m
FILL: Sandy CLAY (CH):
High plasticity, stiff, moist, brown & grey/brown, fine-medium sand,
trace extremely weathered fine dolerite gravel (3mm), low
sphericity, angular
1.5
Run 1
100%
TCR
0%
RQD
2.0
FILL: COBBLES
Highly to moderately weathered dolerite cobbles, low sphericity,
sub-rounded, brown & grey/brown, dense (negligible vesicles), with
some iron staining, with some high plasticity clay
2.30
CORE LOSS 0.29m (2.30-2.59)
65%
TCR
FILL: COBBLES:
Highly to moderately weathered dolerite cobbles, low sphericity,
sub-angular, brown & dark grey, dense (negligible vesicles), with
some iron staining, with some coarse dolerite gravel, low sphericity,
sub-angular
0%
RQD
2.90
CORE LOSS 0.50m (2.90-3.40)
3.0
HQ3
JACOBS AGS REV04 (WORKING).GLB Log SKM ROCK CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:28
2.5
Run 2
Run 3
37%
TCR
0%
RQD
FILL: COBBLES:
Highly to moderately weathered dolerite cobbles, low sphericity,
sub-angular, brown & dark grey, dense (negligible vesicles), with
some iron staining, with some coarse dolerite gravel, low sphericity,
sub-angular
3.5
3.70
CORE LOSS 0.68m (3.70-4.38)
4.0
Run 4
38%
TCR
0%
RQD
FILL: COBBLES:
Highly to moderately weathered dolerite cobbles, low sphericity,
sub-angular, brown & dark grey, dense (negligible vesicles), with
some iron staining, with some coarse dolerite gravel, low sphericity,
sub-angular
4.5
4.80
100%
TCR
0%
DRILLING
HQ
NMLC NMLC Coring
PQ
NQ NQ Coring
HQ Coring
PQ Coring
TCR % core run recovered
RQD % core run > 100mm long
(rock fraction only measured)
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
WEATHERING
DEFECT ABBREVIATIONS
F Fresh
SW Slightly weathered
MR Moderatley weathered
EW Extremely weathered
PHOTOGRAPHS
NOTES
YES
NO
TYPE
CS Crushed Seam
CZ Crushed Zone
DB Drill Break
JT Joint
IS Infilled Seam
SZ Shear Zone
VN Vein
BP Bedding Plane
COATING
CN Clean
CT Coating
SN Stain
VR Veneer
PLANARITY
CU Curved
IR Irregular
PR Planar
ST Stepped
UN Undulated
ROUGHNESS
POL POLISHED
RF Rough
SM Smooth
SL Slickensided
ROCK STRENGTH (Is50 MPa)
0-0.03 Extremely Low (EL)
0.03-0.1 Very Low (VL)
0.1-0.3 Low (L)
0.3-1.0 Medium (M)
1.0-3.0 High (H)
3.0-10 Very High (VH)
> 10
Extremely High (EH)
File: IS156000 BH02 2 OF 5
HOLE NO: BH02
ROCK LOG
DIP / AZIMUTH : 90°
DATE DRILLED : 25/5/16 to 25/5/16
DRILLING
LOGGED BY : SH
STANDARD : AS1726-1993
Run 5
0%
RQD
Run 6
5.5
1000
100
10
Is(50)
1
-10
-3
-1
-0.3
-0.1
-0.03
UCS (ITS)
EH
VH
H
M
L
VL
Weathering
EL
type, orientation, planarity, roughness,
coating, thickness and additional
observations
JT 45° Fe SN PR SM
IS 45° Clay FILLED PR RF
JT 45° Clay CT IR RF
DOLERITE:
Dark grey, highly vesicular (1-5mm vesicles)
SW
CS 0° CN IR RF
CORE LOSS 0.15m (5.60-5.75)
DOLERITE:
Dark grey, highly vesicular (1-5mm vesicles)
50%
RQD
Run 7
- Axial
- Diametral
NATURAL
FRACTURE
(mm)
Highly becoming moderately weathered, brown & grey becoming
dark grey, dense (negligible vesicles)
70%
TCR
6.00
DEFECTS & COMMENTS
DEFECTS
ESTIMATED STRENGTH
Is(50)
FILL: COBBLES:
Highly to moderately weathered dolerite cobbles, low sphericity,
sub-angular, brown & dark grey, dense (negligible vesicles), with
some iron staining, with some coarse dolerite gravel, low sphericity,
