Sie sind auf Seite 1von 196

TENDER DOCUMENT (VOLUME 1 OF 2)

PROPOSED UPGRADING OF EXISTING ST. STEPHENS SCHOOL AT 20, SIGLAP VIEW, SINGAPORE FOR THE VISITOR IN SINGAPORE OF THE CHRISTIAN BROTHERS SCHOOLS

TENDER NO: STSTS/AIDED/2013/09/004 EMPLOYER: THE VISITOR IN SINGAPORE OF THE CHRISTIAN BROTHERS SCHOOLS

SEPTEMBER 2013

Proposed Upgrading of Existing St. Stephen's School

TENDER DOCUMENT CONTENTS VOLUME 1 of 2 (001) (002) (003) (004) (005) (006) (007) Particulars of Employer and Consultants Instructions to Tenderers Form of Tender Agreement Conditions of Contract Particular Conditions of Contract Final Summary of Tender

Page

1 Page IT/1 IT/17 FT/1 FT/3 AGT/1- AGT/3 CC/1-CC/3 PC/1 SOT/1

Schedule of Prices (008) (009) (010) (011) (012) (013) (014) Preambles Section No. 1 - Preliminaries Section No. 2 Provisional Sums Section No. 3 Piling Works (Provisional) Section No. 4 New Block Section No. 5 Existing Block Section No. 6 External Works 17 pages S1/1 S1/66 S2/1 S2/6 S3/1 S3/12 S4/1 S4/13 S5/1 S5/11 S6/1 S6/5

Schedule of Unit Rates (015) (016) Schedule of Unit Rates (Fixed) Schedule of Fixed Daywork Rates SFR/1 - SFR/30 SFD/1 - SFD/4

Specification (017) (018) Architectural Specification Structural Specification Page 1 - Page 231 Page 1 - Page 162

Declaration and Undertaking (019) (020) (021) Declaration and Undertaking (Quality Submission) Declaration and Undertaking (Undertaking to Safeguard Official Information) Declaration and Undertaking (Maintenance of Water Cooler/ Water Dispenser) DC/1 - DC/14 DCS/1 DCW/1

Page 1 of 2
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\000_Contents.doc

Proposed Upgrading of Existing St. Stephen's School

TENDER DOCUMENT CONTENTS VOLUME 1 of 2 (Cont d) Appendices (022) (023) (024) A B C List of Drawings Specimen of Performance Guarantee Schedule of Warranties Specimen of Guarantee Roof Waterproofing Guarantee Specimen of Letter of Undertaking for Employment of Foreign Manpower Fluctuation on the Prices of Materials Soil Investigation Report Earth Control Measures Environmental Management Programme and Greenmark Criteria Deed for Maintenance Agreement Deed for Indemnity for ESS Standard Formats Construction Statistics Summary of Materials on Site (Form D8) Declaration of Prices in invoices (Form D9) Direct Credit Authorisation (Form 5) Design for Safety SHRA (Guide 1, 2 and MOE Safety Consideration List) Building Information Modelling (BIM) Requirements Safety Provisions

Page

AA/1 AB/1 - AB/2

AC/1 - AC/4 AC/5 - AC/7 AD/1 - AD/2 FM/1 - FM/8 5 Pages AI/1 - AI/2 AJ/1 - AJ/2 AL/1 - AL/3 AM/1 - AM/2 AN/1 - AN/2 AN/3 AN/4 AN/5 6 Pages AR/1 - AR/12 AS/1 - AS/9

(025) D (026) (027) (028) (029) (030) E F G H I

(031) J (032) K

(033) L (034) M (035) N

VOLUME 2 of 2 M&E Works

Page 2 of 2
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\000_Contents.doc

Proposed Upgrading of Existing St. Stephen's School

PARTICULARS OF EMPLOYER AND CONSULTANTS

EMPLOYER

ST. STEPHEN'S SCHOOL The Visitor In Singapore of The Christian Brothers' Schools 20 Siglap View Singapore 455789 Tel: 6241 9513 Fax: 6442 2576 PARSONS BRINCKERHOFF PTE LTD 300 Beach Road #05-00 The Concourse Singapore 199555 Tel : 6533 7333 Fax: 6533 7707 ARCHITECTS TEAM 3 PTE LTD Blk 93 Havelock Road #01-532 Singapore 160093 Tel : 6467 2233 Fax: 6323 6885 ECAS-EJ CONSULTANTS PTE LTD 16 Jalan Kilang #03-01/02 Hoi Hup Building Singapore 159416 Tel : 6533 6788 Fax: 6536 0229 HY M & E CONSULTANCY SERVICES PTE LTD 89 Short Street #08-09/10 Golden Wall Centre Singapore 188216 Tel : 6338 6455/6 Fax: 6338 6521 FAITHFUL+GOULD PTE. LIMITED 8 Cross Street #24-01 PWC Building Singapore 048424 Tel : 6227 6144 Fax : 6227 4311

PROJECT MANAGER

ARCHITECT / SUPERINTENDING OFFICER (SO)

CIVIL & STRUCTURAL ENGINEER

MECHANICAL & ELECTRICAL ENGINEER

QUANTITY SURVEYOR

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 1. Definitions Throughout this Invitation to Tender and any resultant Contract, unless the context otherwise requires, the following definitions shall apply:(a) Invitation to Tender means the invitation to participate in this Tender and comprises all tender documents forwarded to the Tenderer inclusive of the Covering Letter, Form of Tender, Instructions to Tenderers, Conditions of Contract, Requirement Specifications, Evaluation Criteria and any other documents and forms enclosed. Contract" means any resultant contract and its Annexes between the Employer and the successful Tenderer. Contractor" means the successful Tenderer, if any. "Tenderer" means a person or his permitted assigns tendering to provide the Goods and/or Services, and shall be deemed to include two or more persons if appropriate. "Conditions of Contract" also includes such clauses from the Compendium of Additional Clauses as will form part of the Contract. Save as set out above, all other terms referred to in this Invitation to Tender shall have the same meanings as those given in the Conditions of Contract.

(b) (c) (d) (e) (f)

ITT/1

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 2. Evaluation Criteria (a) Where the Invitation to Tender specifies evaluation criteria in terms of the financial category and supply category/head required for registration with any Government Registration Authority (GRA), namely the Ministry of Finance and the Building and Construction Authority, as the case may be, the evaluation for such criteria will be delegated to the relevant GRA. Where a Tenderers existing registration with a GRA, which is valid up to the closing date of this Tender, specifies that the Tenderer has met particular criteria in relation to particular financial category and supply category/head, the Authority will regard the Tenderer as having met the criteria specified in the registration for the financial category and supply category/head set out in the registration and in the manner set out in the registration. Tenderers who are registered with the relevant GRA, specifying that they have met the criteria for this Tender, must declare their registration status in the manner set out in the Invitation of Tender. Tenderers who do not hold a valid registration from the relevant GRA specifying that they have met the criteria for this Tender are advised to apply for the registration with the relevant GRA at the earliest opportunity and declare their registration status in their tenders. Such tenderers should apply for registration with the Ministry of Finance through the th Electronic Business (GeBIZ) with effect from 9 September 2002. The address for the GeBIZ Homepage is http://www.gebiz.gov.sg. If by the closing date of the tender, their registration with the relevant GRA is still pending, tenderers should enclose a copy of the receipt for registration fee paid by the GRA(s) with their tenders. Tenders shall be evaluated based on the following criteria: (i) Registration of Tenderer with BCA in CW01 (General Building) work head of financial grade B2 (Tendering Limit up to $13.0million) and above. Price Loading applicable under the Bonus Scheme for Construction Quality; Acknowledgement of receipt to corrigendum/addendum (if any); and Compliance with specifications (including Instructions of Tenderer);

(b)

(c)

(d)

(e)

(ii) (iii) (iv) (f) (g)

Criteria (i) is considered Critical Criteria and a tender that does not meet this criteria shall be rejected. The tender shall be evaluated using the Price-Quality Method (PQM). Price and Quality Criteria are assigned weightings and translated into quantitative scores which are then totaled up to give a Combined Score during tender evaluation. The Lump Sum Tender Price and the Quality Criteria shall make up 80% and 20% of the Combined Score respectively.

(h)

Note: PQM Tender must provide all information required for PQM evaluation on "Quality Criteria".

ITT/2

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 3.1 Quality Criteria (a) Tenders shall be evaluated according to the following Quality Criteria: No Quality (non-price) Criteria Weightings Scoring Method

1 a Timeliness

ENSURING SUCCESSFUL PROJECT DELIVERY

Score

Based on all MOE school projects completed within the past 3 years.

5%

No LD record With LD record

5 pts 0 pt

DP Credit

10%

DP1 to DP4DP5+ to DP6DP7+ to DP8

10 pts 5 pts 0 pt 2.5 pts 0 pt 2.5 pts 0 pt

Current Workload 2.5% Balance Value of projects < 5x tendering limit Balance Value of projects > 5x tendering limit 0 to 10 school projects > 10 schools projects

(i) Value of on-going projects (ii) Number of current MOE school projects 2 d Safety Performance Based on MOM Demerit Points System

2.5%

ENSURING A SAFE WORKPLACE

20 %

No Demerit Points 1 to 4 Demerit Points 5 Demerit Points

20 pts 5pts 0 pt

3 e Quality Performance

ENSURING A QUALITY SCHOOL BUILDING

Based on CONQUAS scores of projects completed within the past 3 years.

10%

> 80% - 100% of the projects with CONQUAS score of 85 or more 50% - 80% of the projects with CONQUAS score of 85 or more < 50% of projects with CONQUAS score of 85 or more

10 pts 5 pts 0 pts

ITT/3

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS No Quality (non-price) Criteria Weightings Scoring Method

Performance Based on MOE database and C41 report completed within the past 3 years

15%

> 75%-100% of the projects rated Very Good& Above > 50% -75% of the projects rated Very Good& Above > 25% -50% of the projects ratedVery Good& Above > 0% -25% of the projects ratedVery Good& Above No projects rated Very Good& Above

15 pts 10 pts 5 pts 1 pt 0 pt

Awards (Bonus) Based on awards received from BCA or other recognized bodies for projects completed within the past 3 years. g Relevant Experience Based on tenderers relevant experience in building projects of similar nature and complexity executed successfully within the past 3 years. 5%

One (1) Bonus pt for each award up to a max 5 pts and total score for Performance capped at 15 pts

4 projects with each project value at least $2.0Mil 1 - 3 projects with each project value of at least $2.0Mil No project with value at least $2.0Mil

5 pts 2 pts 0 pt

Technical Proposal Based on tenderers written proposal on the following areas: Actual points awarded for technical proposal 0 pt to 15 pts

(i) Approach to works (ii) Method of Construction (iii) Program of work (iv) Site Safety Management Program (v) Commitment on Site Management

3% 3% 3% 3% 3%

ITT/4

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS No i Quality (non-price) Criteria Constructability Based on Constructability Score (CS) Index by BCA 15% The Constructability Quality Points of the Tenderer = Tenderers CS Index x 15 Highest CS Index (b) For new or foreign contractors or existing contractors without records on Timeliness, Safety, Quality Performance, Past Performance and Constructability, the average quality score of the conforming tenderers for that attribute shall be adopted. Tenders that do not meet any minimum requirements stipulated will not be considered for further evaluation. For Constructability, if none of the tenderers or only one tenderer has CS Index, the constructability component will be discarded i.e will not be scored. The total quality points of the tenderers will then be based on the remaining quality attributes. (c) The Weighted Quality Score will be computed using the following formula: Q(total wt) = Tenderers Total Quality Points Highest Total Quality Points Quality Weighting 0 pt to 15 pts Weightings Scoring Method

Tenderers with total Quality Score less than 50 will not be considered in this tender. 3.2 Price Criteria (a) The Lump Sum Tender Price of a tender will be translated into a quantitative score using the following formula: P(wt) = Lowest Lump Sum Tender Price Tenderers Lump Sum Tender Price
1

Price Weighting

3.3

Combined Score (a) The Combined Score of a tender will be the sum of its Weighted Quality Score and Weighted Price Score: Combined Score = P(wt) + Q(total wt) The tenderer with the highest combined score is usually awarded the tender.

3.4

Tender Submissions (a) Tender proposals will be submitted according to the one-envelope system. Refer to Clause 4 for details.

_________________________________ 1 The lowest Lump Sum Price of tenders that comply with the other critical criteria, including meeting the Passing Mark, if applicable.

ITT/5

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 3.5 Tender Submission by Consortium (a) The Lead Member and each member* of the Consortium shall be separately evaluated based on the tender evaluation criteria as stated in the tender document. Both the Lead and Members of the Consortium shall submit the documents necessary for assessing the Quality Criteria at the time of tender closing. Incomplete submission may not be considered for evaluation. However, the Technical Proposal (Item 3h) shall be submitted only by the Lead Member. Where any member of the Consortium is of financial grade B2 and below, each of such members shall submit their DP rating at the time of tender closing for assessment of their financial standing.

Each member of the Consortium shall not be more than 3 financial categories below the stipulated category. Eligibility Any company or business that is currently debarred from participating in Government tenders shall not be eligible to participate in this Tender. If a tender is submitted without explicitly mentioning that the Tenderer is currently debarred, the Employer shall treat the submission of the tender as an express continuing declaration by the Tenderer that the Tenderer is in fact eligible to participate in this Tender and, if such a declaration is discovered to be false, the Employer will be entitled to rescind any contracts entered into pursuant to such a tender, without the Employer being liable therefore in damages or compensation.

3.

ITT/6

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS

4.

Submission of Tender (a) Tenderers shall submit their tenders in accordance with the following mode(s) of submission: Information or document(s) in tender 1. Price Mode of submission These shall be submitted electronically to the Employer using GeBIZ Closing Date (Singapore time) As per date on GeBiz Advetisement

Price Submission - Volume 1 i. ii. iii. iv. Form of Tender Final Summary of Tender Schedule of Rates (Section nos. 1 6) Alternative tender, if any

Price Submission for M&E Services - Volume 2 i. ii. iii. Breakdown of Tender Sum Technical Schedules Product Brochures

This shall be submitted to the Employer (hard copy) in a sealed envelope using Tender Box No. 1 located in the office of Ministry of Education, Corporate and Customer Service Branch, Ground Floor, Podium Block, 1 North Buona Vista, Singapore 138675 by or before 4pm.

Quality Submission Volume 3 i. ii. Declaration and Undertaking Any other information the Tenderer wishes to submit.

Note Above sections are compulsory to be filled in by Tenderers and to be submitted in three (3) SEPARATE VOLUMES, two (2) sets each. One (1) set to be marked Original and the other to be marked Copy.

(b) Where tenders are to be submitted using GeBIZ, Tenderers shall submit their tenders in accordance with the Terms and Conditions for Use of the Government Electronic Business (GeBIZ). (c) Where the Instruction to Tenderers specify that a particular document is to be submitted through GeBIZ, the document may be submitted through GeBIZ without any handwriting signature. The Employer shall be entitled to rely on the use or entry of the prescribe Security Device (as defined in the Terms and Conditions For Use of the Government Electronic Business) by the Tenderers or its representative (s) as the authorized signature of the Tenderer, as conclusive evidence of the authenticity of the submitted document and the authority of the originator of the submitted document.

ITT/7

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS (d) Where tenders are to be submitted using tender box, tenders must be submitted in sealed envelopes. When forwarding tenders, the Tenderer shall specify clearly on the top left-hand corner of the envelope the following :(i) (ii) (iii) (iv) (e) the Tender number the closing date and time of the tender; and the tender box number (if any) to which the tender must be delivered; and the name and address of the Tenderer.

It will be the responsibility of the Tenderer to ensure delivery into the tender box, which will be in a position accessible to the public. The Employer shall not be held responsible for putting tenders received through the post into the correct tender box. Every effort, however, will be made by the Employer to promptly convey tenders received through the post into the tender box. In such case, the Tenderer must arrange for tenders to be posted to reach the above address not later than the deadline for closing of tenders. Proof of posting of tenders will not be accepted as evidence of delivery. Postage must be pre-paid on all tenders sent through the post. The Employer reserves the right to reject tenders not submitted in accordance with the mode(s) of submission specified in the Instructions To Tenderers. Tender received after deadline of closing of tender, whatever the reason may be, will not be considered. Any inconsistency or conflict arising between parts of the tenders submitted using GeBIZ and the tender box shall be resolved in favour of the parts submitted through GeBIZ.

(f) (g) (h)

5.

Compliance with Instructions Tenders will be accepted only if submitted according to the instructions contained and in the form(s) prescribed in the Invitation to Tender. Any tender which attempts to vary the Form of Tender or Conditions of Contract is liable to be rejected. In consideration of the Tenderer agreeing to abide by these instructions in the Invitation to Tender, the Employer shall evaluate the tenders fairly and in accordance with the said instructions.

6.

Validity Period Tenders submitted shall remain valid for acceptance for the Validity Period specified in the Invitation to Tender and during such extension of the period as may afterwards separately be agreed to in writing by the Tenderer at the request of the Employer

7.

Withdrawal of Tender No tenders may be withdrawn after the closing date prescribed in the Invitation to Tender. Any Tenderer who attempts to do so may, in addition to any remedy, which the Employer may have against him, be liable to be debarred from future Government tenders.

8.

Compliance with Part Numbers If the Employer has, in this Invitation to Tender, stated the Part Number of the Goods required and the Tenderer wishes to offer an item which does not correspond with any of the stated Part Numbers, the offer by the Tender shall for the purpose of Clause 32 be deemed to be non compliant with technical requirements. ITT/8

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 9. Compliance with Technical Requirements The Tenderer shall provide explicit responses of compliances or noncompliance with any other technical requirements enclosed in this Invitation to Tender. In the event of any non-compliance with the technical requirements, the Tenderer shall satisfy the Employer (by providing a certification from the manufacturer of the item offered or a copy of the relevant extract from any reputable publication citing clearly its title and edition) that the form, fit and function of the items offered are equivalent to the Goods required and that they are interchangeable. Where the Tenderer fails to satisfy the Employer in the manner above, the tender is liable to be rejected. 10. Acceptance of Tender (a) The Employer shall be under no obligation to accept the lowest or any tender. The Employer shall normally not enter into correspondence with any Tenderer regarding the reasons for non-acceptance of a tender. The Employer reserves the right, unless the Tenderer expressly stipulates to the contrary in his tender, of accepting such portion of each tender as the Employer may decide. The issue by the Employer of a Letter of Acceptance accepting the tender or part of the tender (see paragraph (b) for exception) shall create a binding Contract on the part of the Tenderer to supply to the Employer the Goods and/or Services offered in the tender. The Contract shall be governed by the Conditions of Contract. The Letter of Acceptance will be handed to or posted to the successful Tenderer's address as given in his tender and such handing or posting shall be deemed good service of such notice. The Employer may at its discretion require the Tenderer to sign a written agreement. The Letter of Acceptance may be issued : (i) through GeBiz to the successful Tenderer, or (ii) to the successful Tenderers address as given in his tender by hand or by post. Such issuance of the Letter of Acceptance through GeBiz, by hand or post shall be deemed effective communication of acceptance. 11. Copies of Tender Where the Instruction to Tenderers specifies tenders are to be submitted using tender box, Tenderer shall submit the tender and supporting brochures/handbooks in the number of sets as specified in the Invitation to Tender. One set is to be marked Original and the other sets are to be marked Copy.

(b) (c)

(d)

ITT/9

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 12. Samples (a) Where the Invitation to Tender specific that sample; e.g. of Goods and/or packages, shall be submitted as evidence of the type and quality of items offered in the Tender, such samples shall be delivered at the site and by the time stipulated in the Invitation of Tender and should be marked clearly with the Tender number, item number and the name of the Tenderer. Where samples are required, failure to provide the required samples at the stipulated time may render the tender liable to be disqualified. The Tenderer shall indicate, when submitting the samples, whether he wishes the samples to be returned. If no indication is given, the Employer shall not be obliged to return any samples to the Tenderer. Notwithstanding the above, risk of loss or damage to the samples shall at all times remain with the Tenderer and where the samples are to be subject to destructive testing, such samples will not be returned to the Tenderer. All cost, including but not limited to all shipping and transportation duties incurred in providing and delivering such samples to the Employer shall be borne by the Tenderer.

(b)

(c)

13.

Specifications, Patterns, Samples or Drawings Any specifications, patterns, samples or drawings or other documents specified in the Invitation to Tender will be available for inspection by the Tenderer during normal working hours up to the stipulated time on the closing date at the following address: ARCHITECTS TEAM 3 PTE LTD Blk 93 Havelock Road #01-532 Singapore 160093 Tel : 6467 2233 Fax: 6323 6885 Attn : Mr. Richard Tio

14.

Language The tender and all supporting technical data and all documentation to be supplied by the Tenderer shall be written in the English language.

15.

Export Approval The Tenderer shall indicate clearly whether there is any requirement for the Employer to furnish end-user certificates or statements. The Tenderer shall also indicate clearly in his tender if there is a need for the Employer to enter into separate agreement(s) with the Tenderer to satisfy export requirements of the Tenderers or any foreign government.

16.

Confidentiality (a) Except with the consent in writing of the Employer the Tenderer shall not disclose this Tender, or any of its provisions, or any specifications, plans, drawings or information issued by the Employer. The Employer may require an unsuccessful Tenderer to return any specifications, plans, drawings or instructions issued by the Employer.

(b)

ITT/10

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 17. Ownership Status of Tenderer The Tenderer shall provide full information on: (a) (b) the name and address of any person, company or corporation which owns, whether directly or indirectly, at least 50% of the total number of shares in the Tenderer; the number, percentage and class of shares held by such person, company or corporation.

18.

Alteration, Erasures or Illegibility Except for amendments to the entries made by the Tenderer himself which are initialed by the Tenderer, tenders bearing any other alterations or erasures and tenders in which prices are not legibly stated are liable to be rejected.

19.

Employer's Clarification of the Tenderer's Proposal In the event that the Employer seeks clarification upon any aspect of the Tenderer's proposal, the Tenderer shall provide full and comprehensive responses within seven (7) days of notification.

20.

Expense of Tenderer In no case will any expense incurred by the Tenderer in the preparation of his tender be borne by the Employer.

21.

Goods and Services Tax (GST) (a) The Tenderer shall not include in the rates and prices proposed in his tender, the Singapore Goods and Services Tax (GST) chargeable for the supply of Works required in the Tender. All rates and prices quoted shall be exclusive of the said GST chargeable on the supply of the said Goods and Services. If the Tenderer is a taxable person under the GST Act, the Employer will pay the Contractor, in addition to the rates and prices proposed, the GST chargeable on the supply of Goods and Services provided pursuant to this Tender.

(b)

22.

GST Registration (a) The Tenderer shall declare his GST status in his tender. He shall clearly indicate whether he is, or whether he will be a taxable person under the GST Act. He shall, if available, furnish the GST registration number to the Employer. A Tenderer who declares himself to be a non-taxable person under the GST Act but who becomes a taxable person after the award of the Tender shall forthwith inform the Employer of his change in GST status. He shall be entitled to claim from the Employer any GST charged on the supply of Goods and Services made by him after his change in GST status.

(b)

ITT/11

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 23. Notification Notification will not necessarily be sent to unsuccessful Tenderers by the Employer. 24. Applicable Law All tenders submitted pursuant to this Invitation to Tender and the formation of any resulting contracts shall be governed by the Applicable Law Clause in the Conditions of Contract. 25. Ownership of Tender Documents All documents submitted by the Tenderer in response to this Invitation to Tender shall become the property of the Employer. However, intellectual property in the information contained in the tender submitted by the Tenderer shall remain vested in the Tenderer. This Clause is without prejudice to any provisions to the contrary in any subsequent contract between the Tenderer and the Employer. 26. Shortlisting of Tenderers (a) The Employer reserves the right to shortlist tenderers in accordance with the criteria set forth in the Invitation to Tender; and give those so shortlisted the opportunity to submit new or amended tenders on the basis of the Employers revised requirements, in accordance with a common deadline. The tenders received based on the firm and updated requirements shall form the basis of the final tender evaluation. The tenders received in the final round shall be complete and comprehensive and shall over-ride all tender proposals previously submitted. The final offer shall not make references to previous offers. All the tender proposals received in the previous rounds shall be treated as lapsed. Such final offers shall be submitted in sealed envelopes and deposited in the tender box or electronically to GeBIZ as instructed by the Employer.

(b)

27.

Consortium (a) (b) As used in this Invitation of Tender, Consortium means an unincorporated joint venture through the medium of Consortium or partnership. The following shall apply if a tender is submitted by a Consortium: i. ii. iii. iv. Each member of the Consortium shall be a business organization duly organized; existing and registered under the laws of its country of domicile. No Consortium shall include a member who has been debarred from public sector tenders. After the submission of the tender, any introduction of, or changes to, Consortium membership must be approved in writing by the Employer. The following documents must be submitted with this tender: A certified copy of the consortium or partnership agreement, signed by all members of the Consortium,

ITT/12

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS The tender is to be submitted by a member of the Consortium (Lead member). Documentary proof must be provided that the Lead Member is authorized by all members of the Consortium to submit, sign the tender, receive instruction, give any information, and accept any contract and act for and on behalf of all the members of the Consortium. The documentary proof could be in the form of: a. b. v. relevant provision(s) in the certified copy of the consortium or partnership agreement, or Certified copies of powers of attorney from each members of the Consortium.

Information must be submitted with respect to: a. b. c. The legal relationship among the members of the Consortium; The role and responsibility of each member of the Consortium; and The address of the Consortium to which the Employer may send any notice, request, clarification or correspondence.

vi.

If the Employer awards the Contract to a Consortium: : a. The Letter of Acceptance may be through GeBIZ or handed to or posted to the address of the Lead Member of the Consortium given in the tender. The issue by the Employer of a Letter of Acceptance shall create a binding Contract on all members of the Consortium. Each member of the Consortium shall be jointly and severally responsible to the Employer for the due performance of the Contract. As and when requested by the Employer, all members of the Consortium shall be required to sign a formal agreement in the appropriate from with the Employer. Until the said formal agreement is prepared and executed, the Consortiums tender together with the Employers Letter of acceptance, shall constitute a binding Contract on all members of the Consortium. In the event that any member of the Consortium withdraws from the Consortium or is adjudicated a bankrupt by a duly constituted judicial tribunal, or goes into liquidation in accordance with the laws of the country of incorporation, then the surviving member(s) of the Consortium shall be obliged to carry out and complete the Contract.

b. c. d.

e.

ITT/13

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 28. Tender Documents issued by Employer (a) The tender documents issued by the Employer consist of the following: Covering Letter Instructions to Tenderers Form of Tender Conditions of Contract (by reference) comprising :(i) the Particular Conditions (ii) the Additional Clauses (iii) the Appendix to the Standard Conditions; Schedule of Rates Specifications Declaration and Undertaking Appendices Drawings Corrigenda / Addenda Nos. . The following tender documents (which shall be incorporated into the Contract by reference) are not issued to the Tenderers: Public Sector Standard Conditions of Contract for Construction Works (Sixth Edition December 2008) (including List of Editorial Amendments for PSSCOC dated 19 January 2011) (available in BCA website www.bca.gov.sg). LTAs Standard Details of Road Elements (Available for purchase).

(b)

(c)

The Tenderer shall satisfy himself on the contents of all the tender documents (including those incorporated by reference). He shall also check that the tender documents issued to him are complete and that no pages or drawings are missing or duplicated. The tender sum shall include all incidental and contingent costs and expenses and no adjustment shall be made to the tender sum for any error. If the Tenderer is in doubt as to the true meaning and intent of any part of the tender documents, he shall request for clarification in writing well in advance of (at least ten (10) days before) the date for submission of tenders, failing which the Employer may disregard any such requests. The request for clarification shall be addressed to: Ministry of Education 285 Ghim Moh Road, Singapore 279622 Tel : 6597 6552 Fax: 6776 3850 Email:Taib_Ridwan@moe.gov.sg Attn : Mr. Taib Ridwan The Employer's response will be posted in GeBIZ.

(d)

(e)

The tender documents issued to the Tenderer are non-transferable unless the Employer agrees otherwise. If the Tenderer intends to transfer the tender documents to another Tenderer, he shall notify and obtain the consent of the Employer in writing at least 10 working days before the date for submission of tenders, failing which such tender would be rejected.

ITT/14

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 29. Corrigendum to Invitation to Tenders The Employer reserves the right to amend any terms in or issue supplementary terms to the Invitation to Tender at any time prior to the closing date of the Tender. 30. Site Visit and Investigation The Tenderer is advised to visit and examine the site and its surroundings and obtain for himself on his own responsibility all information (including obtaining additional subsoil conditions by boring trial holes) that may be necessary for preparing the tender. 31. Site Showround Site showround, if any, will be stated in Tender Notices in GeBIZ. No claim for expenses incurred in attending the site showround will be entertained by the Employer. 32. Pricing of Tenders (a) The Tenderer shall fill in, legibly in ink, the rates and prices of all items of work described in the tender documents. Items against which no rate or price is entered by the Tenderer will not be paid for by the Employer when executed and shall be deemed to be covered by the other rates and prices in the tender documents. The Tenderer shall ensure that the rate and price for each item shall truly represent the full value of the item. The amount appearing as the total of the Summary of Tender and marked "Total Carried to Form of Tender" shall be transferred to the Form of Tender in Dollars and Cents, without any alteration or rounding off. The completed Form of Tender (including Form of Tender for any alternative offer as specified in paragraph 11a) shall be submitted by the Tenderer as part of his Tender Proposal, failing which may render their Tender submission invalid. If there is any discrepancy between the tender sum inserted in the Form of Tender and the sum stated in the Summary of Tender or other document, the tender sum in the Form of Tender shall be taken as correct. If there is any discrepancy between the tender sum inserted in words and figures in the Form of Tender, the tender sum in words or figures, which tallies with the sum stated in the Final Summary of Tender, shall take precedence. If none of the sums tally, the tender sum in figures in the Form of Tender shall take precedence.

(b)

(c)

33. Alternative Tender (a) Where alternative tenders are permitted or invited, the Tenderer shall, if he wishes to submit an alternative tender, clearly mark and identify his alternative offer on a photocopy of the Form of Tender. The Form of Tender for the alternative offer shall be submitted together with the Form of Tender containing the base offer. A separate Form of Tender is required for each alternative offer. The Tenderer shall not alter any terms contained in the Conditions of Contract or attach any additional condition with his tender. No alteration shall also be made to the text of the Specification. If any alteration, addition or note is made, such alteration, addition or note will not be recognized and the text as originally prepared will be strictly adhered to.

(b)

ITT/15

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS (c) Any deviation from the base tender shall be submitted as an alternative tender. The Tenderer shall list down all deviations from the base tender in terms of design or specification in his alternative tender. Any item not listed in the list of deviations shall be deemed to be identical to that of the base tender. For all alternative tender(s), the tenderer shall submit the following for their proposed design and system: i. ii. iii. Corresponding design comprising of plans, elevations, sections and details of amended part(s); Design calculations: Calculations of buildable score for alternative proposal with a list of buildable features tabulated and the score MUST be at least equal to that derived from the set of tender drawings; Documents such as catalogues, technical data and write-up; Impacts on space provision, time for completion, technical aspects, etc on the other works arising from the alternative tender(s); Advantages of the alternative tender(s) and its cost savings; Detailed breakdown cost of the alternative tender(s)

(d)

iv. v. vi. vii.

Failure to comply with all the above will render the alternative tender(s) to be rejected. (e) Tenderers offering alternative tender(s) that affects architectural / M&E works shall take note of the following: i. ii. iii. The Architectural / M&E intent indicated in the tender shall not be changed; Substitution of materials shall be equal or superior quality; and Only amendments that contribute to improvement buildability and site productivity without compromise design quality will be considered.

Failure to comply with all the above will render the alternative tender(s) to be rejected. (f) Tenderers shall take note that only a more economic sustainable system of design implementation above the extent as indicated in the tender shall be considered otherwise, the alternative tender will be rejected.

34.

Award of Contract The successful Tenderer (if any) shall be notified of the acceptance of his tender within the validity period by the Employer at the same address as the submission of tenders. The said Tenderer shall within the time stated in the letter of acceptance submit the Security Deposit and, if required to do so by the Employer, execute the formal Contract.

35.

Notice Every notice to be given to the Tenderer may be posted to the address given by the Tenderer in his tender and such posting shall be deemed good service of the notice. ITT/16

Proposed Upgrading of Existing St. Stephen's School

INSTRUCTIONS TO TENDERERS 36. Disclaimer This Invitation to Tender may not contain information which Tenderers may require. Tenderers should therefore make their own inquiries and seek such clarifications they think necessary. The Authority shall not be liable to any Tenderer for any information in this Invitation to Tender which is incomplete or inaccurate. For the avoidance of doubt, the information mentioned in this paragraph excludes the Conditions of Contracts and Requirement Specifications. 37. BizSafe Certification The Tenderer shall have a minimum BizSafe Level 3 certification. Tenderers who do not meet the above requirement will have up to 6 months to obtain the certification after the award of Contract. The tenderer shall also ensure that all Sub Contractors engaged for the Works shall comply with this requirement.

ITT/17

Proposed Upgrading of Existing St. Stephen's School

FORM OF TENDER
PROPOSED UPGRADING OF EXISTING ST. STEPHENS SCHOOL AT 20, SIGLAP VIEW, SINGAPORE To : c/o: ST. STEPHEN'S SCHOOL The Visitor In Singapore of The Christian Brothers' Schools 20 Siglap View Singapore 455789 1 Name(s) of Tenderer(s): ___________ Address : ________________________ _________________________________

Gentlemen, 1. Having examined the Tender Documents comprising:a) the Conditions of Contract comprising i) the Standard Conditions; ii) the Particular Conditions; iii) the Appendix; b) the Specifications; c) the Drawings; d) the Appendices; e) the Schedule of Rates and f) the Corrigenda / Addenda Nos ................................................ for the execution of the above-named Works, we, ______________________________ (Name(s) in Block Letters) the undersigned offer to design (to the extent provided for in the Contract) execute and complete the Works and remedy any defects therein in conformity with the Conditions of Contract, Specifications, Drawings, Schedule of Rates and Corrigenda / Addenda for the Sum of Dollars: _____________________________________________________________________________ __________________________________________________(S$_______________________). 2. Our Tender is fully consistent with and does not contradict or derogate from anything of your Invitation to Tender or downgrade anything in your Requirement Specifications. You are entitled to reject our Tender if it is inconsistent with or contradict or derogate from anything or downgrade anything of your Invitation to Tender. 3. We undertake if our Tender is accepted to commence the Works on the date or dates specified in the Employer's Letter of Acceptance and if there is no such date or dates then as soon as is reasonably possible after the receipt of an order to that effect from the Superintending Officer and to complete the whole of the Works comprised within the Contract by the Time for Completion or Times for Completion stated in the Appendix. 4. In consideration of your considering this Tender we agree to abide by this Tender for the period of 90 days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
2

1 2

If the tender is submitted by a consortium, each member of the consortium shall be named.

If the tender is submitted by a consortium, the Lead Member of the consortium shall submit the tender on behalf of the consortium members. Documentary proof must be submitted that the Lead Member is authorised by all members of the consortium to submit, sign the tender, receive instruction, give any information, accept any contract and act for and on behalf of all the members of the consortium. For example, paragraph 1 in this Form of Tender should read We, (Name of Lead st nd Member), acting for and on behalf of (Name of 1 Member), (Name of 2 Member) and (etc List out Names of remaining Members).

FT/1
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\003_Form_of_Tender (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

FORM OF TENDER
PROPOSED UPGRADING OF EXISTING ST. STEPHENS SCHOOL AT 20, SIGLAP VIEW, SINGAPORE 5. 6. 7. Unless and until a formal Agreement is prepared and executed this Tender together with your written acceptance thereof shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any tender you may receive. We are registered / not registered* with_____________________________________________ (name of Government Registration Authority) under the following supply category / head(s) as specified in the Invitation to Tender. Supply Category / Head Financial Category Expiry

(if the tender is submitted by a consortium, the registration status of every member in the consortium must be listed.)

8. 9.

We further undertake to give you further information which you may require. We warrant, represent and declare that are duly authorized to submit, sign this tender, receive instruction, give any information, accept any contract and act for and on behalf of 3 ______________________________________ (Insert Name of firm, company or consortium). Dated this ___________________________ day of ________________________ 20_________ Name of Tenderer : _____________________________ (as *Principal / Agent) Designation : __________________________________ Company or Business 4 Registration No. : _______________________________ Duly authorized to sign tenders for and on behalf of : _____________________________________________ Address : ______________________________________ ______________________________________________ Name of Witness : ________________________________ Address : _______________________________________ _______________________________________________ Occupation : ____________________________________
(* Delete where not applicable)

_________________________ Tenderer s Official Stamp 4 and Signature

________________________ Signature of Witness

If the tender is submitted by a consortium, the tender shall be submitted by the Lead Member on behalf of all members of the st consortium. Each member of the consortium shall be listed. For example, for and on behalf (Nam e of 1 Member), (Name of nd 2 Member) and (etc List out Names of remaining Members) 4 The Lead Member's registration number, official stamp and authorised signature must be provided

FT/2
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\003_Form_of_Tender (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

FORM OF TENDER
PROPOSED UPGRADING OF EXISTING ST. STEPHENS SCHOOL AT 20, SIGLAP VIEW, SINGAPORE 10. Our Service Address is as follow: Address:

Our telephone number is: Our facsimile number is:


Note: This form duly completed MUST accompany every Tender Proposal including alternative proposal. Any change to its wording and/or incomplete information provided may render the Tender liable to DISQUALIFICATION.

FT/3
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\003_Form_of_Tender (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

AGREEMENT THIS AGREEMENT is made the [date] day of [month] [year] between [name] of [address] (hereinafter called the Employer) of the one part and [name] of [address] (hereinafter called the Contractor) of the other part. WHEREAS the Employer is desirous that certain Works be executed by the Contractor viz [project number & title] and has accepted a Tender by the Contractor for the design (to the extent provided for by the Contract) execution and completion such Works and remedying any defects therein.

NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract herein after referred to. 2. Contract shall bear the same meaning as that in Sub-Clause 1.1(d) in the Conditions of Contract and shall be a fixed price Contract subject only to adjustments or measurements (if any) and additional payments expressly provided for in the Conditions. 3. The following documents shall be deemed to form and be read and construed as part of this Agreement, via: (1) (2) (3) The Employers Letter of Acceptance; The said Tender; The Conditions of Contract comprising: (a) (b) (c) (4) (5) (6) (7) the Standard Conditions; *the Particular Conditions; and the Appendix;

The Specifications; The Drawings; The Bills of Quantities / Schedule of Rates*; and Addenda Nos. ..................................................