sub-angular (continued)
100%
TCR
5.50
CHECKED BY : DG
MATERIAL
DESCRIPTION
ROCK TYPE : Colour, Grain size, Structure
(texture, fabric, mineral composition, hardness
alteration, cementation, major defect type)
GRAPHIC
LOG
DRILL
DEPTH
RQD
RL (m)
CONTRACTOR : KMR Drilling
DEPTH (m)
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
FIELD TESTS
PAGE : 3 OF 5
SURFACE ELEVATION :
TCR/RQD
JOB NO : IS156000
DRILLING &
WATER
DETAIL
PROJECT : Calton
Carlton River
Bridge
Duplication
River
Bridge
POSITION : Replacement
E: 557259, N: 5253203 (55 MGA94)
6.0
Dark blue/grey, slightly vesicular (1-5mm vesicles), trace olivine in
vesicles and joints
100%
TCR
Is(50)
a=3.79
MPa
SW
F
JT 0° CN PR RF
JT 15° CN PR RF
JT 0° CN PR RF
JT 55° Clay CT PR RF
30%
RQD
6.33
Slightly vesicular (1-5mm vesicles), trace calcite and olivine in
vesicles and joints
JT 30° Clay CT IR RF
JT 10° CN IR RF
6.5
JT 10° CN PR RF
Run 8
Is(50)
a=4.93
MPa
100%
TCR
JT 40° CN IR RF
81%
RQD
HB 25°
HB 75°
HB 0°
7.0
DB 5°
JACOBS AGS REV04 (WORKING).GLB Log SKM ROCK CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:28
HQ3
7.35
7.5
7.60 to 7.70: Iron staining on core surface
JT 40° CN IR RF
JT 0° CA CT IR RF Healed
joint
JT 0° CN PR RF
JT 80° CN IR RF
MW
F
8.0
Run 9
HB 0°
CS 0° CN IR RF
JT 90° CN PR RF
JT 0° CN PR RF
JT 0° Fe SN PR RF
Slightly vesicular (1-15mm vesicles), trace calcite in vesicles and
joints
100%
TCR
UCS
55.06
MPa
78%
RQD
JT 15° CN PR RF
8.5
JT 10° CN IR RF
JT 5° CN PR RF
DB 0°
9.00
9.0
JT 0° CN PR RF
JT 10° CN PR RF
UCS
174.64
MPa
100%
TCR
JT 25° CN PR RF
JT 60° CN PR RF
JT 0° CN IR RF
JT 45° CN PR RF
9.5
Run 10 30%
RQD
JT 5° CN PR RF
JT 35° CN PR RF
JT 0° CN PR RF
JT 0° CN PR RF
JT 75° CN PR RF
DRILLING
HQ
NMLC NMLC Coring
PQ
NQ NQ Coring
HQ Coring
PQ Coring
TCR % core run recovered
RQD % core run > 100mm long
(rock fraction only measured)
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
WEATHERING
DEFECT ABBREVIATIONS
F Fresh
SW Slightly weathered
MR Moderatley weathered
EW Extremely weathered
PHOTOGRAPHS
NOTES
YES
NO
TYPE
CS Crushed Seam
CZ Crushed Zone
DB Drill Break
JT Joint
IS Infilled Seam
SZ Shear Zone
VN Vein
BP Bedding Plane
COATING
CN Clean
CT Coating
SN Stain
VR Veneer
PLANARITY
CU Curved
IR Irregular
PR Planar
ST Stepped
UN Undulated
ROUGHNESS
POL POLISHED
RF Rough
SM Smooth
SL Slickensided
ROCK STRENGTH (Is50 MPa)
0-0.03 Extremely Low (EL)
0.03-0.1 Very Low (VL)
0.1-0.3 Low (L)
0.3-1.0 Medium (M)
1.0-3.0 High (H)
3.0-10 Very High (VH)
> 10
Extremely High (EH)
File: IS156000 BH02 3 OF 5
HOLE NO: BH02
ROCK LOG
DIP / AZIMUTH : 90°
DATE DRILLED : 25/5/16 to 25/5/16
DRILLING
LOGGED BY : SH
STANDARD : AS1726-1993
CHECKED BY : DG
type, orientation, planarity, roughness,
coating, thickness and additional
observations
1000
100
10
Is(50)
NATURAL
FRACTURE
(mm)
1
-3
-1
-0.3
-0.1
-10
EH
VH
H
M
L
VL
-0.03
- Axial
- Diametral
EL
Weathering
DOLERITE:
Dark grey, highly vesicular (1-5mm vesicles) (continued)
10.10
DEFECTS & COMMENTS
DEFECTS
ESTIMATED STRENGTH
Is(50)
UCS (ITS)
MATERIAL
DESCRIPTION
ROCK TYPE : Colour, Grain size, Structure
(texture, fabric, mineral composition, hardness
alteration, cementation, major defect type)
GRAPHIC
LOG
DRILL