The aforesaid documents shall be read and construed as a whole and no special priority other than that accorded by law or expressly provided in the Contract documents shall apply to any one document or group of documents nor shall the contra proferendum rule apply to this Agreement.

AGT/1

Proposed Upgrading of Existing St. Stephen's School

AGREEMENT

4.

In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned the Contractor hereby covenants with the Employer to design (to the extent provided for by the Contract) execute and complete the Works and remedy any defects therein in conformity in all respect with the provisions of the Contract for the Contract Sum of Singapore Dollars: [amount in words and figures] or such sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

5.

The Employer hereby covenants to pay the Contractor in consideration of the design (to the extent provided for by the Contract), execution and completion of the Works and the remedying of defects therein, the Contract Sum or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

AGT/2

Proposed Upgrading of Existing St. Stephen's School

AGREEMENT

IN WITNESS WHEREOF the day and year first above written ( hand of the Employer has been hereunto set ) the* ( ( Common Seal of the Employer has been hereunto affixed) *Signed by the said

Signature *The Common Seal of

was hereunto affixed in the presence of Name: Address:

Description: (hand of the Contractor has been hereunto set ) and the* ( (Common Seal of the Contractor has been hereunto affixed) *Signed by the said

Signature *The Common Seal of

was hereunto affixed in the presence of Name: Address:

Description:
*Delete as appropriate

AGT/3

Proposed Upgrading of Existing St. Stephen's School CONDITIONS OF CONTRACT The Conditions of Contract to be used for the Contract shall be the Public Sector Standard Conditions of Contract for Construction Works December 2008 Sixth Edition published by Building and Construction Authority. This document is not included in the tender set, but is available for downloading from Building and Construction Authority Website: http://www.bca.gov.sg/. This is a Lump Sum Contract.

CC/1

Proposed Upgrading of Existing St. Stephen's School CONDITIONS OF CONTRACT

APPENDIX
CLAUSE OPTION MODULES 1.1(c) NIL............................................................ St. Stephen's School, The Visitor In Singapore of The Christian Brothers' Schools.

EMPLOYER

1.1(m)

LIMITATIONS ON THE AUTHORITY OF THE SUPERINTENDING OFFICER

2.1

NIL................................................................ .........................................................................

SECURITY DEPOSIT Number of days to deposit after Letter of Acceptance (14 days if none stated) Amount TIME FOR COMPLETION Whole of the Works Phase or Part of the Works Phase 1

4.5(1) 14 days........................................ .. Five percent (5%) of the Contract sum. 14.1 .............

15 calendar weeks (refer to preliminaries section) Within 78 calendar weeks after contract commencement.

Phase 2

LIQUIDATED DAMAGES (The cumulative amount of liquidated damages payable by the Contractor for all occasions of delay under the Contract shall not exceed $50m or the Contract Sum, whichever is lower.) Whole of the Works Phase or Part of the Works Phase 1 Phase 2

16.1

..................

S$500.00 per day S$1,600.00 per day

CC/2

Proposed Upgrading of Existing St. Stephen's School CONDITIONS OF CONTRACT

CLAUSE DEFECTS LIABILITY PERIOD (12 months if none stated)

18.1

Twelve (12) Calendar Months from Date of Substantial Completion of the Whole of the Works

LIMITATIONS ON EXTENT OF LIABILITY FOR ANY ONE ACCIDENT

27.1(1)(b)

As specified in Preliminaries..............

PERCENTAGE OF PROFESSIONAL FEES

28.1(1)

5.11%.....................................................

PERIOD FOR HONOURING CERTIFICATE (21 days if none stated)

32.6

Thirty (30) Calendar days.......................

RATE OF INTEREST UPON UNPAID SUMS

32.6

5%..............................................................

FLUCTUATIONS

33.1

Specified Materials

Concrete and Steel Reinforcement only Base Date : Month of Tender Closing Base Unit Rate of Materials : Based on the rate published by BCA

CC/3

Proposed Upgrading of Existing St. Stephen's School

PARTICULAR CONDITIONS

The terms and conditions appearing hereunder are an integral part of the Standard Conditions and should be interpreted in conjunction with the Standard Conditions. In the event of any inconsistency between the Standard Conditions and the Particular Conditions, the Particular Conditions shall prevail. Amendments To The Public Sector Standard Conditions of Contract for Construction Works Clause 4.5: 4.5 (5) Security Deposit - Add following sub-clause 4.5(5) Upon the certification of Substantial Completion of the whole of the Works by the Superintending Officer pursuant to Clause 17 of the Standard Conditions including the submission of all guarantees, as built drawings and M&E manuals as specified in the Contract, the Contractor may request the Employer in writing for a partial release of the Security Deposit made in cash or in form of a guarantee. The Employer shall have the absolute discretion in deciding the partial release and the amount of Security Deposit to be released to the Contractor. The amount to be released shall be based on the following: (a) In the case of Security Deposit made in cash, the Employer shall retain 50% of the amount of Security Deposit submitted and release the balance after deducting any amount pursuant to Clause 4.5(3); or In the case of Security Deposit submitted in the form of guarantee, the Contractor shall furnish a new guarantee in the form acceptable by the Employer and for the amount on the same basis as Clause 4.5(5)(a) to cover the Defect Liability Period before the original guarantee is released by the Employer.

(b)

PC/1

Proposed Upgrading of Existing St. Stephen's School FINAL SUMMARY OF TENDER

Note:

These amounts are carried forward from SCHEDULE OF RATES

Based on Time for Completion of Seventy Eight (78) Calendar Weeks Section No.
(ST STEPHEN'S SCHOOL)

Description

Amount

Volume 1 1 2 3 4 5 6 Preliminaries Provisional Sums Piling Works (Provisional) New Block Existing Block External Works Volume 2 7 Mechanical & Electrical Works S$ S$ S$ S$ S$ S$ S$

SUB - TOTAL

S$

TOTAL CARRIED TO FORM OF TENDER

Signature of Tenderer:

Name of Tenderer:

Designation:

Date:

Company Stamp:

SOT/1
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\007_Final_Summary_Of_Tender (CHECK).Doc

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 1. 1.1 1.2 1.3 General The Preambles enclosed shall form the basis of pricing of items contained in the Schedule of Prices. The Contractor shall note that the Preambles is to be read in conjunction with the Specification and other Contract Documents. The Contractor shall be deemed to have included in his prices for all costs in connection therewith including labour in unloading, transferring, setting hoisting, fitting of equipment/materials/goods in position, including materials required for lapping, jointing and the like, and all costs in connection therewith such as conveyancing, duties and taxes, delivering, unloading, storing, returning packing, handling, hoisting and lowering; for all cutting and waste of materials; for all incidental materials such as nails, screws, spikes, plugs, putty, tow, solder, etc whether or not specifically mentioned in the Schedule of Works for all establishment costs, overheads and profit. The Contractor shall be deemed to have included for all costs in respect of all time delays caused by workmen as applicable, for annual and public holidays, rest days, travelling time, expenses, fares and transport, government levies, non-productive time and other incentive and bonus payments, Foreign Workers Levy, Central Provident Fund, Mosque Building Fund (if applicable) and any other costs or disbursement arising from employment of labour. Unless otherwise stated, all items in the Schedule of Prices specifying materials, fittings etc are to be read as implying that such materials, fittings are to be provided and fixed by the Contractor. All the materials to be used in permanent works described in this Schedule of Prices shall be deemed new and fixed in position. The term "making good or make good" shall mean the effective preparation of surfaces or components which are in the main sound, apart from minor blemishes or defects and shall be understood as including all labour and materials necessary to bring the disturbed area to the same face, colour, texture etc., in the same materials as the surrounding work, and shall include for decorating any new work to match the surrounding existing work to the entire satisfaction of the Architect. The term does not imply the replacement of components other than in cases where the Contractor has a stated or implied liability to make good damage, avoidable or unavoidable, arising from the works or acts of his workmen. The method of measurement for variations or Variation Orders shall be addressed in accordance with the principles contained in the Standard Method of Measurement of Building Works (Second Edition) issued by the Singapore Institute of Surveyors & Valuers (SISV) and subject to the deviations noted in the Schedule of Works, if any. Excavation The Contractor has been directed to visit the Site and satisfy himself as to the nature of the Site and the ground to be excavated prior to tendering. The quantities of extra over excavations for excavation in rock have not been given separately in cubic metres (m3). The onus is on the Contractor to judge the nature of the ground to be excavated and to estimate the percentage of rock to be removed. This estimate is at the Contractor's own risk and will not be subject to any adjustment.

1.4

1.5 1.6

1.7

1.8

2. 2.1 2.2

Page 1

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 2.3 The prices for excavation shall be deemed to include for breaking up and removing brickwork/blockwork, concrete and reinforced concrete and other materials of a similar nature. The prices shall also include excavating around piles and confined areas, levelling and compacting bottoms of excavations, keeping sides plumb and planking and strutting. The onus is on the Contractor to judge the percentage of these materials to be removed and the type of work to be done. This estimate is at the Contractor's own risk and will not be subjected to any adjustment. The term "getting out" includes for all wheeling, basketing or hoisting out, multiple handling and/or placing excavated material in temporary spoil heaps as may be necessary and preparatory to disposal. The term "backfilling" or "disposal" shall mean either return, fill and ram selected excavated material around foundation and/or remove surplus excavated material off Site to a tip provided by the Contractor. The term "planking and strutting" shall mean providing everything requisite to uphold the face of all excavation including any special shoring which may be required. The prices for all excavation get out and subsequent disposal shall include for but not limited to the following: a) excavating in any type of level or sloping ground whatsoever including boulders and solid rock and for the use of compressed air plant, wedges or other plant and appliances if required and for blasting, if permitted. excavating by hand or taking such other precautions as are necessary to avoid damage to tops of pile already executed on Site by the forward Contractor. excavating by hand or taking such other precautions as are necessary to avoid damage to existing underground services. excavating in stages if directed or required. increase in bulk of excavated material. grubbing up old roots, grass, vegetation and similar and removing old drains and sealing off connections, and filling all holes with hardcore. trimming, levelling or grading, and compacting bottoms of excavations. trimming sides and keeping side plumb. getting out excavated material by any means necessary. trimming, levelling or grading, and compacting bottoms of excavations. trimming sides and keeping side plumb. getting out excavated material by any means necessary. planking and strutting or shoring to all faces of excavation including any additional excavation and returning, filling and ramming occasioned thereby. all multi-handling between excavation and final position.

2.4

2.5

2.6

2.7

b)

c) d) e) f) g) h) i) j) k) l) m) n)

Page 2

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles o) p) q) r) 2.8 temporarily supporting existing drain pipes, cables, and similar during excavation and making good any damage caused to same. filling with concrete where excavation have been executed deeper than instructed, or concrete place in lieu of trimming rock bottoms to exact levels. protecting all work from inclement weather and for making good any subsidence, slip or denudation. blasting screens and other protective works if blasting is permitted.

The prices for trenches for service pipes, cables curbs and the like and for excavating post holes shall include for part return fill and compacting of excavated material and for carting away surplus/spreading and levelling surplus on site. The prices for selected earth filling and hardcore filling and backfilling shall include for but not limited to the following: a) b) c) d) additional material required to allow for consolidation. all multi-handling to final position. spreading and levelling, watering as required, filling in layers and well compacted as specified. temporary retaining boards to edges and slopes and any necessary handpacking at steppings, thickening under slabs, behind walls and similar positions. removing from Site of any material found to be unsuitable for backfilling and replacing as necessary with approved filling material obtained from the Contractor's own source. removing from Site as necessary or as required by Site conditions or restrictions or to suit the construction sequence and return or replacing with approved backfilling materials obtained from the Contractor's own source.

2.9

e) f)

2.10

Allowances in prices for disposal or prices for importation of filling or hardcore which have to be transported along public roads shall include for conforming with the Authorities regulations for carting, loading and unloading of these materials and for taking the following precautions to prevent the material being deposited on these roads during haulage: a) b) all lorries must have tightly fitting and adequately secured side and tail boards. earth or hardcore shall not be loaded into the lorry to a level high than the tail or side boards. Rock shall be carefully and securely stacked on the vehicle to prevent any dislodging and falling into the road during haulage. during the period covered by excavation the Contractor shall provide and employ at the Site, borrow site and dump site such unskilled labour as is necessary or as directed by the Architect for the purpose of keeping the wheels and undersides of lorries clean and free from earth prior to leaving the Site, borrow site or dump site and, after dumping, for sweeping out all loose material remaining in the vehicle. At the discretion of the Architect such labour shall be employed also in keeping clean the approach roads to Site, borrow site or dump site.

c)

2.11

The prices for "Excavation" items will be applied to all work within the boundary of the Site including variations for changes in depth and positions of excavations and for extra work.

Page 3

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 3. 3.1 3.1.1 3.1.2 3.1.3 3.1.4 Concrete Work In-Situ Concrete Prices shall be held to include for forming a scratched finish on top surface of concrete slabs etc, cutting grooves, chases, mortices, holes, making good and any other sundry items of a like nature. Prices shall be held to include allowance for any additional concrete required to conform with tolerances in excavated surfaces shown on the Contract Drawing or described in the Specification. The Concrete shall allow in his prices for all construction/expansion joints or pour breaks not shown on the Contract Drawings, including all necessary waterstop, angles and intersections. All concrete is to be mixed, vibrated, tamped, placed and poured in accordance with the requirements of the Specification and the Contractor's prices for concrete shall include for complying with these requirements and labour and material for carrying out all tests as described. Prices for concrete shall include for mixing, depositing, handling, hoisting into position, making good after removal of formwork, pouring breaks, roughening and preparing surfaces to receive new concrete and for all making good. Prices for concrete slabs shall include for laying in bays and setting down or preparing as required to receive finishes including necessary formwork to the joints between bays. Should the surfaces become damaged in any way before finishes are laid, the Contractor shall make good at his own expense. Prices for concrete shall include for taking delivery of sleeves, flanges and other inserts for concrete from nominated sub-contractors and casting them into the positions required. Prices shall include for casting all pipes, conduits etc. into concrete. Prices for concrete work shall include for leaving any necessary temporary openings for services and other fittings and fixtures required for the Works and for any necessary concrete, reinforcement and formwork or other approved firestop material required to be installed upon completion of the installation of the relevant services, fittings or fixtures so as to ensure a proper fire compartment. The prices for reinforcement shall include for checking, sorting, storing, cleaning cutting to lengths, hook ends, bending, fixing in position and provision of all necessary hangers, spacers, stools, chair supports of any nature and magnitude, tying wire etc.

3.1.5

3.1.6

3.1.7

3.1.8

3.1.9

3.1.10 Prices for fabric reinforcement shall include for the extra material in placing laps (minimum 200 mm laps) for the purpose of jointing sheets together, for notching around obstructions and bending of the fabric as necessary. 3.2 3.2.1 Formwork Prices of formwork shall be held to include all chamfered and splayed edges, notchings, filleting, grooves, mortices and similar labours allowance for overlaps, and passings at angles, battens, strutting, bolting, wedging, easing, striking and removal. Prices for formwork shall also include for the use of form release coating (mould oil) and for all clean out and pour openings, formation of chambers and temporary struts or shores required after the removal of forms. Prices for formwork shall include for strutting simultaneously as may floors as may be necessary for the continuous and expeditions progress of the Works to the satisfaction of the Architect.

3.2.2

3.2.3

Page 4

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 3.2.4 Prices for wrought formwork shall be held to include for boards to be close jointed to produce a smooth finished appearance in the concrete surfaces, free from board marks, voids, holes and any other imperfections and any such marks are to be carefully rubbed down and any holes filled with hard filler. Pre-Stressed Concrete The Contractor shall select a system, which will comply with the required design requirements. The prices for ducts are to include for the provision of supports to the material used in the formation of the ducts and for forming and grouting air holes. The prices for fixing each tendon are to include forde-greasing, straightening, cutting to lengths and assembling. The prices for tensioning tendons are to include for cutting off ends of tendons. All Specifications shall be read in conjunction with the relative Contract Drawings and the pricing shall be deemed to include for all equipment, cables, anchorages, sheathings, couplings, grouting and the like necessary for the completion of the work to the entire satisfaction of the Architect. Structural Steelwork Prices for structural steelwork shall include for but not limited to the following: a) b) c) d) rolling margin all cuttings and waste of materials, lapping and jointing shop and site fabrication works including drilling and cutting, (holes and openings for other trades), notching, splicing, welding, machinering ends and bearings shop and site weldings including labour, material and consumables for welding and equipment marking and labeling conveyance delivery, unloading, landing, storing, returning packings, lowering, double handling, hoisting, erecting, fitting and fixing in position shop/fabrication priming including on-site touching and sealing required shims, wedging and levelling of column bases and the like temporary boxes, setting out, casting in of holding down bolts nuts and any type of washer which may be required temporary bracing and supports and the like required for erection the testing and inspection of welds including the use of any special radio-graphic techniques grouting under base plates wire wrappings to encased steelwork Page 5

3.3 3.3.1 3.3.2

3.3.3 3.3.4 3.3.5

4. 4.1

e) f) g) h) i) j) k) l) m) n)

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 4.2 Prices for structural steel connection shall include for but not limited to the following: a) b) c) d) nuts, bolts and type of washer which may be required (but excluding anchor bolts and holding down bolts) rivets, welding, shear studs ties, wedges, shims, grouting under bases or bearing plates cleats, gusset plates, stiffeners, flange plates, bearing plates, base plates, butt plates, column caps, brackets, etc. casting in of holding down or anchor bolts shop and site fabrication including drilling, cutting, notching, splicing etc. delivery, unloading, handling, hoisting, fitting and fixing in position shop priming preparation of design and shop drawings

e) f) g) h) i) 5. 5.1

Brickwork/Blockwork Prices of brickwork/blockwork shall be held to include for all holdfast and bonding ties at abutments to concrete structures, all rough and fair cutting, oversailing and receding courses, rough relieving and discharging arches, wedging and pinning, raking out joints for and pointing flashings, bedding plates, bedding and pointing wood frames, parging and coring flues and ducts, labour eaves filling, plumbing angles, forming square and rebated reveals, cutting squints, birdsmouths and notches, forming leaving or cutting chases, holes and mortices, cutting and pinning, making good and any other sundry items of a like nature. Prices for brickwork/blockwork shall include for bands of precast cement tiles of a course height different from that of the general course height to make up the heights of walls under slabs, beams etc, and all necessary reinforced concrete stiffeners and lintels as specified in the Specification. Prices for brickwork/blockwork shall include for sealing walls around all penetrations passing through the walls with fully sealed air-tight joints and taking delivery of sleeves and the like from nominated sub-contractors and building them in position as required. Prices for brickwork/blockwork shall also include for leaving any necessary temporary openings for services and other fittings and fixtures required for the Works and for an approved fire stop material to be installed upon completion of the installations of the relevant services, fittings or fixtures so as to ensure a proper fire compartment. Prices for fair-faced brickwork/blockwork are to include for keeping the Works perfectly clean during progress of the Works. No rubbing down of brickwork/blockwork will be permitted. The prices for brickwork/blockwork shall include brick reinforcement, where required. The prices for brickwork/blockwork shall be deemed to include for all centering required. The prices for brick or tile sills, cornices, plinths, cappings, copings and similar shall include for all angles, notches and fitted returned ends and the like.