DEPTH
RL (m)
CONTRACTOR : KMR Drilling
DEPTH (m)
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
FIELD TESTS
PAGE : 4 OF 5
SURFACE ELEVATION :
TCR/RQD
JOB NO : IS156000
DRILLING &
WATER
DETAIL
PROJECT : Calton
Carlton River
Bridge
Duplication
River
Bridge
POSITION : Replacement
E: 557259, N: 5253203 (55 MGA94)
JT 0° CN PR RF
CS 0° CN IR RF
JT 80° CN PR RF
F
JT 0° CN CU RF
JT 40° CN PR RF
Is(50)
a=7.43
MPa
JT 0° CA CT PR RF
10.5
JT 10° CN PR RF
Run 11
JT 0° CN IR RF
100%
TCR
JT 20° CN PR RF
JT 25° CN PR RF
65%
RQD
11.0
HB 10°
Slightly vesicular (1-10mm vesicles), trace calcite in vesicles
JT 0° CN PR RF
JT 0° CN IR RF
JT 20° CN PR RF
JT 55° CA CT PR RF
Healed joint
11.40
11.5
JT 15° CN PR RF
Is(50)
a=4.41
MPa
JT 25° CN PR RF 3 JT,
1-2mm spacing
JT 50° CN PR RF
JT 30° CN PR RF
JT 60° CN PR RF
12.0
Run 12
CS 45° CN IR RF
Is(50)
a=6.07
MPa
100%
TCR
JT 45° CN PR RF Healed
joint
VN 45° CA CT PR RF
JACOBS AGS REV04 (WORKING).GLB Log SKM ROCK CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:28
HQ3
46%
RQD
12.5
JT 45° CN PR RF
VN 70° CA CT PR RF
13.00
13.0
Is(50)
a=6.89
MPa
VN 0° CA CT IR RF
VN 60° CA CT PR RF
JT 0° CA CT IR RF
Run 13
100%
TCR
73%
RQD
13.5
13.90
HB 0°
UCS
60.9
MPa
14.0
JT 0° CN PR RF
100%
TCR
98%
RQD
14.5
VN 10° CA CT PR RF
Run 14
VN 20° CA CT PR RF
HB 0°
DRILLING
HQ
NMLC NMLC Coring
PQ
NQ NQ Coring
HQ Coring
PQ Coring
TCR % core run recovered
RQD % core run > 100mm long
(rock fraction only measured)
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
WEATHERING
DEFECT ABBREVIATIONS
F Fresh
SW Slightly weathered
MR Moderatley weathered
EW Extremely weathered
PHOTOGRAPHS
NOTES
YES
NO
TYPE
CS Crushed Seam
CZ Crushed Zone
DB Drill Break
JT Joint
IS Infilled Seam
SZ Shear Zone
VN Vein
BP Bedding Plane
COATING
CN Clean
CT Coating
SN Stain
VR Veneer
PLANARITY
CU Curved
IR Irregular
PR Planar
ST Stepped
UN Undulated
ROUGHNESS
POL POLISHED
RF Rough
SM Smooth
SL Slickensided
ROCK STRENGTH (Is50 MPa)
0-0.03 Extremely Low (EL)
0.03-0.1 Very Low (VL)
0.1-0.3 Low (L)
0.3-1.0 Medium (M)
1.0-3.0 High (H)
3.0-10 Very High (VH)
> 10
Extremely High (EH)
File: IS156000 BH02 4 OF 5
HOLE NO: BH02
ROCK LOG
DIP / AZIMUTH : 90°
DATE DRILLED : 25/5/16 to 25/5/16
DRILLING
LOGGED BY : SH
STANDARD : AS1726-1993
CHECKED BY : DG
HQ3
type, orientation, planarity, roughness,
coating, thickness and additional
observations
1000
100
10
Is(50)
NATURAL
FRACTURE
(mm)
1
-3
-1
-0.3
-0.1
-10
EH
VH
H
M
L
VL
-0.03
- Axial
- Diametral
EL
Weathering
DOLERITE:
Dark grey, highly vesicular (1-5mm vesicles) (continued)
DEFECTS & COMMENTS
DEFECTS
ESTIMATED STRENGTH
Is(50)
UCS (ITS)
MATERIAL
DESCRIPTION
ROCK TYPE : Colour, Grain size, Structure
(texture, fabric, mineral composition, hardness
alteration, cementation, major defect type)
GRAPHIC
LOG
DRILL
DEPTH
RL (m)
CONTRACTOR : KMR Drilling
DEPTH (m)
LOCATION : Sugarloaf Road
RIG TYPE : Hydrapower Scout
FIELD TESTS
PAGE : 5 OF 5
SURFACE ELEVATION :
TCR/RQD
JOB NO : IS156000
DRILLING &
WATER
DETAIL
PROJECT : Calton
Carlton River
Bridge
Duplication
River
Bridge
POSITION : Replacement
E: 557259, N: 5253203 (55 MGA94)
F
JT 0° CA CT PR RF
100%
TCR
98%
RQD
15.46
JT 45° CA CT PR RF
Borehole terminated at 15.46m.