5.2

5.3

5.4

5.5 5.6 5.7 5.8

Page 6

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 6 6.1 6.1.1 Roofing Generally The prices for all roofing shall include for but not limited to the following: a) b) 6.2 6.2.1 work at any height all narrow widths and small quantities.

Roof Covering And Other Membrane Coverings Prices for roof coverings and other membrane coverings shall include for but not limited to the followings: a) b) c) laying to falls and current; all laps and cutting and waste; all additional labour required in dressing to internal angle fillet, curbs, upstands, channels, gutters, fascia, flashings, skirtings, edge coverings, drips, faces of steps, eaves, verges, abutments and similar items, including ends, angles intersections, stops and the like the same and turning in edges; extra material used in laps, all cuttings and working around pipes and the like; providing heavy tarpaulin sheets or other approved covering throughout the progress of the work to roof areas to prevent the ingress of rain or other water and prevent damage to insulation boards; and leaving roof clean and watertight on completion and cleaning out rainwater outlets and gutters.

d) e)

f) 6.3 6.3.1 7. 7.1

Rainwater Goods Prices of rainwater pipes shall include for all loose standard straps, collars or holderbats and extra joints. Carpentry and joinery Prices of carpentry, shall be held to include for cutting, notching, boring, sinking, pelleting, fitting, trimming, mitring, halving, morticing, tenoning, dovetailing, scarfing and wedging and for all ends, splayed edges, short lengths and temporary supports and any other sundry items of a like nature. Prices of joinery shall be held to include for all cutting, notching, holes, housing ends, mitring, ends and shaped ends, angles, junctions, heading joints, short lengths and any other sundry items of a like nature. Tongued angles, splayed or rounded edges, chamfers, rebates, grooves and any other sundry items of a like nature shall be included in the Contractor's prices. Labour to stops or cross grain shall be deemed to be included with the respective item. All carpenter's and joiner's work shall include nails, screws, etc. Prices for timbers are to include for the fixings unless otherwise stated.

7.2 7.3

7.4 7.5 7.6

Page 7

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 7.7 7.8 Where a door thickness is stated, such thickness is inclusive of any plastic, metal or other facings. Prices of fixing shall be deemed to include for fixing to either concrete or brickwork/blockwork and prices with masonry anchors or with "rawlplugs" or similar approved proprietary plugs shall include for drilling, as required. Sawn timber must hold the full dimensions shown or specified. All timber sizes are finished sizes unless otherwise stated. The Contractor should allow in his prices for the extra material required in planing for wrought faces. The prices for sawn grounds, sawn partition and false ceiling framing and similar shall include for planing one or more faces if necessary to obtain a level fixing surface. The prices for doors and windows shall include for fitting and hanging. The prices for laminated plastic sheeting shall include for fixing with adhesive. The prices for plywood, soft-board, plastic sheeting etc are deemed to include for lining up joints, setting out and matching adjoining panels in accordance with the Architect's requirements. The prices for all joinery shall include for punching all nail and pin heads, glass papering and leaving clean for polishing or clear finish where required. The prices for drawers are deemed to include for the provision of stops, stop-dovetailed joints to fronts, dovetailed joints to back, grooving sides and front for bottoms and glueing together. The prices for rockwool and fibreglass blankets are deemed to include for cutting to sizes, stitching up edges, hanging and overlapping. Ironmongery The rates for fixing ironmongery, toilet and other fittings shall include for: a) b) c) d) 8.2 fixing to any type of timber or building board unless some other surface is specifically mentioned provision of all necessary screws to match the ironmongery, and any bolts, nuts, washers, nails, pins or similar items required all plugging of concrete, brick, stone or other surfaces all types and sizes of ironmongery

7.9 7.10 7.11 7.12 7.13 7.14 7.15 7.16

7.17 8. 8.1

The rates for fixing locks shall further include for fixing staples or striking plates, escutcheons when required, stamping lock face with number and supplying and fixing plastic discs, engraved with lock or room number, to the three keys and for the provision of an approved key board prior to Completion Date.

Page 8

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 9. 9.1 9.1.1 Metalwork General The prices for metalwork shall include for but not limited to the following: a) b) rolling margin cutting, notching, mitring, welding, fabricating, drilling, delivery, unloading, handling, assembly, hoisting, fitting and fixing in position, bedding, filling in solid and pointing including necessary lugs or other attachments. waste of materials, lapping and jointing. protection such as wrapping finished work with paper, coating with grease or carrying out such other protective measures as may be required and removing and cleaning on completing. providing samples and testing as required. preparation of shop drawings.

c) d)

e) f) 9.2 9.2.1 9.3 9.3.1

Railings The prices for railings shall include for ramps wreath bends, terminals and the like. Ceilings The prices for suspended metal ceilings shall include for but not limited to the followings: a) for the completion installation, including sheet panels, tiles, primary and secondary framing, hangers, hooks, clips, screws, bolts, masonry anchors, power driven or other fasteners, drilling, mortices joining materials, caulking, all square cutting and waste, adjusting and additional suspension and framework, to and around beams, ducts and trucking and levelling to a true even line, cutting and making good around all openings, pipes, sleeves, brackets and the like. for junctions of ceilings with walls, columns, pelmets and the like shall include for any cutting, edge trim to the ceiling suspension system and additional suspension.

b) 10. 10.1

Wall And Ceiling Finishings General

10.1.1 Prices shall generally include for but not limited to the following: a) all temporary rules, temporary grounds, temporary screeds and the like, cramps, dowels, ties, special metal supporting brackets and the like, masking, labour to internal angles making good around pipes, sanitary fixtures and the like, work in narrow widths and small quantities, joints between different types of work, joints between new and old work; internal angles, fair edges, rounded or chamfered edges or angles, arises, quirks, grooves, v-joints, groin points and other intersections of curved surfaces, rounded coves and external angles not exceeding 25mm radius, mitres, stops and the like on cornices, mouldings, architraves, coves, skirtings, strings and all making good and any other sundry items of a like nature. protecting surfaces from the weather or building operations. Page 9

b)

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 10.2 Metal Lathing

10.2.1 Prices of metal lathing shall be held to include for all cutting, holes, notching and any other sundry items of the like nature. 10.3 Ceilings

10.3.1 The prices for plaster or fibrous plaster board shall be held to include for all cutting, holes, notching, fixings, preparation of cut edges and forming scrimmed joints in accordance with the Specification or manufacturer's instructions, galvanized metal corner beads at salient angles access panels for services and any other sundry items of a like nature. 10.3.2 The prices for proprietary suspended ceilings including mineral fibreboard and plasterboard ceilings shall include for: a) installation complete with linings and including the whole of the suspension system (ie suspension framing, edge trims, hangers and fixing to soffits). all cutting, small quantities, narrow widths forming control joints and trimming around pipes, conduits, power points, sleeves, sprinkler and detector heads, openings, grilles, registers, light fittings, access panels and the like, including extra supports and trimmers for same. additional framing and supports etc to bridge across ducts.

b)

c)

10.3.3 The prices for bulkheads shall include for strengthening the ceiling suspension system as necessary and for providing and fixing runners for the bulkhead sheeting. 10.3.4 Prices of plastering shall be held to include for narrow widths and small quantities, temporary rules, joints between different types of plastering, joints between new and old plastering, internal angles, arises, quirks, groin points and other intersections of curved surfaces, rounded coves and external angles not exceeding 25 mm radius and mitres, stops etc on cornices, mouldings, enrichments, coves, skirtings, gutters and strings, 100mm wide strip of galvanized expanded metal lathing across joints of differing substrate materials all making good and any other sundry items of a like nature. 10.3.5 Prices for each item of plastering shall be held to include for all preparatory work to the structural backing such as raking out joints of masonry, hacking concrete or applying bonding agent to concrete in lieu of hacking. 10.3.6 Prices for internal plastering shall further include for finishing all angles where specified with propriety internal and external angles, plastic stop and providing expanded metal lath in a continuous strip 150 mm wide. 10.4 Tiling

10.4.1 Prices of wall tiling shall be held to include for narrow widths and small quantities and fitting around air bricks, pipes and the like, circular cutting and any other sundry items of a like nature. 10.4.2 The prices for all wall tiling shall be held to include for laying in colours and patterns as required and approved by the Architect. 10.4.3 The prices for coloured tiles etc are deemed to be for wall tiles from the standard colour range unless otherwise described. 10.4.4 Prices of slates to external walls shall be held to include protective coating as approved by the Architect.

Page 10

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 11. 11.1 11.2 Floor Finishings Prices of floor finishings shall be held to include for all rounded edges on in-situ paving, all arises and making good and any other sundry items of a like nature. Prices of skirtings, risers, moulded or rounded edges, channels and the like shall be held to include for all short lengths, formed, cut and purpose-made angles, junctions, ends, etc and making good and any other sundry items of a like nature. All prices shall include for narrow widths, small quantities, all temporary rules and laying to patterns, for working or cutting and sealing around conduits, pipes, floor outlets, sanitary fittings and the like, circular cutting and for finishing pavings as required, leaving free from all joints and trowel marks and other imperfections and cleanings, covering and protecting all surfaces as described. Where the thickness of screeds is shown to be 'average' they are required to be laid to falls and currents and the Contractor shall include this in his prices. The prices for screeds to receive carpet tiles and the like shall be held to include for finishing smooth and even including adding neat cement to the surface and finishing with a steel trowel. Prices for all tiling shall be held to include for laying in colours and patterns as required and approved by the Architect. Prices for coloured tiles etc are deemed to be for tiles from the standard coloured range unless otherwise described. Plumbing The prices for lead, zinc and copper work shall be held to include for but not limited to the following: a) b) 12.2 wedging, solder, brazing all labours connected with the item described

11.3

11.4 11.5

11.6 11.7 12. 12.1

The prices for fixing sanitary fittings shall be held include for but not limited to the following: a) b) c) assembling all component parts jointing and pointing including supply of materials joints to service, waste, and overflow pipes including supply of materials

12.3

The prices for all pipework shall be held to include for but not limited to the following: a) cutting to length, all short lengths, joints in the running lengths and joints to all bends, junctions, tees and other pipe fittings and heads, roof and floor outlets and the like provision of loose collars, couplings and similar items where required and jointing materials including gaskets and nuts and bolts for flanged pipes all expansion joints not specifically shown on the Contract Drawings

b)

Page 11

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles c) fixing to any surface including all necessary screws, rivets, nails, sockets, and all pipe fixings or supporting clips, saddles, brackets, clamps, straps, holdfasts, hangers (fixed or adjustable) anchors, charge pins, metal anchor devices and the like. Fixing to any surface including providing all clips, brackets, hangers, tacks, screws, bolts and similar required, and making good wrapping with bituminous felt or polyurethane sheet as required where passing through floor or cast into structure sleeves for pipes passing through walls, slabs, beams and roofs and for caulking with sealant between pipes and sleeves as required cover flanges as required where passing through walls

d) e)

f) 12.4 12.5

The prices for all fittings shall be held to include for any necessary reducers. The prices for tees, junctions, crosses and the like shall be held to include for the correct type and angle as required and for all additional joints and cutting required. The prices for UPVC pipes laid underground or chased into structure shall include for wrapping with hessian or bituminous felt. The prices for galvanized steel pipes encased in concrete or buried in walls or trenches shall include for coating with three coats of bituminous solution and wrapping with hessian or bituminous felt. The prices for all type of pipes shall be held to include for all made bends. The prices for cast iron or steel gratings shall be held to include for painting with two coats of approved bituminous or aluminium paint. The prices for insulation to pipes and equipment shall be held to include for cutting and fitting or working around, supports, joints, elbows, tees, valves, access doors, gauges, connections and the like. Prices for pipes in the ground shall include for excavation in any material whatsoever, all planking and strutting, removal of all tree roots, stones and other obstructions, grading bottoms, filling of voids with weak concrete, back-filling and ramming in layers and for carting away surplus excavated materials. Glazing The prices for glazing shall include for but not limited to the following: a) b) c) painting metal or wood rebates with one coat of priming paint before glazing risk of breakage, cleaning glass inside and out, replacing scratched or cracked panes free of charge cleaning and leaving perfect on completion

12.6 12.7 12.8 12.9 12.10

12.11

13. 13.1

Page 12

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 14. 14.1 Painting The prices for painting shall include for but not limited to the following: a) b) c) d) e) f) all preliminary preparatory work touching up workshop or Site primed ferrous metalwork prior to undercoating rubbing down and other preparatory work between coats various colours and tints all multi-colour work and cutting to line protection of all work likely to be damaged including removing all articles of ironmongery, hardware and similar, before painting and replacing after painting complete painting on beads, hinges, and other fittings, brackets, bolts, lugs, and the like (unless detached from other paintwork or picked out in different colour) making good painting after installation of other work by other trades

g) 14.2 14.3

The prices for painting metal windows, louvres, doors, screens, and the like shall include for opening edges and all surfaces of frames, mullions, transoms, sills and the like. The prices for painting wood sashes, casements, screens and the like shall include for opening edges and all surfaces of integral frames, mullions, transoms, sills and the like. The prices for painting pipes shall include for cover plates, fittings, hangers, holderbats, brackets and the like. Drainage Work The preambles to other trades shall apply to this trade wherever applicable. The prices for drainpipes shall include for but not limited to the following: a) b) c) all short lengths and jointing including provision of loose collars, connectors, adapters and similar items and jointing materials the provision and fixing of all brackets required for pipes fixed to manhole sides, walls etc building in and making good ends of pipes to manhole sides and jointing to channels

14.4 15. 15.1 15.2

15.3 15.4 15.5

The prices for pipe fittings, gullies, traps and similar shall include for the additional cutting on the pipe and all additional joints. The prices for stormwater channels shall include for forming all angles, ends, intersections, junctions, outlets and similar. The prices for manhole covers and gratings are deemed to include for painting with two coats of approved bituminous or aluminium paint. The prices of pipework shall be deemed to include all short lengths, joints in the running length, joints to all branches, tees, sockets, sleeves, connectors, backnuts, nipples, standard pipe fixings or supporting clips, saddles, fastening brackets, holderbats, straps and the like.

15.6

Page 13

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 16. 16.1 Demolitions And Alterations The Contractor shall visit the Site for the purpose of inspecting and pricing the demolitions and alterations work and the rates shall be deemed to include for all work in connection therewith as though pricing had been undertaken on Site. All demolition and alteration works shall be deemed to allow for all labour and material necessary to bring the disturbed area to the same face, colour, texture etc, in the same materials as the surrounding work. The rates for the demolition of walls or parts of walls or cutting openings in walls, shall include for all wedging and pinning up cutting to line remaining portions, cutting back reinforcement, making good any walling which collapses or is pulled down in excess of requirement, making good any finishings disturbed in the remaining portion and preparing surfaces of floor slabs under, ceilings over and abutting surfaces of columns or side walls to receive new finishes. The rates for bricking up or otherwise blocking existing openings shall include for the careful removal of any pavings and finishings to jambs and heads of the openings. The rates for removing existing joinery and metal fittings shall include for cutting out all brackets, removing all screws, nails and other fixings, filling all holes etc. resulting and preparing remaining surfaces for new finish or decoration. The rates for hacking off existing pavings, skirtings, wall and ceiling plaster, tiling and the like shall include for preparing the remaining surface to receive new finish, and make good the work which is hacked off or disturbed in excess of requirement. The rates for taking down plumbers pipework, drain pipes and sanitary fittings shall include for all cutting out of brackets and other fixings, removing sleeves, making good all disused holes or chases in or through floors, walls and the like and making good any other damage to existing surfaces. The rates for taking out tubing and pipes shall include for sealing off remaining ends. The rates for items described as "setting aside for re-use" shall include for carefully removing, disconnecting etc., cleaning the items or materials and leaving safely stored on the Site ready for subsequent re-use. The rates for cutting and taking down concrete shall include for removal of all material arising from these operations and which shall become the property of the Contractor. Rates shall also include for any necessary propping, strutting and shoring required.

16.2

16.3

16.4

16.5

16.6

16.7

16.8

16.9

16.10 The rate for scraping off existing painting shall include for preparing remaining surface to receive new painting. 16.11 The rates for shoring are to include for obtaining licences and paying fees and providing all necessary nails, wedges, cramps bolts and the like. 16.12 The rates for all demolition and alteration works are to include for: a) Executing the work in such a way as to ensure the safety of, and cause as little inconvenience as possible to, adjoining properties and occupants, the public in general, passing vehicles and workmen; Provision of all shoring, needling, strutting or other supports necessary for the protection and safety of and upholding all portions of the building affected by the works including all necessary cutting away and making good after removal;

b)

Page 14

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles c) Provision of all necessary scaffolding, fans and wire mesh or matting protective screens and weatherproof screens; Location, isolation and safe termination of existing services prior to commencing the work and giving due notice of proposed demolition to the Singapore Power and any other Public Utility Agencies/Authorities if their installations will be affected, and arranging for disconnection of services; Removing all old materials, debris and other arisings off Site. Providing all necessary dust screens and similar and watering debris as necessary to reduce nuisance to minimum; All other work necessary or implied to complete the Demolitions, Alteration Works or Spot Works in a proper and workmanlike manner in accordance with the relevant Specification Clauses and Drawings.

d)

e) f) g)

17. 17.1 17.2 17.3

Piling Unless otherwise described the whole of the Piling Works shall be executed in accordance with the Specification and the Drawings. The relevant Preamble Clauses of Excavation apply equally to this Trade. The rates for piling works shall include for all necessary inspection trench excavation, guide trench excavation and general excavation. Such excavation shall include for: a) Excavating in level or sloping ground of any type of naturally occurring material whatsoever including all boulders and solid rock and for the use of all necessary construction plant and appliances and getting out excavated materials by any means necessary and the Contractor is to note that the excavation and removal of rock shall be held to be included in the rates for excavation. Any overbreak of rock excavation due to the Contractor's construction methods; The removal of rock by any means necessary (blasting is not permitted) and any subsequent return filling, disposal and ramming and all necessary planking and strutting, etc. All necessary pumping and bailing to keep the works free from water from any cause during excavation.

b) c)

d)

17.4

The rates for piling works shall further include for. a) The provision, delivery to Site, assembling and erection of all necessary construction plant, equipment and appliances including standby spares as necessary for the proper execution of the works and for ensuring safety and other precautions as specified including moving it into position and about the Site as may be required and its subsequent dismantling and removal.

Page 15

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles 17.5 Further clause 17.4, the rates for steel sheet piling shall include for. a) b) c) Cutting off surplus lengths to required length. All piles, corners, junctions, closures, tapers etc to suit the Contractor s construction methods. Removal of rock/obstructions encountered during driving by any means necessary (blasting is not permitted) and any subsequent return, filling, disposal and ramming and all necessary planking and strutting etc. All other safety measures or special precautions necessary. Cutting and/or burning holes through steel sheet piles to suit the Contractors construction methods. Providing, erecting, maintaining, altering and adapting and subsequent removal of all necessary temporary strutting and shoring to steel piling face. Withdrawing steel sheet piles. Steel sheet piling required to be left in. Temporary strutting and shoring as support to the steel sheet piling and required to be left in. All temporary steel, connecting plates, cleats and supporting brackets, bolts, welds, fixing etc.

d) e) f)

g) h) i)

j) 18. 18.1

Landscaping Measurements And Quantities. a) All items are to be measured nett and the description shall be deemed fully to represent the whole of the works to be executed under the item/s in complete conformity. b) Dimensions used in calculating quantities shall be taken to the nearest 10mm (i.e. 5mm and over shall be regarded as 10mm and less than 5mm shall be disregarded). This rule shall not apply to any dimensions stated in description. c) Quantities measured in tones and quantities less than half of a unit shall be given to two decimals. Other quantities shall be given to the nearest whole unit (i.e. 0.5 and over shall be regarded as 1) d) Unless otherwise described, spot turf and close turfing refer to laying grass with gaps not exceeding 100mm and 30mm respectively.