Target depth.
Groundwater not observed.
15.5
16.0
16.5
17.0
JACOBS AGS REV04 (WORKING).GLB Log SKM ROCK CARLTON RIVER BRIDGE GEOTECHNICAL INVESTIGATION.GPJ <<DrawingFile>> 22/07/2016 12:28
17.5
18.0
18.5
19.0
19.5
DRILLING
HQ
NMLC NMLC Coring
PQ
NQ NQ Coring
HQ Coring
PQ Coring
TCR % core run recovered
RQD % core run > 100mm long
(rock fraction only measured)
GROUNDWATER SYMBOLS
= Water level (static)
= Water level (during drilling)
= Water inflow
= Water outflow
WEATHERING
DEFECT ABBREVIATIONS
F Fresh
SW Slightly weathered
MR Moderatley weathered
EW Extremely weathered
PHOTOGRAPHS
NOTES
YES
NO
TYPE
CS Crushed Seam
CZ Crushed Zone
DB Drill Break
JT Joint
IS Infilled Seam
SZ Shear Zone
VN Vein
BP Bedding Plane
COATING
CN Clean
CT Coating
SN Stain
VR Veneer
PLANARITY
CU Curved
IR Irregular
PR Planar
ST Stepped
UN Undulated
ROUGHNESS
POL POLISHED
RF Rough
SM Smooth
SL Slickensided
ROCK STRENGTH (Is50 MPa)
0-0.03 Extremely Low (EL)
0.03-0.1 Very Low (VL)
0.1-0.3 Low (L)
0.3-1.0 Medium (M)
1.0-3.0 High (H)
3.0-10 Very High (VH)
> 10
Extremely High (EH)
File: IS156000 BH02 5 OF 5
2.0m
1.0m
3.0m
2.0m
4.0m
3.0m
5.0m
4.0m
8.0m
9.0m
7.0m
8.0m
6.0m
7.0m
5.0m
6.0m
BH02, Box 1, 1.0 to 5.0m
13.0m
12.0m
12.0m
11.0m
10.0m
11.0m
9.0m
10.0m
BH02, Box 2, 5.0 to 9.0m
BH02, Box 3, 9.0 to 13.0m
CarltonCouncil
River Bridge
Replacment
Sorrel
Council
Sorrel
Carlton
River Bridge
Tender
Geotechnical Investigation
IS156000
25/05/2016 to 25/05/2016
BH02
14.0m
15.0m
13.0m
14.0m
16.0m
15.0m
BH02, Box 4, 13.0 to 15.46m
Sorrel
Carlton
River Bridge
Tender
CarltonCouncil
River Bridge
Replacment
Sorrel
Council
Geotechnical Investigation
IS156000
25/05/2016 to 25/05/2016
BH02
IS156000-0001-GE-RPT-0001
Appendix C. Laboratory Certificates
0001
Bamford Rock Testing Services :
NATA Accredited Facility No. 19523
239 Arden Street, North Melbourne, Vic 3051 Australia
Telephone : (03) 9329 2818
email : [email protected]
ABN : 78 167 341 693
REPORT ON
ROCK TESTING
(BRTS JOB NUMBER 182)
Client :
Project :
Jacobs
Carlton River Bridge Replacment
Duplication
Location: Cnr Sugarloaf & Primrose Sand Roads
1st July, 2016
Page 1 of 26
01.07.16
239 ARDEN STREET, NORTH MELBOURNE,
NATA Accredited Facility No. 19523
3051 AUSTRALIA
River Bridge
BridgeDuplication
Replacment
PROJECT : Carlton River
BRTS Sample Number
B16-285
B16-286
B16-287
B16-294
B16-295
B16-296
Borehole
BH01
BH01
BH01
BH02
BH02
BH02
Depth from
8.18
9.82
11.18
8.22
9.11
13.97
Depth to
8.36
10
SERPENTINE /
DOLERITE
11.38
SERPENTINE /
DOLERITE
8.47
9.41
14.18
DOLERITE
DOLERITE
DOLERITE
H
H
55
Rock Type
DOLERITE
Degree of Weathering
Sklerograf Hardness
10
0
0
37
50
Shore Hardness
18
14
14
36
49
56
Brinell Hardness
35
0
0
223
333
390
Rockwell C Hardness
3
0
0
22
34
40
Rockwell B Hardness
34
0
0
100
117
122
Rockwell A Hardness
46
41
41
61
67
70
Mohs Hardness (Approximate)
2.5
2.1
2.1
3.5
4.1
4.4
Density (kg/m3) : Wet
2353
1968
2042
2670
2742
2838
Density (kg/m3) : Dry
1992
1518
1572
2581
2690
2816
Moisture Content (%) - As Tested
18.11
29.59
29.92
3.46
1.96
0.77
Static Secant E (GPa)
20.21
0.15
69.35
46.02
Static Mid-Third E (GPa)
23.33
0.33
83.24
37.95
Static Poisson's Ratio (Secant)
0.36
0.03
0.36
0.57
Static Poisson's Ratio (Mid-Third)
0.46
0.13
0.36
0.26
17.47
1.00
42.44
128.52
44.94
23.08
1.17
0.42
55.06
174.64
60.90
18.09
0.96
0.36
43.41
135.56
47.32
E
E
E
D
B
D
Low strength
Extremely low
strength
Extremely low
strength
Medium strength
Very high strength
Medium strength
Axial cleavage.
Shear @ 22o to axis.
Axial cleavage.
Axial Point-Load Strength Index IS(50) (MPa)
Uniaxial Compressive Strength (MPa)
Uniaxial Compressive Strength (MPa) (standardised for 50mm
diameter & 1:1 shape)
Uniaxial Compressive Strength (MPa) (standardised for 50mm
diameter & 2.5:1 shape)
STRENGTH CLASS (Deere & Miller)
Strength Description (I.S.R.M.)
Mode of Failure
Deduced cohesion (MPa)
Angle of Shearing Resistance (inferred)
E/Compressive Strength Ratio
MODULUS RATIO CLASS
0.42
Rough shear @ 42o to Rough shear @ 20o to Rough shear @ 25o to
axis.
axis.
axis.
7.87
0.18
0.10
25.96
40 o
46 o
6o
50 o
1335
332
648
844
H
M
H
H
High modulus ratio
Medium modulus
ratio
High modulus ratio
High modulus ratio
Specific Energy (kJ/m3)
1.48
2.30
99.73
32.87
Rock Toughness Index
0.08
2.29
0.78
0.73
Maximum Distortional Strain Energy (kJ/m3)
6.36
1.14
89.82
22.36
Fracture Energy (Nm)
0.61
0.60
45.99
15.01
Specific Fracture Energy (Nm/MPa)
0.03
0.60
0.36
0.33
Fracture Energy (Nm) STANDARDIZED
0.15
0.23
9.79
3.23
Specific Fracture Energy (Nm/MPa) STANDARDIZED
0.01
0.22
0.08
0.07
Failure Load (kN)
50.68
2.89
367.02
129.73
Specimen Diameter (mm)
60.73
60.55
60.52
60.57
Specimen Length (mm)
142.36
90.56
160.31
158.48
Length:Diameter ratio
2.34
1.50
2.65
2.62
Applied Deformation Rate (mm/min)
0.12
0.64
0.13