18.2

Description And Rates. a) Dimensions stated in description are generally in the sequence of length, width and height. b) Unless otherwise stated, the rates quoted against each item shall be deemed to include all the followings :i. Supplying, transporting, delivering, unloading, storing and hoisting of plants and materials, Page 16

Proposed Upgrading of Existing St. Stephen's School SCHEDULE OF PRICES Preambles ii. iii. iv. v. vi. vii. viii. Provision of a nursery Preparing surfaces to receive work including excavation of planting holes and beds and disposal of excavated materials. Protecting materials and works. Machinery, equipment and all costs in connection therewith. Cleaning up on completion and making good all works disturbed. Maintenance for a period of 2 months after Certificate of Substantial Completion of the Works. Establishment charges, overhead charges, preliminaries and profits.

c) The rates indicated against each item shall also include insurance (covering workmen s compensation, injury to persons and damage to property), preliminaries and all other general requirements necessary for the carrying out of the works.

Page 17

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 1 PRELIMINARIES FOR THE WORKS

DESCRIPTION

Each individual item in the Preliminaries must be priced and written in ink. The Contractor may, however, insert INC. (included) in the money column where it is the accepted practice to include with other items the value of (a) items of a minor nature and/or (b) general clauses (the value of which can be included in the costs of several individual items). Payments toward items executed under Preliminaries shall be made progressively in a manner to be agreed with the SO. Generally, a mixture of the following mode of payment for Preliminaries items shall be adopted: (a) Items where expenditure is according to time shall be calculated based on time progress. Provided always that the program of the Works is according to the planned and agreed schedule. Items where expenditure is based on the value of Works shall be paid in proportion to value of Works executed in relation to the cost of the whole Contract. Items that cannot be valued using method (a) or (b) shall be broken down into element costs, and payment for the item made in accordance to this breakdown. For example: the item for temporary buildings could be broken down into the element of (a) erection, (b) maintenance and (c) clearing away upon completion of Contract. Upon erection, the cost of erection for the item shall be included in the progress payments. Maintenance will be included in progress payments on a time related basis. At the time when temporary buildings are cleared away, the cost of clearing away will be included in the progress payments. During the evaluation of Tenders, the Contractor shall submit breakdown of such items for purposes of payment during the progress of the Works.

(b)

(c)

SCOPE OF WORKS The works included in this Contract hereinafter referred to as the Works, shall comprise, in brief, the supply of materials, labour, plant and equipments required for:a) b) c) d) e) f) g) Demolition Works (where applicable); Piling Works; Additions and Alterations Works comprising upgrading of facilities in existing Office / Library / Classroom Blocks Construction of a new building for New Norm facilities integrated with an elevated Indoor Sports Hall. External Works and Services; Mechanical and Electrical Works; Works under Provisional Sums.

S1/1
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall undertake the design and construction of all Temporary Works including its construction. The design shall comply with the authorities requirements. Upon approval of the Contractors design by the SO, the Contractor shall submit for and obtain all necessary approvals from the authorities at its own costs. The Contractor shall note of existing works / structures that are to be retained / make good and is to exercise due care and make necessary provisions / precautions in the planning and execution of the overall works. The Contractor shall engage a Professional Engineer (P.E) to conduct and ensure that there are no damages to any existing works / structures during the course of the overall upgrading works. All abortive works / reinstatement of the same shall be at the Contractors own expense and no time / cost shall be entertained in this respect. The Contractor shall rectify all defects for which he is liable under the Conditions of Contract during the Defects Liability Period and without prejudice to his liabilities arising at law and arising after the Defects Liability Period. The Contractor shall carry out the above mentioned Works as shown on the Drawings. The general description of the Works mentioned above is only for the guidance of the Contractor and any error or omission shall not constitute a ground for claim by the Contractor. The onus for investigating and ensuring the actual extent and nature of the Works comprised in this Contract prior to the submission of the tender lies solely with the Contractor. Any doubts should be clarified with the SO before the tender is submitted. No claim arising out of lack of clarity or availability of information will be entertained. Allowance for any or all these provisions shall be made in the tender. The Contractor shall take all necessary precautions not to disturb the existing structures, fixtures, finishes, etc. that are not within the working boundary area as indicated in the drawings. Any such damages during the progress of the work shall be made good at the Contractors expense.

S1/2
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 3 TIME FOR COMPLETION

DESCRIPTION

The whole of the works comprised in this contract shall be completed, within a period of seventy eight (78) calendar weeks, from the date for commencement of the works. The completion dates for the works is described below : a. Base Tender 78 calendar weeks Phase Start Phase 1 Additions and Alteration Works comprising upgrading of facilities in existing Office / Library / Classroom Blocks Contract commencement Completion Period End 15 calendar weeks during the School holidays. Works are to be carried out during the March 2013 / 2014, June 2014, September 2014, November / December 2014 School holidays Contractor is to propose sequence of works for the SO approval prior to commencement. S$500.00 per day Liquidated Damages

Phase 2 Construction of new building for New Norm facilities integrated with an elevated Indoor Sports Hall

Contract commencement

78 calendar weeks after contract commencement

S$1,600.00 per day

The Contractor is to note that all noisy works are to be carried out and completed within the school holidays. The Contractor shall provide for temporary air-conditioning to all rooms as indicated in the drawings. In the event the average noise levels exceed 65 decibels continually for 5 minutes during the School operation hours, the SO may require the Contractor to provide for additional temporary air-conditioning to other affected rooms. There shall be no cost and time entitlement to the Contractor for compliance of the same. It is to be noted that all temporary air-conditioning works shall be inclusive of all costs of installation, maintenance and dismantling (inclusive of making good affected areas) of the airconditioning units to the affected classrooms as determined by the SO with and including of all connection and utilities charges in connection therewith via a separate sub-meter installation or provisions of generators. S1/3
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION

LOCATION AND POSSESSION OF SITE The Site of the Works is located at 20 Siglap View, Singapore 455789. The Contractor shall have possession of Site as demarcated in drawings or defined elsewhere in the Tender Documents. The Contractor shall refer to the said drawings for the exact location, dimension and area of the Site. The Contractor must accept the Site and the surrounding as found on the date of Site possession. Subject to the approval of the SO, the Contractor shall restrict and limit his site facilities, workmen, plant, vehicles and storage materials and all other work operations within the boundaries of the areas for which he has possession at the time.

VISIT TO THE SITE The Contractor shall be deemed to have inspected and examined the Site and its surrounding and acquaint himself, amongst others, with the following:a) means of access; b) the nature, character and conditions of the Site, the existing and adjoining buildings and the sub-soil upon which the Works are to be carried out; c) local conditions; d) tidal flood and local drainage problem; e) the extent of working space available; f) conditions affecting labour and materials, the storage of materials, positioning of sheds, stores, site office and plant; g) location of existing services; h) the nearest point from which electricity and water can be connected; i) any other information necessary for computing the tenders; j) risk of damages to private or public property adjacent to or abutting on Site, or risk of injury to the occupiers, users of, or persons employed on, such property whether or not it is in the ownership of the Employer. k) existing underground and above ground railway track; and l) any restrictions which may impede or affect the works.

SITE CONSTRAINTS AND AVAILABILITY OF SITE The Contractor shall be deemed to have familiarized himself with Site conditions, to have understood local conditions and the full extent and character of the Works before tendering. No claim will be entertained for delays or for additional cost incurred during the progress of the Works, for change of designs or methods of construction because of unforeseen circumstances arising out of the Contractor's lack of knowledge of these conditions.

S1/4
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall note the presence of existing dwelling structures, dwellers, physical encumbrances and the close proximity to buildings, roads and private properties and shall be deemed to have taken into consideration such matters and to have allowed for the probable effects on working hours. The Contractor shall seek approvals from the relevant authorities for site access and disturbed areas shall be made good at Contractor's expenses, such as temporary road crossings over drains and planting verges, etc. The Contractor shall coordinate closely with the SO and the relevant authorities and make all necessary arrangements at his own expense to erect temporary protection screens, hoardings, warning lights, signs, etc. in conspicuous positions for the protection and safety of the public. The Works must be carried out with the minimum of noise and no nuisance in any form will be tolerated. The Contractor shall at all times afford and maintain unobstructed and unrestricted access for the ingress and egress to the adjoining areas and existing buildings (where applicable) for which the Contractor has no possession. The Contractor shall note that no worker quarters shall be erected and operated at the Site. The Contractor shall take all necessary precautions not to disturb existing wires, cables, services pipes, roads, pavements, etc. Allowance for any or all of these provisions shall be made in the tender. The Employer shall entertain no claim on account of these requirements.

TOPOGRAPHICAL SURVEY AND SOIL DATA The soil investigation report included in this Tender is for the Contractors information only and to assist him in the preparation of his Tender. The Employer bears no responsibility for the accuracy of any information contained therein and no claim for extra payment, damage or loss and expense based on any inaccuracies will be entertained. It shall be the Contractors responsibility to access the nature of the ground and to carry out further site and sub-surface investigation if deemed necessary. Such investigation by the Contractor shall be entirely at his own expenses and shall have the SOs prior approval in writing. Where the Contractor undertakes such soil investigation, the SO shall be provided with two (2) copies of the results for his use, without any charge. If no such request for investigations were made, it shall be deemed that the Contractor has accepted that the soil investigation results are an accurate indication of the actual site and soil conditions. No claims for whatsoever, be it for extra time or monies, shall be entertained.

S1/5
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 8 FIRM PRICE CONTRACT

DESCRIPTION

The Contract Sum is not adjustable for fluctuations (rises or falls) in the cost of labour, materials, goods, temporary services, currency exchange rates or any other constituent part of the contract or for any change in current legislation or regulations which occur during the period of the Contract regarding working conditions, working hours or rates of payments or benefits to employees and any other costs in employing labour for the Works regarding rates of taxes, fees, duties, levies or other duties payable on materials and goods and services used in the Works. The fluctuation in the prices of material shall strictly be applicable to specified materials namely the concrete and steel reinforcement (not applicable to structural steelwork) used in the Permanent Works only as listed in the Appendix in the tender document of this Contract. The Contractor shall allow in his tender for any material (natural or otherwise including rock or artificial obstruction or debris) met with during the execution of the Works. The Contract Sum shall only be adjusted in accordance with the provisions of the Contract. 9 CONDITIONS OF CONTRACT The Conditions of Contract shall be the Public Sector Standard Conditions of Contract for Construction Works, December 2008 Sixth Edition, including the Appendix and any Option Modules. Further details or additional requirements which form part of the Standard Conditions (hereafter the Additional Conditions) are given herein. 1 1.1 Definitions and Interpretation Definitions The following definitions of terms shall apply throughout the Contract Document:Term SO/S.O. AS Definition Superintending Officer The latest Australian Standards (including any amendments) in force at the time of tendering The latest British Standards (including any amendments) in force at the time of tendering The latest Singapore Standards (including any amendments) in force at the time of tendering Deutsche Industrie Norm (German Industrial Standards)

BS

SS DIN

S1/6
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM ASTM AASHTO As Specified 1.2 1.3 1.4 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 3 3.1 3.2 3.3 3.4 3.5 3.6 4 4.1 4.2 4.3 4.4 4.5 4.6 4.7 5 5.1 5.2 5.3

DESCRIPTION The American Society for Testing and Materials The American Association of State Highway Transportation Officials As specified in the Specifications

Singular and Plural Headings and Marginal Notes Joint and Several Liability Superintending Officer and Superintending Officer's Representative Superintending Officer's Authority Superintending Officer's Representative Superintending Officer's Authority to Delegate Appointment of Assistants Instructions by Superintending Officer Failure to Comply with Superintending Officer's Instructions Urgent Repairs No Obligation to Exercise Powers Contract Documents Contract Documents to be Taken as Mutually Explanatory Custody and Supply of Drawings and Documents Drawings to be Kept on Site Need for Further Drawings etc. Further Supplementary Drawings etc. and Instructions Delay and Time General Obligations of the Contractor Contractor's General Responsibilities Site Operations and Methods of Construction Contractor's Responsibility for Subcontractors Responsibility for Identifying Ambiguities, Discrepancies, etc. Security Deposit Sufficiency of Tender Patents, Trademarks, Copyrights, etc. Sub-Surface and Ground Conditions Inspection of Site and Geotechnical Information Adverse Physical Conditions Underground Services

S1/7
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 6 6.1 6.2 6.3 6.4

DESCRIPTION Permanent Works Designed by the Contractor Contractor's Design Responsibility Submission of Documents prior to Commencement Submission of Documents After Completion Amendment and Modification of Accepted Design Temporary Works Designed by the Contractor The provisions of Clauses 6.1 to 6.4 shall where relevant, be applicable also to Temporary Works which are designed by the Contractor for the purpose of completing the Works. For Permanent and Temporary Work design, the Contractor shall be responsible for all submissions, endorsements and submission by Professional Engineers and other approval requirements laid down by the relevant Authorities including paying for all fees and changes thereof. The Contractor shall comply with all the requirements as stipulated in the structural drawings, specifications and particular specifications and include in his tender price. No claims shall be entertained for all works relating to temporary works designed by the Contractor. 7 7.1 7.2 7.3 8 8.1 8.2 Notices and Fees Generally Variations arising from Compliance Cost of Compliance Setting Out Accurate Setting Out Errors in Setting Out Registered Surveyor The setting out of the Works shall be carried out by a registered surveyor. All survey marks and pegs shall be protected and maintained. If any of the survey marks and pegs is displaced, the Contractor shall reinstate it at his own expense. The registered surveyor shall certify that works have been correctly set out in accordance with the Drawings. Seven (7) sets of CD-ROM and three (3) set of prints of "as set-out drawings" as prepared and endorsed' by the registered surveyor shall be submitted to the SO within two (2) months after completion of the Works. The Contractor shall note that employing a registered surveyor to set out works on his behalf does not relieve him of his responsibility under the Contract. Should any inaccuracy occur, the cost of any corrective measure and legal claim shall be borne by the Contractor. The Employer shall not entertain any claim for such costs or loss of time incurred as a result of inaccurate setting out. S1/8

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION

The Contractor shall, as and when directed by the SO, provide adequate surveying equipment on Site for use of the SO for checking purposes. 9 9.1 9.2 9.3 9.4 Programme for the Works Programme to be Furnished Revision of Programme Acceptance of Programme Failure to Submit Adequate Programme Preliminary Tender Programme The Contractor shall submit with his tender a preliminary programme showing how he intends to organise, carry out and complete the Works within the Contract Period. The programme shall identify the sequence of the main operations and the time limit within which the Contractor proposes that each operation shall commence and complete. The programme shall not form part of the Contract unless specifically agreed to in writing before award of the Contract. Programme for the Works The Contractor shall submit his programme for the Works in accordance with the requirements of the Contract and the programme shall be in the form of a critical path network. The Contractor shall submit four (4) copies of the approved programme and a soft copy in Microsoft Project latest version shall be forwarded to the SO. A copy of the approved programme shall be retained on the Site. Progress Report The Contractor shall monitor the progress of the work and submit four(4) sets of weekly reports to the SO showing the actual progress of the work compared with the scheduled progress in the programme. The report shall include the progress status for each trade of work, number and types of workmen employed, materials delivered and construction equipment used, compared with the planned activities and resources. 10 10.1 10.2 10.3 10.4 10.5 10.6 10.7 10.8 Quality in Construction Plant, Materials, Goods and Workmanship Contractor to Provide Everything Necessary for Testing Cost of Samples Cost of Test Examination and Measurement of Works before Covering up Uncovering and making Openings Defects during the Progress of the Works Default of Contractor in Compliance

S1/9
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 11 11.1 11.2 11.3 11.4 Administration

DESCRIPTION

Days and Hours of Working Contractor's Representative Removal of Workmen and Other Personnel Access for Superintending Officer Works Requiring 'Standing' Supervision Notwithstanding the provision in Clause 11, works which require "standing" supervision e.g. concreting, piling, mixing of cement and sand for plastering or screeding and mixing of paints, etc. shall be carried out between 8.30 a.m. and 5.30 p.m. on Mondays to Fridays and, between 8.30 a.m. and 12.30 p.m. on Saturdays. The prior written permission of the SO will have to be obtained if, in the exigency of the case, such works are required to be carried out outside these hours. No claim for loss or delay consequent upon the Contractor's failure to comply with this Clause will be entertained.

12 12.1 12.2 12.3 12.4 12.5 13

Possession of Site and Commencement of Work Commencement of Works Site Possession Failure to Give Possession Rights of Access etc. Other Contractors Suspension

13.1 Suspension of Work 13.2 Suspension Lasting More than 90 days 14 Time for Completion

14.1 Contractor to Complete on Time 14.2 Extension of the Time for Completion 14.3 Notice Contract Period The period of completion of the Works shall be deemed to include Sundays and Public Holidays.

S1/10
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION Exceptionally Adverse Weather Conditions The rainfall records shall be those as received monthly from the Meteorological Service Station at the PUB Building, Tengah Airbase, Seletar Aerodrome, Paya Lebar Airport and Changi Airport. The average rainfall obtained from these five stations shall be taken as the basis for assessing the adverse weather conditions prevailing for the entire island of Singapore and the neighbouring islands. The Contractor shall not be allowed any extension of time due to adverse weather unless exceptionally adverse weather conditions occur when rainfall exceeds the following average figures of wet-day returns for the last ten (10) years (2003 2012) JAN 8 JUL 7 FEB 4 AUG 6 MAR 9 SEPT 7 APR 9 OCT 8 MAY 6 NOV 11 JUN 4 DEC 9

A wet-day is defined to be a day (of twenty-four (24) hours) in which rainfall is equal to or greater than 10.16mm. Notwithstanding the foregoing paragraph, if the progress of Works be such that the works on site are generally unaffected by inclement weather on a specific day, the Contractor shall not make any claim for extension of time in that respect for that particular day and in all cases the SO will be the sole arbitrator as to whether exceptionally adverse weather condition occurred or not. 15 15.1 15.2 16 16.1 Expediting Progress of Works Notification to Expedite Work to Expedite Progress Liquidated Damages Payment by the Contractor Liquidated Damages shall be calculated from the Time of Completion or extension of the Time of Completion for each and every day during which the Works remain incomplete which shall include Sundays and public holidays. 16.2 16.3 16.4 Reduction of Liquidated Damages Employers Common Law Rights for Damages Extension of Time During Delay Period

S1/11
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 17 17.1 17.2 17.3 18 18.1 18.2 18.3 18.4 18.5 19 19.1 19.2 19.3 19.4 Substantial Completion

DESCRIPTION

Certificate of Substantial Completion Access to Remedial Work Completion of Phase or Part Defects Completion of Outstanding Works and Remedying Defects Cost of Remedying Defects Diminution In Value of Works Contractor To Search Liability at Common Law Variations to the Works Variations Power to Order Variations Submission of Quotations Alternative Proposals by Contractor Variation Meetings The Contractor (including Approved Specialist Sub-Contractors unless directed otherwise) shall attend regular variation meetings convened by the SO. The meetings shall be chaired by the SO and held once a month to verify variations issued and to settle variation claims. The Contractor shall submit to the SO an up-to-date statement of his variation claims at the variation meetings and he shall ensure that the claims are made in accordance with the provisions of the Contract.