0.13
Strain at Initial Failure (microstrain)
1297
5627
1401
1168
11 Min 4.3 Sec
2 Min 35 Sec
13 Min 9.9 Sec
4 Min 33.3 Sec
26.30
1.95
6.47
36.30
162.71
1.77
164.44
4.27
Modulus ratio Description
Time to Failure
Stress Rate (kPa/sec)
Strain Rate (microstrain/second)
Page 2 of 26
01.07.16
239 ARDEN STREET, NORTH MELBOURNE,
NATA Accredited Facility No. 19523
3051 AUSTRALIA
Carlton River
PROJECT : Carlton
RiverBridge
BridgeReplacment
Duplication
BRTS Sample Number
Borehole
Depth from
Depth to
Rock Type
Axial Point-Load Strength Index
IS(50) (MPa)
B16-288
BH01
10.86
11.00
SERPENTINE / DOLERITE
0.11
B16-289
BH01
11.78
11.93
PERIDOTITE / DOLERITE
6.93
B16-290
BH01
9.48
9.58
DOLERITE
0.02
B16-291
BH01
7.73
7.87
DOLERITE
11.55
B16-292
BH01
7.11
7.21
DOLERITE
13.64
B16-293
BH01
6.43
6.50
DOLERITE
2.01
B16-297
BH02
5.77
6.00
DOLERITE
3.79
B16-298
BH02
6.67
6.77
DOLERITE
4.93
B16-299
BH02
10.32
10.47
DOLERITE
7.43
B16-300
BH02
11.55
11.65
DOLERITE
4.41
B16-301
BH02
12.06
12.21
DOLERITE
6.07
B16-302
BH02
13.00
13.22
DOLERITE
6.89
Page 3 of 26
01.07.16
B16-285BH018.18-8.36
Page 4 of 26
01.07.16
B16-285BH018.18-8.36UCS
Page 5 of 26
01.07.16
Page 6 of 26
01.07.16
Page 7 of 26
01.07.16
Page 8 of 26
01.07.16
B16-286BH019.82-10
Page 9 of 26
01.07.16
B16-286BH019.82-10UCS
Page 10 of 26
01.07.16
Page 11 of 26
01.07.16
Page 12 of 26
01.07.16
Page 13 of 26
01.07.16
B16-287BH0111.18-11.38
Page 14 of 26
01.07.16
B16-287BH0111.18-11.38UCS
Page 15 of 26
01.07.16
B16-294BH028.22-8.47UCS
Page 16 of 26
01.07.16
B16-295BH029.11-9.41
Page 17 of 26
01.07.16
B16-295BH029.11-9.41UCS
Page 18 of 26
01.07.16
Page 19 of 26
01.07.16
Page 20 of 26
01.07.16
Page 21 of 26
01.07.16
B16-296BH0213.97-14.18
Page 22 of 26
01.07.16
B16-296BH0213.97-14.18UCS
Page 23 of 26
01.07.16
Page 24 of 26
01.07.16
Page 25 of 26
01.07.16
Page 26 of 26
01.07.16
4
Concept Drawings
Survey Drawing
IS156000-00-1
Concept Design Drawings
IS156000-01
IS156000-02
IS156000-03
IS156000-04
IS156000-05
Carlton River Bridge (No 706) Replacement
1
2
3
5
4
6
7
8
9
10
11
12
A
A
5
WARNING
1
2
3
4
/
BEWARE OF UNDERGROUND SERVICES
The location of underground cables are
approximate only and their exact position
should be checked on site. No guarantee is
given that all existing cables and services
are shown. Locate all underground cables
and services before commencement of work.
DIG Refer to Worksafe Regulation 3.21.