20 20.1 20.2 20.3 20.4

Valuation of Variations Valuation Methods Agreement on Valuation Provisional Sum Items Daywork Star Rates Where the Contractor contends that work is not of a similar character or executed under similar conditions as priced in the Schedule of Rates, he shall give to the SO a written notice within seven (7) days from the time of receipt of the instruction from the SO with regard to such work for the SO's consideration. Unit rates for such items shall be termed 'Star Rates' and will be indicated thus ' * ', if so decided by the SO.

S1/12
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall declare on the prescribed form D9 (given in the Appendices) that the prices quoted in the supporting vouchers/invoices are nett of trade discounts. The SO may request for documentary evidence of the amount paid by the Contractor to his suppliers and/or subcontractors. Provisional Quantities Where provisional quantities are provided against any item of works, such works shall be subject to re-measurement on completion and valued at rates tendered by the Contractor in the Provisional Quantities Bill. Where there is a difference between the rates for similar items in the Provisional Quantities Bill and the Fixed Schedule of Unit Rates, the rates inserted in the Provisional Quantities Bill shall prevail. 21 21.1 21.2 21.3 21.4 22 22.1 22.2 23 23.1 23.2 23.3 23.4 23.5 23.6 24 24.1 24.2 24.3 24.4 24.5 24.6 25 25.1 25.2 Measurement Contractor to Attend Measurement Contractor to Provide Assistance Record of Measurements Failure to Agree Measurements Claims for Loss and Expense Reasons for Loss and Expense Sufficiency of Loss and Expense Procedure for Claims Notice of Claims Contemporary Records Substantiation of Claims Access to Contractors Books and Documents Payment of Claims Failure to Comply Construction Equipment Temporary Works, Materials and Goods Exclusive Use for the Works Vesting Employer Not Liable for Damage Conditions for Hire of Construction Equipment Revesting and Removal Incorporation of Clause in Subcontracts General Responsibilities Care of the Works Excepted Risks S1/13

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 26 26.1 26.2 26.3 27 27.1 27.2 27.3 28 28.1 28.2 Indemnity Provisions Injury to Persons Damage to Property Contractor to Rectify Damage

DESCRIPTION

Insurance for Personal Injury, Work Injury Compensation and Property Damage The Policies Damage to Property when Contractor Not Negligent Default in Insuring Insurance of the Works Risks to be Insured Application of Insurance Moneys Insurance The Contractor shall take out the following insurances:I. II. III. Public Liability Insurance Work Injury Compensation Insurance All Risks on Works Insurance

All policies shall be retained by the Employer. Attention is drawn to the following requirement:(I) (a) Public Liability Insurance Coverage Generally Any injury to any person fatal or otherwise and any loss of or injury or damage to any property caused or arising out of or in the course of the construction of the Works. (b) i) Table of Limits of Indemnity Any one Accident Where the amount tendered does not exceed S$5million Where the amount tendered exceeds $5million but does not exceed $50 million Where the amount tendered exceeds $50 million $2.5 million Any one Period Unlimited

ii)

$5.0 million

Unlimited

iii)

$10.0 million

Unlimited

S1/14
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM (c) Non-Negligence Clause

DESCRIPTION

Loss or damage to property (including existing property of the Employer that is to be retained) caused by collapse, subsidence, vibration, weakening or removal of support or lowering ground water arising out or in the course of or by reason of the carrying out of the Works which may not be due to any breach of contract, negligence, omission or default of the Contractor or his subcontractors. (d) Excess Sums In respect of each and every occurrence giving rise to a claim arising from accidental loss or damage, the Contractor shall be responsible for all excess sums. The Contractor shall immediately settle a claim or claims under any Excess Sum Clause. If the Contractor fails to settle any such claim, the Employer shall at its discretion deduct from any money due to or to become due to the Contractor under the Contract. (e) Other Clauses a) Employees and Representative of the Employer and Consultants, Direct Contractors and Government Department work people as Third Parties; b) Properties of the Employer other than the Works and not in possession of the Contractor shall be deemed to be Third Parties Property; c) Works of Direct Contractors and Government Departments on the Site; d) Cross Liability; e) Removal of support, lowering of ground water, subsidence and vibration; f) Automatic reinstatement; g) Plant and Machinery; h) Underground services warranty; i) Members of the Public entering the site and viewing the Works, as Third Parties; (II) Work Injury Compensation Insurance Coverage Generally All liabilities under the Work Injury Compensation Act or any statutory modification or the enactment thereof. The policy shall be in the joint names of the Employer, the Contractor and all Subcontractors. Other Clauses The cause "Avoidance of Certain Terms and Right of Recovery" shall not be applicable to the Employer.

S1/15
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM (III) (a)

DESCRIPTION Contractor All Risks Works Insurance Coverage Generally Loss or damage arising from whatever cause (other than the "excepted risks" as defined in Clause 25.2 of the Contractor is responsible under the Contract) to all Permanent Works, Temporary Works and all unfixed Plant, materials and goods delivered on or adjacent to the Site for incorporation into the Works (but excluding tools and Construction Equipment owned or hired by the Contractor or any subcontractors) and any structures or other works erected on or adjacent to the Site. The Policy shall be in the joint names of the Employer, the Contractor and all Subcontractors. (b) Sum Insured Contract Sum plus professional fees to the percentage stated in the Appendix plus Employer's Existing Property (if applicable). Temporary buildings such as site offices, etc. erected upon the Site are to be covered. (c) Excess Sums In respect of each and every occurrence giving rise to loss or damage, the Contractor shall be responsible for all excess sums. Other Clauses The following clauses to be incorporated in the policies: Removal of Debris Clause (5% of Contract Sum) Professional Fees Clause (5% of Contract Sum) Cover of Extra Charges for Overtime, Night Work, Work on Public Holidays, Express Freight Strike, Riot and Civil Commotion Extension Cover for Airfreight Clause Loss Payee Clause Unexploded Bombs Automatic Reinstatement Inland Transit Off-Site Fabrication and/or Storage Plans and Documents Time Adjustment/Loss Period/Limitation (72 hours) Cost of Preparing/Compiling Claims Cover for Insured Contract Works Taken Over or Put into Service Cessation of Works (60 days) Existing Property or Property Belonging to or Held in Care, Custody or Control by the Insured Automatic Extension Cover

S1/16
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The insurances taken out for Public Liability and Work Injury Compensation shall provide cover from the date of commencement of the Works up to and including any extensions of time (or the latest date of Substantial Completion if more than one), plus the Defects Liability Period. Coverage for Contractor's All Risks Insurance shall be from Commencement of the Works up to and including any extensions of time (or the latest date of Substantial Completion if more than one) plus fourteen (14) days after the Date of Substantial Completion. and during Defects Liability Period for damage, loss or injury arising from cause(s) occurring prior to the commencement of Defects Liability Period. Additional Insurances The Contractor shall, at his own cost, take out insurance to cover any design responsibilities assumed by the Contractor or his consultants under the Contract. 29 Damage to Property of Employer or Government

29.1 Costs of Making Good Damage Loss or Injury 30 30.1 30.2 31 31.1 31.2 31.3 31.4 32 32.1 32.2 32.3 32.4 32.5 32.6 32.7 32.8 Assignment and Subcontracting Assignment by Contractor Subcontractors Termination by the Employer Termination for Default Effects of Termination for Default Liquidated Damages after Termination Termination without Default Progress Payments and Final Account Payment Claims Payment Certificates Correction of Certificates Final Payment Claim Interim Final Account, Final Account and Final Account Certificate Period for Honouring Certificate Claim and Payment of Goods and Services Tax Delay in Certification

Government's Financial Year The Contractor shall note that the Government's financial year begins on 1st April and ends on 31st March. For the month of March, the Contractor shall submit his application for an interim certificate within the first seven days of the month or such shorter period as may be notified by the SO.

S1/17
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION Unfixed Materials on Site The Contractor shall submit with each progress payment claim, a statement of unfixed materials-on-site on the prescribed form D8 given in the Appendices. Such a statement shall be substantiated with appropriate vouchers and invoices, with quantities adjusted to reflect the actual quantities on Site, and submitted to the SO for his verification and inclusion in the progress payment. Notwithstanding the Contractor's statement, if in the opinion of the SO, the prices and quantities of materials stated in the vouchers and invoices are unreasonably high, the Employer shall be entitled to adjust such prices and quantities. 33 33.1 33.2 33.3 33.4 34 Fluctuations Schedule of Materials Payment Contractor in Delay Sub-Contractor Work Final Completion Certificate

34.1 Time for Issue 34.2 Certificate not Conclusive 35 35.1 35.2 35.3 34.4 34.5 34.6 35 36 36.1 Settlement of Disputes Reference to the Superintending Officer Reference to Arbitration Arbitration in Event of Termination Powers of the Arbitrators Reference to Adjudication Mediation Recovery by the Employer Governing Law & Notices Law This Contract shall be deemed to be made in Singapore and shall be subject to, governed by and interpreted in accordance with the Laws of the Republic of Singapore for every purpose. The application of the United Nations Convention on Contracts for the International Sale of Goods 1980 to this Contract is hereby expressly excluded. 36.2 Notices

S1/18
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 10 ADDITIONAL CONDITIONS

DESCRIPTION

The contractor shall not alter any terms contained in the Conditions of Contract or attach to his tender any additional conditions. If the Contractor shall vary any of the terms contained in the Condition of Contract or introduce additional conditions, his tender may be rejected. 11 ALTERNATIVE PROPOSALS The Contractor may submit alternative proposals using materials, designs or processes different from those specified in this tender. Provided always that the Contractor shall price the base offer (offer based on the original specification) regardless of whether he proposes any alternative or otherwise. Each alternative proposal shall be clearly identified, entered separately on a photocopy of the Form of Tender and submitted together with the Form of Tender containing the base offer. 12 TREASURE TROVE Any treasure trove, coins or objects of antiquity which are discovered on the Site during the progress of the Works shall become the property of the Employer. The Contractor shall immediately notify the SO upon the discovery of any treasure trove, coins or objects of antiquity and shall exercise due care and protection to prevent them from damage. 13 USE OF THE SITE The Contractor shall use the site solely for the purpose of the Works. All activities occurring on the Site must be in connection with and exclusive to the Works. There must be no spin-off business activities and the Contractor shall not use the Site for other profit-making activities. 14 STATISTICAL RETURNS AND COST INFORMATION The Contractor shall complete and return the form "Construction Statistics" monthly to the SO. A sample of the form is given in the Appendices. In addition, the Contractor shall also furnish any other cost information as and when required by the SO. 15 ACTS AND REGULATIONS The Contractor shall comply with any written law and bylaws, rules and regulations of any government ministry, statutory boards or other public authorities which are applicable or relevant to the execution of the Works. These include, but are not limited, to the following :-

S1/19
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION 1. Requirements of the Ministry of the Environment and Water Resources relating to the proper provision, erection, and subsequent, disposal of toilet facilities; the proper disposal of trade effluent; the erection and operation of canteens; control of water pollution and drainage; control of air pollution and the control of noise. 2. Requirements of the current "Factories (Building Operations and Works of Engineering Construction) Regulations". 3. Requirements of the Ministry of Manpower forbidding the employment of illegal workers. 4. Requirements of the current "Building Control (Temporary Buildings) (Amendment) Regulations". 5. Requirements of the current "Code of Practice on Surface Water Drainage and to comply with the Sewerage and Drainage Act".

16

PRICING OF SCHEDULE OF RATES The Contractor shall provide a true and accurate breakdown cost of the Works in the format as given in the Schedule of Rates and transfer the total amount to the Final Summary of Tender. The items in the Schedule of Rates are not necessarily exhaustive and the Contractor may add other items if he deems it necessary. The pricing of the breakdown shall be on a lump sum basis and shall be used for the purpose of comparing tenders and for the valuation and assessment of interim payments. All descriptions are deemed to include fixing accessories to SOs approval. The Contractor shall provide everything necessary for the proper execution of the Works according to the true intent and meaning of the Contract and unless otherwise specifically stated the following will be deemed to be included in the Contract Sum. The Contract Sum shall include: a) Labour and all allied costs in connection therewith and any items of expenditure which are not allowed for elsewhere, such as Public Holidays with pay, Central Provident Fund (CPF) Contributions*, travelling time and fares, and any cost due to importing labour from other districts etc., bonuses, and for work in dirty conditions, including for preparatory and temporary work, and for working in shifts and/or overtime (if permitted so to do by the SO) as may be necessary for the completion of the Works on or before date for completion. * The Contractor will be responsible for the payment of any CPF Contributions in respect of any workpeople, which he, the Contractor, is unable for any reason to deduct or withhold from any person If the Contractor employs any foreign workpeople on Site who are not required to contribute to the Central Provident Fund, but where the Contractor is liable for payment to Government in respect of these workpeople and for all costs in repatriation etc., the Contractor will be held to have included for these contingencies, and to have indemnified the Employer against all claims pertaining thereto. S1/20

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION

b)

Materials and goods and costs in connection therewith, including for preparatory and Temporary Work, (e.g. conveyance, delivery, unloading, carrying in, storing, returning packages, handling, hoisting and placing or lowering).

c) Fitting and fixing materials and goods in positions d) Use of Plant, tools, scaffolding and vehicles including maintenance, and supply of fuel and other equipment necessary for the proper execution and completion of the Works, and all idle time, and dismantling of and removing Plant etc., off the Site. Wherever the term plant appears in the Specification, such Plant shall include all necessary construction Plant. Waste on materials and goods. Establishment charges, supervision, attendance, overhead charges including supply of samples, testing of materials and goods, testing and commissioning of all installations, and production of charts, programmes and drawings, all as required under the Contract, profit, and all taxes and import duties.

e) f)

g) Complying with the requirements of the Contract, whether any requirement may or may not be particularly shown or described, provided that the same is reasonably to be inferred there from, and any other obligation necessary for the proper execution and completion of the Works. h) The Tenderer is advised to adopt National Wage Councils recommendations on wage increment for their workers and to factor in such wage increases into their bid price. Where the Contractor leaves any items in the Preliminaries or any items of the Schedule of Rates unpriced or inserted a 'Dash/Nil/Included/Blank/Not Applicable' and the like against it, the value thereof shall be deemed to have been included in the overall tender price and he shall not be entitled to any claim whatsoever. 17 SCHEDULE OF FIXED UNIT RATES / DAYWORK RATES The Contractor shall deem to have read and agreed to the use of the rates contained in the Schedule of Fixed Unit Rates (from BCA) and Schedule of Fixed Daywork Rates as the basis for valuation of variations. 18 PROVISIONAL SUMS Unless written approvals and/or instructions are issued by the SO, the Contractor shall not execute any work, which is the subject of a Provisional Sum. The SO reserves the right to refuse payment for any such work executed without such prior approvals and/or instructions. All works included in Provisional Sums shall form part of the Contracts Scope of Works, unless deleted through the issuance of SOs instructions. The Contractor will be required to carry out the Works contained therein within the Contract Period. The valuation of such work will be made in accordance with the Conditions of Contract.

S1/21
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION Where the SO instructs the Contractor to execute any work or supply goods or materials which is the subject of a provisional sum, the works shall be measured and valued in accordance with the Contract. The Contractor shall, if requested by the SO, arrange for the submission of a minimum of three quotations from firms approved by the SO for any instruction or proposed instruction categorized as an expenditure against a provisional sum. The Contractor shall insert the percentage rate and the amount in respect of profit, costs, overheads and all other charges of the Contractor, and facilities and attendance to be afforded on to sub-contractors for works covered by provisional sums. Such amount shall be subject to:(a) Adjustment based on the actual value of work executed, or goods or materials supplied by the sub-contractor; or (b) Deduction from the Contract Sum in the event the provisional sum is omitted in the Final Account. Notwithstanding that any of the Provisional Sums are expended or omitted wholly or in part from the Contract Sum, the Contactor will have no claim for any loss of profit as a result of such expenditure or omission. The Contractor has to ensure that the quotation has to be called in timely manner, taking into consideration the time for calling of quotation, evaluation of quotation, approval of award of quotation and the issuance of award to the selected domestic suppliers or sub-contractors. In the event the award of the provisional sum to the successful domestic suppliers and/or subcontractors is late due to any act or omission of the Contractor and as a result has caused delay to the Contractors progress of works and/or has affected the Contractors sequence of works, there shall be no cost and time implication to the contract. For avoidance of doubt, the Contractor is required to price for all costs and expenses in having to accept the SOs selected suppliers and/or sub-contractors, all as the Contractors own domestic suppliers and/or sub-contractor without any objection whatsoever and all such costs and expenses are to be priced for herein.

19

PROGRESS PAYMENT CLAIM Within thirty (30) days after the award of the Contract and before the Contractors submission of his 1st progress payment claim, the Contractor shall prepare and submit a priced breakdown of the Works in a form of approximate bills of quantities to the approval of the SO who reserves the right to moderate the distribution if in his opinion there is an element of front loading in the distribution of price breakdown.

S1/22
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The format for progress claim proposed by the Contractor shall be the subject of approval by the SO. The routine submission of progress payment claims shall reach the SO on/before the 1st or a pre-agreed date of each month. Drawings of reduced size duly coloured and annotated to reflect the progress of works and an up-to-date computed form for adjustment of price fluctuation shall be included in each submission.

20

DRAWINGS All Drawings shall be read in conjunction with the Specifications for the Works. In the event of conflicts and discrepancies between tender drawings and the Specifications, the tenderer shall, prior to the submission of the tender, bring to the knowledge of the SO and seek clarifications as to the exact requirements relevant to the project. Discrepancies and divergence in or between any of the specification requirements, scope of works, tender drawings etc. discovered after the award of the contract works shall be decided upon by the SO, whose decision shall be final and the Contractor shall not be entitled to any additional cost and time. All drawings submitted by the Contractor at the time of the tender and any other drawings subsequently submitted by him shall become Drawings within the meaning of the Contract when such drawings are approved by the SO. Drawings, which are indicated as For Reference Only/ or "For Information Only", are given solely for the Contractor's guidance and the Employer shall in no way be responsible for the accuracy, adequacy and correctness of the information supplied.

21

SETTING OUT AND EXISTING LEVELS Without prejudice to the provision of engaging a registered surveyor to set out the Works in this Contract, the Contractor shall take levels and set out the whole works with and including other surveying works throughout the construction and maintenance periods as and when required by the SO. The registered Surveyor shall carry out all surveys based on Survey 21 and will also be required to endorse all setting out drawings. The Contractor shall also provide all instruments and attendance required by the SO or his representatives for checking the lines and levels established or located by the Contractor. The Contractor shall be responsible for safeguarding the position and level of all survey references, pegs and benchmark used for the setting out of the works. The information on existing levels as shown on the tender drawings is provided in good faith for the general guidance of the Contractor. The Contractor is to note that accuracy of information shown on the tender drawings is not guaranteed and that he shall use and interpret the information at his own risk. The Contractor shall visit the Site and carry out field surveys if he considers it necessary to ascertain the full extent of the Works. He shall be deemed to have priced his tender based on the actual levels on site. The Employer shall not be held in any way responsible for negligence or misrepresentation for the information given. In the event of variation of ground levels encountered during the works, the Contractor shall bear all the consequences at his own costs and without any claim for extension of time. S1/23

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION

Upon commencement of the Works, the Contractor shall submit to the SO for his verification and endorsement, records of levels of the existing site condition. i. ii. iii. 22 Three (3) sets of hard copy drawings, Two (2) sets of drawings in tracing, and Autocad format (version to be confirmed by the SO in due course) in recordable compact disc

SURVEY OF EXISTING SERVICES The Contractor shall investigate and establish the exact locations of all existing underground services, which need to be relocated early, in any case not exceeding one month after the award of Contract, so that relocation work can be proceeded with. No claim due to delays in relocation of services will be allowed if such delay is due to the Contractors inability to notify the SO of the location of services in good time. The Contractor shall use approved means to detect the existence, and establish the exact locations of any services e.g. electric cables, telephone cables, gas pipes, water pipes/mains, sewers and such public utilities prior to any works involving excavation, drilling, installation of piles/casing etc. The Contractor shall determine all existing underground services, cables, pipes, fittings, etc., which are liable to be damaged during the progress of the works or may obstruct and impede the progress of the Works, so that diversion work can be proceeded with before the Work commences. The Contractor shall provide fully surveyed drawings showing the positions and levels of these existing services to the satisfaction and approval of the SO. Unless otherwise stated, the responsibility for liaising with the relevant services departments for the relocation of all services, and ensuring that they are relocated in good time, lies solely with the Contractor. The Contractor shall allow for necessary changes in the sequence of his works to accommodate the services departments timing and requirements for relocations so that the Works can be completed within Time for Completion as stated in the Form of Tender. The Contractor is to conduct CCTV surveys of the existing drains near to site boundary, before and after completion of the project, to comply with PUB requirements. Survey records (in video format) are to be kept at the site office, and a copy each to be submitted to SO. The Employer shall not be liable for any delay, additional cost, expense, loss or damage suffered by the Contractor on account of the default (or alleged default) of any of the services department, or any other third party or failure on the part of the Contractor to take necessary step to sequence his works such that any delay to the completion of the Works due to the services department timing and requirements for services relocation is reduced or avoided and such necessary steps include to nevertheless proceeded with any of the Works affected by the relocation with due diligence and precaution not to damage any of the existing underground services waiting to be relocated.

S1/24
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION However, if the relocation of services is delayed through no fault of the Contractor and the progress of the Works is adversely affected, the Contractor may request, and the Superintending Officer may grant an extension of time for the completion of the Contract. Any additional cost, expense, loss or damage incurred by the Contractor due to such delays shall remain his responsibility and shall be borne by him. The costs of relocation will be borne by the Employer but the Contractor shall attempt as far as possible to avoid the necessity for relocation of the services by judicious design of the Works. The Contractor shall, however, be responsible for diversion of all drains/culverts and sewer affected by the Works at his own cost. Prior to diversion/removal of any/several/all of the utility services affecting any part of the Works, the Contractor shall provide adequate support and protection for the same to the entire satisfaction of the SO and in compliance with the requirements of the relevant authority. He shall submit all details of the support/protection to the appropriate authority for approval prior to construction. Where underground services are exposed during the progress of the Works, the Contractor shall provide and maintain temporary supports for such exposed services at his own cost until the relocation of the services are affected. The Contractor shall be held responsible for any damage done to the underground services or drains regardless whether they are to be relocated during the progress of the Works and shall meet all costs of repairs and reinstatement due to such damage. He is also required to liaise with all services departments with regard to the existing services/diversion throughout the period of work. The Superintending Officer shall decide if any of the services are to be diverted and such decision shall be final. The Contractor shall be required to assist in the relocation of existing or laying of new utility pipes, cables, mains, during the period of construction. As and when directed by the Superintending Officer, the Contractor shall immediately supply all labour, Plants and material for the trenching and subsequent reinstatements works. The Employer shall reimburse such works to the Contractor based on the Schedule of Fixed Unit Rates. The maintenance of such trenches and reinstated trenches shall form part of the Contract and the Contractor shall only be relived from such duty on the expiry of the last defects liability period. The Contractor shall therefore liaise closely with the SO and the appropriate authority regarding the work programme and manner for the trenching and subsequent reinstatement. In particular, no trench shall be covered up without the prior permission of the SO and the appropriate authority. The Contractor shall make due allowance for the above mentioned works in his tender price. He shall also be required to extend all his insurance policies to cover this clause. The Employer will entertain no claim whatsoever.

23

TEMPORARY ACCESS The Contractor shall also design, provide and maintain a temporary access to site (where necessary). Furthermore the Contractor shall provide and maintain throughout the duration of the Contract all necessary temporary roads, crossing over drains and/or channels, etc. to gain proper access to and within the Site to the approval of the SO and any authority concerned including necessary endorsements, application and pay all charges due.

S1/25
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION On Substantial Completion, the Contractor shall clear them away and make good all works disturbed to the satisfaction of the SO and any authority concerned or pay charges for such making good as may be required by such authority.

24

ACCESS AND FACILITIES FOR CHECKING WORKS The Contractor shall provide at all times during the execution of the Works and the defects liability period proper means of access with ladders, gangways, etc and the necessary attendance to move and adapt the same as directed, for the inspection or measurement of the works by the SO or his representatives.

25

TEMPORARY SITE DRAINAGE The Contractor shall provide proper and adequate temporary drainage for the whole Site for the duration of the Contract, including filtration tanks as may be required by the relevant authorities periodic site fumigation and all necessary drain diversion, perimeter cut-off drains, silt traps, pumps, etc. The Contractor shall allow for taking all reasonable precaution to ensure the efficient protection of all streams and waterways against pollution arising out of or by reason of the execution of the Works. Where possible, the temporary system of drains shall not connect to any of the existing drains. In the event that this is unavoidable, the contractor shall be responsible for the daily cleaning and the maintenance of the existing drains. The Contractor shall engage a Qualified Erosion Control Professional (QECP) to propose adequate temporary drainage system for the whole Site at the commencement of the Works including silt traps and submit to the appropriate drainage authority for approval. Upon approval, the Contractor shall construct the temporary drainage system and provide proper maintenance for the duration of the Works. The Contractor shall maintain the temporary drainage system till the end of the maintenance period or until the next contractor has taken over the Site, which is earlier. The silt control measures at Site shall include but not be limited to the following: a) To provide adequate silt-control facilities including concrete-lined temporary perimeter drains, silt-trapping devices, turfing, washbays incorporating proper sedimentation tanks and discharge outlets, perimeter bunds, etc. to prevent debris, silt and mud from the site entering the drains or canals and other adjacent premises;

b) To ensure that discharge from construction site is channeled into silt trapping devices before reaching existing drains; c) To ensure that all earth surfaces or slopes adjacent to a drain shall be close turfed and all other bare earth surfaces shall be turfed once all earthworks is completed to control erosion;

S1/26
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION d) To regularly, or as and when the SO instructs, de-silt and maintain clean all such siltcontrol facilities to ensure that the discharge from the silt traps complies with the requirements of the Trade Effluent Regulations, (Latest Edition). Under no circumstances shall be frequency of desilting and maintenance works be less than once a month during the contract period; e) To de-silt all affected drains and watercourses until completion of the Works. The Contractor shall be required to submit his proposed silt control measures, incorporating the above requirements and showing the locations of the wash bays and various silt control facilities. The proposed facilities shall be approved by the SO and the Drainage Department, Ministry of Environment and Water Resources before the commencement of Works. The Contractor shall maintain sufficient workers to constantly clean all public roads where soil is deposited from the wheels of the Contractors vehicles, or spilled from these vehicles, and particularly where the vehicles leave the site.

26

DIVERSIONS AND MAINTENANCE OF EXISTING DRAINS AND SEWERS Upon award of the Contract and prior to the commencement of the Works, the Contractor shall submit to the SO his proposal for the diversion and maintenance of existing drains and sewers for the period of construction to the SOs approval. The Contractor shall be responsible for the maintenance of the free flow area of the existing drains and sewers without the prior approval of the SO.

27

HOARDINGS The Contractor shall provide, erect and maintain throughout the duration of the Contract temporary metal hoardings together with any approved graphics, banner painted on it, letterings and logo of the project to MOE's specifications and in accordance with the tender drawings all to the approval of the SO and at locations approved by the SO, including gates, access doors and fastenings, for the proper execution of the Works. The Contractor shall be responsible for the protection of the public and occupants of adjoining premises and for meeting the requirements of the SO and the relevant authorities. The Contractor shall include the cost of graphic design to the surface of the hoarding in accordance with the Employer's requirement in his tender price. The Contractor shall also allow for all necessary internal hoarding constructed on noncombustible material complete with finishes, access door and ironmongery and to be sealed construction where required all to the SO's approval including removal. The Contractor shall provide additional safety hoarding, where necessary, to prevent public from entering areas where works are carried out. On substantial Completion, the Contractor shall remove the hoarding and make good all works disturbed to the satisfaction of the SO.

S1/27
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 28 ADVERTISING

DESCRIPTION

The Contractor shall not use the hoarding or any part of the site or Works for advertising purposes except with the specific written approval of the SO. 29 PROTECTIVE BARRIERS, SCREENS, ETC. The Contractor shall provide all necessary barricades, tarpaulins, screens, etc. for the protection of the workpeople, occupants of adjoining property and the public, and shall alter, adapt and maintain them as necessary. 30 SIGNBOARD The Contractor shall provide and maintain on the Site, at the approved location, an approved signboard in accordance with the specifications/lettering as required by the BCA and in accordance with S.O requirements (for lettering / description / size of the project - refer to Architectural drawings) to the approval of the SO. Signboard shall be erected within two (2) weeks from the date of commencement of the works and remove within two (2) weeks of the completion of the Works. 31 SITE OFFICE The Contractor shall provide and erect, at locations approved by the SO, temporary site offices for the use of the SO's staff together with all necessary air-conditioning, ventilation, lighting, fire precaution, fresh water and electricity supply, drainage, telephone service, attendance, maintenance, equipment supplies, watching and protection to the satisfaction of the SO so as to be habitable and operational at all times for the duration of the contract period. The Contractor shall provide the minimum office space, furnishing and equipment as follows: a) b) c) Office Space (including of a sample room) Toilet Furniture:Executive desk and chair Office desk with drawer, lock & chair Conference Table Chairs for Conference Table 4-drawer filing cabinet with suspension rails and file holders Plan rack with 12 holders Pin-up board White board High steel cabinet Sample rack 92.5 m2 2 Nos 2 Sets 7 Sets 1 No 20 Nos 2 Nos 3 Sets 3 Nos 2 No 2 No 1 No

S1/28
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM d) Equipment:-

DESCRIPTION

Photocopy machine (for A3 & A4 copier) with scanner facility Facsimile machine Telephone Computer and internet access (RTO+RE (where applicable))

1 No 1 No 2 Lines 1 No. each

Each office shall be painted to the design / pattern as approved by the SO. The Contractor shall, when instructed in writing by the SO, remove the office(s) and toilet(s) leaving the Site in a clean and tidy condition. The items of furniture and equipment provided therefore shall to the property of the Contractor upon removal. The Contractors proposals for the construction of the offices shall be submitted within one (1) week of the award of the Contract, and erected within two (2) weeks of the date of commencement of the works. The Contractor shall provide cleaners to conduct daily cleaning services to all toilet and site office. The Contractor shall carry out regular maintenance, repairs and replacement (if in the opinion of the SO, the equipment and accessories are deemed defective) of the above mentioned equipment and accessories throughout the whole contract period. The Contractor shall allow in his tender price for the making good area/reinstatement to SO satisfaction where such facilities are placed. Site Layout Plan After the Contract is awarded, submit a site layout plan to the SO Rep indicating proposed locations of all temporary structures (for example site offices, stores, hoistways, Construction Equipment and labour lines) for approval before their erection. Notwithstanding such approval, the Contractor shall relocate any such structures at his own cost and expenses when required to do so by the SO Rep. All such materials and structures shall be kept away from proposed roads, driveways, car parks and services lines. Should any hoistway or structure be erected without the approval of the SO Rep, the Contractor shall pull down and re-erect the hoistway or structure in an approved position within seven days from the date of instruction by the SO Rep. The Contractor shall provide for the maintenance of all such structures in a clean, hygienic and safe condition for the duration of the Works. All such structures and hoistways shall be removed on Substantial Completion of the Works.

S1/29
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 32 OTHER SITE BUILDINGS

DESCRIPTION

Other site buildings shall only be erected in positions approved by the SO and shall be such a form of construction that is approved by the SO. All temporary buildings must be cleared away within two (2) weeks of the completion of the Works. The Contractor shall allow for maintaining the site buildings for the duration of the Contract and keeping them in a clean condition. No worker quarters and canteen are allowed in the site. 33 SCAFFOLDING FOR ALL TRADES The Contractor shall provide all necessary temporary scaffolding, staging, planks, catwalks, gangways, ladders, etc. of whatever height for the proper execution and completion of the Works and pay all costs and charges in connection therewith. He shall alter, shift and adapt from time to time as necessary and remove same on completion of the Works. The Contractor shall only employ approved steel scaffolding for all works to the external surfaces of all structures. The Contractor shall be fully responsible for the design and safety of scaffolding and must allow for obtaining approval from the relevant Authorities and for submitting design details if required. Should the Contractor strike any of his scaffolding before ascertaining whether it is required by any of his Sub-Contractor or by any Public Authority, he must re-erect it if so required at his own cost and expenses. 34 WATER AND CHILLED WATER FOR THE WORKS The Contractor shall provide and maintain till project completion a temporary water supply and distribution system sufficient for the execution of the Works (including the works to be executed by any Nominated Sub-Contractors, Suppliers and Approved Specialist Sub-Contractors). The temporary water supply installation shall comply with the requirements of the Public Utilities Board. The Contractor shall alter, adapt, maintain as necessary and remove the installation upon completion of the Works, reinstate all works disturbed to the satisfaction of the SO and the Public Utilities Board and pay all costs, charges and fees in connection therewith. The Contractor shall also provide chilled water supply for carrying out all Testing & Commissioning works. 35 TEMPORARY LIGHTING AND POWER The Contractor shall provide at his own expense and maintain till complete / total handover of project to the Employer all necessary temporary lighting and electrical power complete with temporary wiring and meters required for the Works (including the works to be executed by any Nominated Sub-Contractors, Suppliers and Approved Specialist Sub-Contractors.

S1/30
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall alter, adapt and maintain as necessary and shall pay all charges and clear away all on completion. The Contractor is required, to employ a licensed Electrical Contractor to install and maintain such temporary lighting and electrical power on the Site, and to ensure that they are in accordance with Singapore Standard CP 5/1988 - "Code of Practice for Wiring of Electrical Equipment of Buildings" and CP44:1988 - Temporary Electrical Installations for Construction and Building Sites. All such supplies of 60A and less shall incorporate a current operated Earth Leakage Circuit Breaker (E.L.C.B.) and direct tripping sensitivity of 20/30 mA and tripping time within 0.1 second. The Contractor shall also provide at his own expense and maintain till complete / total handover of project to the Employer all necessary temporary lighting and electrical power supply for carrying out all Testing & Commissioning works.

36

PROVISION OF BULK BINS AND DUMPING OF DEBRIS AND WASTE, ETC. The Contractor shall not dump construction debris, rubbish and waste at the Site, vacant plot of land, roadside or drains as it may cause obstruction, pollution and chokage to the drains and water courses. All rubbish, construction debris and waste arising from the Contractor's occupation of the Site or Works must be collected, stored and removed off the Site in a manner as described below. The Contractor shall provide proper bulk bins for these materials. For storage of all inorganic waste such as building debris, dust, litter, timber, boxes, the bulk bins shall be of size not less than one cubic metre each. Separate bins with tight lid covers shall be provided for the storage of organic waste such as waste from canteens and each bin shall be of a capacity not less than 85 litres. The Contractor shall make all necessary arrangements for the collection and storage of such materials in the bins provided and remove them and all unwanted earth as often as necessary. The Contractor shall arrange for the disposal of : (a) all non-incinerable debris, garbage, waste, etc. and unwanted earth to: Tuas Marine Transfer Station, 98 Tuas South Avenue 3 Singapore 637821 (b) all incinerable debris, garbage, waste, etc. to Senoko, Tuas and Ulu Pandan Incineration Plants and shall pay all disposal fees in connection therewith.

No empty container or receptacle capable of collecting water and forming breeding places for mosquitoes shall be left in the open and the Contractor shall take all necessary steps to prevent the breeding of mosquitoes in the areas handed over to him during the period of the Contract. The Contractor shall provide adequate recycle bins on site for collection of recyclable waste.

S1/31
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 37

DESCRIPTION PROTECTION OF EXPOSED EXCAVATED SURFACES The Contractor shall organise and execute all earthworks in such a manner as to minimise the period the earth surfaces are left stripped of vegetation and exposed to erosion by rain. Excavation works shall be carried out progressively. All surplus excavated materials shall, be removed from Site immediately, and spoil for filling or surcharge shall be covered to prevent soil erosion. Stripping of existing vegetation shall not commence unless the Contractor has provided sufficient silt traps and/or other approved silt control devices, and is ready to follow up with the subsequent work activities. All exposed surfaces shall be progressively turfed. Where it is not practical to carry out turfing and where the exposed earth surfaces are left bare and undisturbed for more than one (1) month, the Contractor shall protect such surfaces from soil erosion by approved means. If in the opinion of the SO, the Contractor fails to meet these requirements, the SO may order or arrange for, at the expense of the Contractor, such remedial measures as he may deem necessary.

38

INSPECTION OF SEWERS AND CHECKING OF LEVELS The Contractor shall arrange for the following to facilitate the Ministry of the Environment and Water Resources's inspection of sewers:(a) (b) (c) (d) (e) (f) (g) aluminium ladders for use at manholes and in particular, ladders of adequate lengths for deep manholes; barricades and warning signs at all openings along roads during the inspection and survey; safety helmets; air-blowers for proper ventilation of the sewers to be inspected, opening of manhole covers for ventilation and also for entry of their staff for inspection; an adequate number of ranging poles for use of the surveyor; a levelling staff (the Sewerage Department will provide the levelling instrument); and any assistance that may be requested by Sewerage Department's staff to carry out the inspection in a safe manner.

39

PROTECTION OF EXISTING SERVICES, ETC. The Contractor shall maintain and protect all public drains, sewers, gas mains, water mains, electrical mains, telephone cables and the like in connection with the Works and shall make good all damage to such utilities during the execution of the Works and shall indemnify the Employer against any claim arising therefrom. The approximate positions of certain services etc. may have been indicated in the Contract Drawings for the guidance of the Contractor but such details are not to be taken as complete. The Contractor shall, at his own expense determine the existence of other services etc. which are not shown in the Drawings by either cutting trial trenches or by making enquiries with the relevant service departments/companies. S1/32

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 40

DESCRIPTION DAMAGE TO EXISTING TURFS, ROADS, PAVING AND DRAINAGE The Contractor shall arrange for the conveyance of his materials, Plant, etc. so as to cause minimum damage to existing turfs, roads, paving and drainage and all other existing property to be retained at site including any adjacent building and external works. The Contractor shall be responsible for any damage caused by lorries or workmen to the existing turfs, roads, paving and drainage from whatsoever cause arising and shall maintain, repair and reinstate the same to their original condition to the satisfaction of the SO or alternatively the cost of such maintenance and restoration shall be deducted from monies due or to become due to the Contractor under this Contract. No trees, plants, shrubs etc. shall be cut down or removed without prior permission of the SO.