DIAL1100
1
BEFORE YOU
/
D
1
D
/
/
B
D
B
-0
1
2
-0
9/
D
D
/
8
/
D
/
X
D
/
/
D
D
D
/
/
D
D
X
/
>
/
/
X
5
/
/
6
/
/
/
D
D
X
D
D
D
D
/
D
D
/
/
D
D
D
D
D
D
D
D
D
D
7
>
3
2
>
8
10
9
1
8
/
-0
9
D /
12
11
7
/
X
6
EP
D
>
>
/
/
1
/
D
X
5
2
2
>
>
>
4
-0
EP
>
>
/
2
EP
3
4
5
6
7
D
D
/
10
BP
D
>
X
X
/
>
X
/
8
4
/
D
C
D
D
/
>
X
/
33/
/
11
X
/
>
X
3/ 3
4/
/
/
/
/
7
-2
>
/
/
/
>
/
EP
>
/
/
9
>
X
IN
37
5
>
X
/
Dia
>
X
6
>
X
5
>
4
>
X
EP
>
X
X
BH
>
X
X
X
>
>
>
X
-1
>
>
X
-2
>
-1
>
>
X
-2
>
>
X
-2
>
>
-2
>
>
X
-2
>
>
/
/
/
>
X
-1
>
>
-1
>
>
BH
>
>
4
/
>
>
Dia
>/ >
>
TC
>
>
/
/
/
>
IN
37
5
>
/
>
DBiPa
/
>
BP
/
>
Dia
/
C
>
>
IN
22
5
>
>
/
>
>
Dia
>
>
SS
>
IN
22
5
>
>
3
/
5
>
/
>
X
/
/
/
>
>
>
5
IN
22
5
>
>
X
IN
12
00
>
/
>
Dia
/
>
>
X
EP
>
>
Dia
>
IN
22
5
>
/
7
EP
/
X
D /
/
D
Dia
Dia
D /
12
IN
37
5
IN
37
5
10
/
D
/
13
/
12
13
11
14
E
E
EP
F
F
G
G
DATE: 15/08/2016 8:59:57 AM LOGIN NAME: YOSHIDA, MARI
LOCATION:
CONCEPT
ISSUE :
P1
DATE :
26/07/16
CLIENT
H
PROJECT
P1
REV
26/07/16 MY
DATE
RJH
DRAWN
1
REV'D
ABN 37 001 024 095 and ACN 001 024 095
Jacobs Group (Australia) Pty Ltd
Ground Floor, 100 Melville Street
HOBART, TAS 7000
AUSTRALIA
CONCEPT ONLY
APP'D
REVISION
2
DRAWING NUMBER
3
REFERENCE DRAWING TITLE
4
5
6
7
Tel: +61 3 6221 3711
Fax: +61 3 6224 2325
Web: www.jacobs.com
8
TITLE
SORELL COUNCIL
CARLTON RIVER BRIDGE (No.706) REPLACEMENT
ON SUGARLOAF RD
CONCEPT - GENERAL ARRANGEMENT
CARLTON RIVER BRIDGE REPLACEMENT
DRAWN
DRAWING CHECK
MY
RJH
DESIGNED
DESIGN REVIEW
9
REVIEWED
APPROVED
DATE
DATE
10
SCALE
DRAWING No
AS SHOWN
IS156000-01
H
REV
11
P1
12
A1
1
2
3
5
4
6
7
8
9
10
11
12
A
A
B
B
C
C
D
D
E
E
F
F
G
G
DATE: 15/08/2016 8:59:58 AM LOGIN NAME: YOSHIDA, MARI
LOCATION:
CONCEPT
ISSUE :
P1
DATE :
26/07/16
CLIENT
H
PROJECT
P1
REV
26/07/16 MY
DATE
RJH
DRAWN
1
REV'D
ABN 37 001 024 095 and ACN 001 024 095
Jacobs Group (Australia) Pty Ltd
Ground Floor, 100 Melville Street
HOBART, TAS 7000
AUSTRALIA
CONCEPT ONLY
APP'D
REVISION
2
DRAWING NUMBER
3
REFERENCE DRAWING TITLE
4
5
6
7
Tel: +61 3 6221 3711
Fax: +61 3 6224 2325
Web: www.jacobs.com
8
TITLE
SORELL COUNCIL
CARLTON RIVER BRIDGE (No.706) REPLACEMENT
ON SUGARLOAF RD
CONCEPT - LONGITUDINAL SECTIONS
CARLTON RIVER BRIDGE REPLACEMENT
DRAWN
DRAWING CHECK
MY
RJH
DESIGNED
DESIGN REVIEW
9
REVIEWED
APPROVED
DATE
DATE
10
SCALE
DRAWING No
AS SHOWN
IS156000-02
H
REV
11
P1
12
A1
DATE: 15/08/2016 9:00:01 AM LOGIN NAME: YOSHIDA, MARI
LOCATION: I:\PINT\Projects\IS010900 - Sorell Council Misc Jobs\Sorell Council\Carlton River Bridge\DRAWING\CIVIL\CROSS SECTIONS.dwg
1
2
3
5
4
6
7
8
9
10
11
12
A
A
B
B
C
C
D
D
E
E
F
F
CONCEPT
G
CLIENT
H
PROJECT
P1
REV
26/07/16 MY
DATE
RJH
DRAWN
1
REV'D
ABN 37 001 024 095 and ACN 001 024 095
Jacobs Group (Australia) Pty Ltd
Ground Floor, 100 Melville Street
HOBART, TAS 7000
AUSTRALIA
CONCEPT ONLY
APP'D
REVISION
2
DRAWING NUMBER
3
REFERENCE DRAWING TITLE
4
5
6
7
Tel: +61 3 6221 3711
Fax: +61 3 6224 2325
Web: www.jacobs.com
8
DRAWING CHECK
RJH
DESIGNED
DESIGN REVIEW
DATE :
CARLTON RIVER BRIDGE (No.706) REPLACEMENT
ON SUGARLOAF RD
CONCEPT - CROSS SECTIONS (1 OF 3)
CARLTON RIVER BRIDGE REPLACEMENT
MY
P1
26/07/16
TITLE
SORELL COUNCIL
DRAWN
ISSUE :
G
9
REVIEWED
APPROVED
DATE
DATE
10
SCALE
DRAWING No
AS SHOWN
IS156000-03
H
REV
11
P1
12
A1
1
2
3
5
4
6
7
8
9
10
11
12
CONCEPT
DATE: 15/08/2016 9:00:02 AM LOGIN NAME: YOSHIDA, MARI
LOCATION: I:\PINT\Projects\IS010900 - Sorell Council Misc Jobs\Sorell Council\Carlton River Bridge\DRAWING\CIVIL\CROSS SECTIONS.dwg
A
ISSUE :
P1
DATE :
26/07/16
A
B
B
C
C
D
D
E
E
F
F
G
G
CLIENT
H
PROJECT
P1
REV
26/07/16 MY
DATE
RJH
DRAWN
1
REV'D
ABN 37 001 024 095 and ACN 001 024 095
Jacobs Group (Australia) Pty Ltd
Ground Floor, 100 Melville Street
HOBART, TAS 7000
AUSTRALIA
CONCEPT ONLY
APP'D
REVISION
2
DRAWING NUMBER
3
REFERENCE DRAWING TITLE
4
5
6
7
Tel: +61 3 6221 3711
Fax: +61 3 6224 2325
Web: www.jacobs.com
8
TITLE
SORELL COUNCIL
CARLTON RIVER BRIDGE (No.706) REPLACEMENT
ON SUGARLOAF RD
CONCEPT - CROSS SECTIONS (2 OF 3)
CARLTON RIVER BRIDGE REPLACEMENT
DRAWN
DRAWING CHECK
MY
RJH
DESIGNED
DESIGN REVIEW
9
REVIEWED
APPROVED
DATE
DATE
10
SCALE
DRAWING No
AS SHOWN
IS156000-04
H
REV
11
P1
12
A1
1
2
3
5
4
6
7
8
9
10
11
12
CONCEPT
DATE: 15/08/2016 9:00:03 AM LOGIN NAME: YOSHIDA, MARI
LOCATION: I:\PINT\Projects\IS010900 - Sorell Council Misc Jobs\Sorell Council\Carlton River Bridge\DRAWING\CIVIL\CROSS SECTIONS.dwg
A
ISSUE :
P1
DATE :
26/07/16
A
B
B
C
C
D
D
E
E
F
F
G
G
CLIENT
H
PROJECT
P1
REV
26/07/16 MY
DATE
RJH
DRAWN
1
REV'D
ABN 37 001 024 095 and ACN 001 024 095
Jacobs Group (Australia) Pty Ltd
Ground Floor, 100 Melville Street
HOBART, TAS 7000
AUSTRALIA
CONCEPT ONLY
APP'D
REVISION
2
DRAWING NUMBER
3
REFERENCE DRAWING TITLE
4
5
6
7
DRAWN
Tel: +61 3 6221 3711
Fax: +61 3 6224 2325
Web: www.jacobs.com
8
TITLE
SORELL COUNCIL
CARLTON RIVER BRIDGE (No.706) REPLACEMENT
ON SUGARLOAF RD
CONCEPT - CROSS SECTIONS (3 OF 3)
CARLTON RIVER BRIDGE REPLACEMENT
DRAWING CHECK
MY
RJH
DESIGNED
DESIGN REVIEW
9
REVIEWED
APPROVED
DATE
DATE
10
SCALE
DRAWING No
AS SHOWN
IS156000-05
H
REV
11
P1
12
A1