41

MAINTENANCE DURING CONSTRUCTION During construction, the Contractor shall maintain, keep tidy and make good to the satisfaction of the SO all carriageways/pavement structures, kerbs, footpaths, lane markings and turfing within the contract limit to a standard equal to the condition existing at the beginning of the Contract. The Contractor shall allow for taking all reasonable precautions to ensure the protection of all streams and waterways against pollution arising out of or by reason of the execution of the works. The Contractor shall ensure that free drainage of road carriageways is maintained at all times during the construction of roads. Adequate side-outlets including scuppers, etc. shall be provided and maintained to facilitate the outflow of the carriageway water during the construction stages. Existing scuppers, roadside drains and other carriage-drainage facilities shall be kept in unobstructed and serviceable condition in the interim till the entire carriageway is completed and effectively drained by the new carriage-drainage facilities such as scupper etc. to be constructed. Additional temporary scuppers to prevent any ponding of water on any part of the carriageway shall be installed where necessary. Construction materials and debris shall have to be suitably placed away from the roadside drains, scuppers and other road-drainage facilities to avoid obstruction to these drainage channels. Allowance for any or all of these provisions shall be made in the tender. The Employer shall entertain no claim on account of the above-mentioned requirements.

42

COVERING UP AND PROTECTION The Contractor shall cover up and protect the Works from the weather and suspend all operation during weather conditions which, in the SO's opinion, would be detrimental to the Works.

43

SITE MANAGEMENT TEAM The Contractor shall ensure the following key site management personnel are present on site at all times: (a) A competent and experienced full-time Project Manager (with minimum five (5) / eight (8) years of relevant project management working experience and with a degree / diploma of relevant qualification), who shall be overall in-charge of the Works.

S1/33
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM (b)

DESCRIPTION A competent and experienced full-time Architectural Co-ordinator (with minimum two (2) years of relevant working experience and with a minimum diploma of relevant qualification). A competent and experienced full-time Site Engineer, (with minimum two (2) years of relevant working experience and with a degree qualification approved by the Professional Engineers Board/JAC). A competent and experienced full-time M&E Coordinator (with minimum two (2) years of relevant working experience and with a M&E/building diploma of relevant qualification or BCA Coordinator Cert awarded by BCA & SCAL). A competent and experienced full-time Safety Officer (with minimum two (2) years of relevant working experience and with a Safety Officer Training Cert or Equivalent approved by MOM.

(c)

(d)

(e)

The proposed site management structure for this Contract must be included in the Tender submission. Upon award of the Contract, curriculum vitae of the above personnel must be submitted within seven (7) days for the SOs approval. The Contractor is to note that the above list is the minimum requirement for the works. The Contractor is deemed to have priced in for all additional site staff deemed necessary for the Works. Any additional provision of site staff if so required by the S.O shall have no additional cost and time implications. The Contractor shall, within two (2) weeks from the date of Site Possession, engage the C&S Engineer and deploy him to work full time on Site. The C&S Engineer shall possess a locally recognized degree or other qualification approved by the Professional Engineers Board for the purpose of registration. The name, identity card/passport number and documentary proof of the educational qualification of the C&S Engineer employed shall be submitted to the SO within one (1) week of his employment. Proper records of employment must be kept, and these shall be made available to the SO upon request. The Contractor shall be deemed to have included a sum of S$150.00 per day for the employment of the C&S Engineer in the Contract Sum. If the Contractor fails to employ the C&S Engineer, the Employer shall be entitled to deduct from the Contract Sum, a sum calculated at the rate of $150.00 per day for the period during which the Contractor is in default. The Contractor may apply in writing to the SO to waive this requirement, when 90% or more of the value of the work has been completed. If, in the opinion of the SO, the outstanding works do not warrant the retention of the engineer full-time on Site, he may accede to the Contractors request. The decision of the SO is final. This clause shall not in any way be construed to limit the Contractors responsibility and obligation in respect of adequate staffing at the site and in the event that additional engineers are required to properly and effectively supervise the execution of the Works, such staff shall be employed and provided by the Contractor at his expense. The Contractor shall ensure adequate site supervision of his workers be provided on site at all times during the progress of the works.

S1/34
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 44 TRADE SUB-CONTRACTORS

DESCRIPTION

The Contractor with the exception of their own directly employed workers shall engage only BCA (Building and Construction Authority) registered Contractors or SLOTS (Singapore List of Trade Sub-Contractors) registered trade sub-contractors in the following registration trades: (a) Timber formwork (b) Metal formwork (c) Steel reinforcement work (d) Structural steel fitting (e) Concreting (f) Bricklaying (g) Joinery (h) Painting (i) Plastering (j) Roofing (k) Tiling (l) Waterproofing (m) Concrete repairs (n) Metalwork (o) Road reinstatement (p) Drain laying / pavement & kerb construction (q) Metal scaffolding (erectors) (r) Curtain Walls / Aluminium Works (s) Precast Concrete works (t) Site Investigation works (u) Windows (v) Doors (w) Landscaping The Contractor shall be responsible for any eventual delay in the progress of the Works owing to his failure to ensure the required on-time registration of his Sub-Contractors and no extension of time shall be granted on the account of such delays. Appropriate action will be taken by the Work Permit Department under Ministry of Manpower should the Contractor fail to comply with the requirements of this clause. 45 MOCK-UPS / PROTOTYPES The Contractor shall construct complete mock-ups / prototypes of rooms, areas or locations as specified below for the SO to confirm final location and design of fittings, fitments and finishes and as well for assessment of CONQUAS Scoring (where applicable). The mock-ups / prototypes shall include co-ordination of all the mechanical and electrical fittings and services for the rooms/areas/location specified.

S1/35
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The mock-ups / prototypes shall be completed early enough to allow changes to the design of the rooms/areas/locations, including changes to the positioning of all the mechanical and electrical services and fittings, design and position of fitments, selection of finishes, etc. The Contractor shall make all necessary amendments to the mock-ups / prototypes as directed by the S.O., and rectify all works found to be unsatisfactory by the S.O. No time and cost claims arising therefrom shall be entertained. The Contractor shall amend the design for the rooms/areas/locations in accordance to the amendments made to the mock-ups / prototypes. The mock-ups / prototypes will also form the minimum reference standard of workmanship the Contractor would have to provide in the execution of the related works. The Contractor shall programme his works in such a manner so as to complete the mock-ups / prototypes (location and extent of which to be confirmed by the S.O.) in advance for the review and approval of the S.O :(a) 1 no. Classroom (Location to be advised by SO) including all fitments and furniture (b) 1 no. of male, female and handicapped toilet each (Location to be advised by SO) including all fittings and accessories. (c) 1 no. Staff workstation and 1 no. HOD workstation (Location to be advised by SO). (d) 2 module of sunshade. (e) Timber flooring 10m2. (f) False ceiling 10m2 (including all necessary fittings & fixtures). (g) 1 no. ISH lighting mock-up including all necessary M&E installation works. (h) 1 unit of operable wall. (i) 1 flight of staircase including railing. (j) 1no. roller shutter. (k) 1 no. pre-cast wall panel as per selection by SO. (l) 5m2 of EPDM floor. (m) Corridor railing (2m). (n) Linkway & metal roof (2m). Apart from the mock-ups / prototypes specified above, other mock-ups / prototypes or samples and specifications of components, fixtures, ceiling, partitions, finishes, etc. shall where required be provided for review and approval by the SO before commencement of construction and installation works. All submissions shall be given to the SO at least a month before commencement of construction and installation works. Any claim for time due to delay arising from late submissions will not be entertained. The Contractor shall allow in his tender for all costs and expenses to comply with this requirement and for inclusion of all changes made to the mock-ups / prototypes which would similarly apply to the Main Contract.

S1/36
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 46

DESCRIPTION SPECIALIST WORKS TO BE EXECUTED BY AN APPROVED BCA REGISTERED CONTRACTORS The following works will be executed by specialist sub-contractors has to be a BCA registered contractor (as per the latest edition published by BCA at the time of tender) in the appropriate registration workhead and criteria: Piling (CR08) (L2 and above) Soil Investigation & Stabilization (CR12) (L2 and above) Landscaping Works (L1 and above) Signage Works (L1 and above) Interior Decoration & Finishing Works (CR06) (L2 unlimited) System Furniture (L1 and above) Outdoor fitness station (L1 and above) Fitment (L3 and above) Windows (CR17) (L2 and above) Doors (CR18) (L2 and above) Air-conditioning, Refrigeration & Ventilation Works (ME01) (L3 and above) Communications & Security Systems (ME04) (L3 and above) Electrical Engineering (ME05) (L4 and above) Fire Protection Systems (ME06) (L3 and above) Lift Installation (ME09) (L4 and above) Plumbing & Sanitary Works (ME12) (L3 and above)

All other works not mentioned above where appropriate will also be executed by specialist subcontractors/suppliers under their appropriate BCA registered (as per the latest edition published by BCA at the time of tender) workhead and criteria (at least L1 and above, depending on specialist sub-contractors/suppliers value of work). The Contractor shall submit in his tender a list of the sub-contractors/suppliers he intends to engage for each of the above works for the approval of the SO. If the Contractor has used a subcontractor not registered with BCA in the appropriate workhead and criteria, the SO shall have the right to reject the work done by such a sub-contractor/supplier. Any delay or additional cost arising from his failure to comply with this requirement shall be the responsibility of the Contractor. 47 MEETINGS Site Meetings: (a) Site meetings are to monitor progress, coordinate and review overall status of the Works. The Contractor shall provide all facilities at the Site for the purpose of conducting the site meetings between the Contractor, his design consultants, sub-contractors, suppliers, etc and the SO throughout the duration of the Works. Site meetings shall be convened fortnightly or monthly as directed by the SO. (b) The Contractor will be required to attend the same as and when notified and he shall make available a senior representative with authority to accept and make decisions and to act on his behalf.

S1/37
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall attend technical meetings to clarify, coordinate and review technical matters. The technical meetings shall be convened weekly or fortnightly as directed by the SO. Variation meetings shall be conducted monthly among the SO and his representatives and Contractors throughout the duration of the project. The Contractor shall attend and submit to the SO an up-to-date statement of his variation claims at the variation meetings and the SO shall verify that the Contractors claims are in accordance with his written Instructions. Variation claims not authorised by the SO in writing have to be resolved promptly at the variation meetings.

48

PROVISION OF PLANT ON SITE The Contractor shall provide a minimum stock of Plant on site as directed by the SO throughout the various stages of construction. The Contractor shall be responsible for the upkeep and maintenance of these Plants in a good and working condition, during the periods when these Plants are in use on Site. Any broken down Plants shall be replaced immediately pending completion of the repair works. No Plant shall be removed from Site without the prior approval of the SO. The Contractor shall provide for all transport for labour and for the movement of plant and equipment to and from Site, erection, dismantling, moving about Site as necessary and including allowance for all idle time. The Contractor shall provide a list of Plant for use on the Works. Any item listed must be available for inspection by the SO.

49

WORKING DAYS AND WORKING HOURS The Contractor shall comply with the rules and regulations affecting work hours on site and noise level control as required by the Authorities. Works can only be performed during the working hours permitted by the Authorities. No Works shall be executed on the site within such periods as prohibited by the SO or the Authorities.

50

WORK PERFORMED BY CONSULTANTS AND/OR EMPLOYERS SITE SUPERVISORY STAFF BEYOND NORMAL WORKING HOURS If overtime work is required either at the Contractor's request or in circumstances deemed necessary and approved by the SO, the Employer shall be responsible for the nett overtime charges including CPF contributions, paid by the Employer to his Site Staff (Resident Technical Officer / Resident Engineer) and other site resident staff in this connection. Any request by the Contractor for RTO/RE to work overtime shall be made in advance and in written form and shall be subjected to approval by the SO. The rates shall be 1 times the normal rate for overtime on weekdays and Saturdays, and 2 times the normal rate for overtime on Sundays and Public Holidays. The normal working hours shall be as follows: Monday to Friday Saturday 8.30 a.m. to 5.30 p.m. 8.30 a.m. to 12.30 p.m. S1/38

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall be deemed to have made all necessary allowances for any and all overtime expenses as may be required to be incurred by the Employers site supervisory staff under the Contract. The Contractor shall not pay overtime expenses to the Employers site supervisory staff directly. Any such payment shall be forfeited by the Employer and the Contractor shall still remain liable for the overtime expenses to the Employer.

51

TESTING & TESTING FACILITIES The Contractor shall provide all the necessary labour, Plant, tools, instruments and materials for carrying out all tests stipulated in the Contract or as directed by the SO including the provision of all necessary transport for the transportation of instruments, tests materials, samples and supervisors, etc. to and from any accredited laboratory or any other testing facilities as and when directed by the SO or his appointed site representative. The Contractor shall make allowance for all the above in his tender price as no monetary claim for compensation or extras shall be paid for any work carried out by the Contractor in connection with the above work unless otherwise specified elsewhere in this Specification. The Contractor shall arrange for submission of copies of test results to the SO as soon as they are available. All tests and checks on Site shall be carried out as directed by or in the presence of the SO. Prior to the commencement of any concreting, the Contractor shall provide on Site at a shaded area at least one lockable water- tight curing tank of approved material and design. The tank shall be at least 760mm long, 530mm wide and 660mm high. The Contractor shall provide a sufficient number of tanks to accommodate the expected number of cubes, before they are sent for testing. The Contractor shall also provide and maintain for the duration of the Contract adequate apparatus on Site for concrete testing to the approval of the SO. The cost of all samples, transport and other expenses incidental to testing shall be borne by the Contractor. The Contractor shall arrange and pay for the tests listed to be carried out at the approved Engineering Laboratory as and when the SO may direct or at such intervals as the Specifications so require .

52

REIMBURSEMENT OF TESTING FEES TO CONTRACTOR The Contractor shall also carry out any other tests not specifically mentioned in the Specifications but requested or required by the S.O. The Contractor shall arrange and pay for the tests to be carried out at an approved testing laboratory as and when the S.O. may direct. The Employer will reimburse the Contractor for the laboratory fees only if the test results show that the materials tested meet the Specifications. The cost of all samples, transport and other expenses incidental to testing shall also be borne by the Contractor.

S1/39
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 53 WATCHING

DESCRIPTION

The Contractor shall provide for all necessary watching as may be required at all times and everything else necessary for the protection and security of the Works during the whole period of this Contract. 54 HOUSEKEEPING & FIRE SAFETY ON SITE The Contractor shall maintain a high standard of housekeeping and ensure fire safety on Site for the duration of the Contract. He shall keep the Site of his operations in as clean, neat and safe a condition as possible. All materials, particularly timber and other combustible materials, must be properly stored. Fire extinguishers (minimum 10 nos or as required by the Authorities) shall be provided by the Contractor for all temporary buildings and at strategic points on the site. Dry risers are to be installed to FSB Code of Practice for sites under construction. All rubbish, debris, etc. (including those left by any Nominated Sub-Contractors, Suppliers or Approved Specialist Sub-Contractors) shall be cleared from time to time. In particular, the Contractor shall, at all times, keep all accesses free of debris, excavated materials and other obstructions. 55 CLEARING AWAY The Contractor shall remove all rubbish, debris, surplus and rejected material from sites as they accumulate and when directed by the SO and clean all surfaces, including those of the affected portions of existing premises and adjoining properties and leave the works clean and tidy to the satisfaction of the SO at completion. Particular attention is directed to clearing out open drains and leaving them entirely free from blockage. The disposal of materials and rubbish by burning on site or burying in the ground will not be permitted under any circumstances. 56 CLEANING UP AND REINSTATEMENT OF WORKS ON COMPLETION The Contractor shall leave every part of the Works included in this Contract in a clean, sound and perfect condition free from all flaws, cracks and settlement whatsoever at completion of the works. All locks and hinges and other ironmongery shall be greased and oiled and missing keys supplied, cold water tanks, flushing cisterns to WCs etc. eaves gutters and down pipes, gullies, etc. shall be cleaned out and checked for proper supports and watertightness. The Contractor shall clean down all glass inside and outside with an approved cleaner, clean and polish all floor surfaces, remove mortar droppings, tar spatters and paint droppings on all exposed surfaces, touch up all paintwork and polished work and make good at his own expense all damages to the structure, fittings or decorations resulting from his operations to the satisfaction of the SO.

S1/40
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION On completion, huts, sheds, etc. shall be removed and the area occupied by same and used by the Contractor shall be reinstated and left clean and in perfect condition to the satisfaction of the SO. All turf disturbed or destroyed by excavation, site huts, dumps of materials, lorries and the construction works, etc. shall be reinstated at completion and watered and rolled, etc. to the satisfaction of the SO.

57

MATERIALS All materials and fittings shall be in accordance with the latest revised BS or SS current at the time of tendering. Should no standard be quoted the materials or fittings shall be to the approval and satisfaction of the SO.

58

LOCALLY MANUFACTURED MATERIALS Wherever any construction materials required for the Works is manufactured in the Republic of Singapore and bearing the PSB Mark of quality, the Employer will give preference to the use of that material in lieu of an equivalent imported material provided that, in the opinion of the SO, the material is considered satisfactory with regard to quality, etc. In case of doubt, the Contractor is required to refer to the SO whether any locally manufactured materials of acceptable standards are available for use in the Works. Where possible, the Contractor shall submit materials and fittings with Singapore Green Labelling Scheme (SGLS) label.

59

ORDERING MATERIALS The Contractor shall place his orders for specified materials at the earliest possible date after notification of acceptance of his tender or at such times as may be specifically stated elsewhere for any particular material. If, in the opinion of the SO the Contractor by his failure to order any specified material, or by his failure to deliver to the Site any specified material within the time stated for same, causes interruption or delay in the progress of the Works, then in either case, the SO may be at liberty to purchase such specified materials in whatever quantities he deems necessary and at the rates current in local markets at the time of purchase and all charges in connection therewith including delivery charges shall be borne by the Contractor and shall be deducted from money due or to become due to him under this Contract and neither profit nor extension of time shall be allowed to the Contractor in respect of such items.

60

SAMPLES Where materials and fittings are specified to be approved, samples shall be submitted for approval at the earliest possible date after notification of acceptance of the Contractors tender and before any order or bulk delivery to the Site is made. All samples which are approved will indicate the minimum standard to be maintained in the execution of the Works and shall be so marked and retained by the SO. S1/41

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION In the case of rejection, further samples shall be submitted until they are approved. All samples shall be submitted free of cost. The SO may reject any material or workmanship which, in his opinion, is not up to the approved standard. No claim arising therefrom shall be entertained. The SO may send the samples to laboratories for testing. The cost of all samples and transport for tests shall be borne by the Contractor. The Contractor shall fetch the SOs representative, together with the test cubes/samples, to the approved testing laboratory to witness the testing. All costs and expenses as may be incurred shall be borne by the Contractor and shall be deemed to have been allowed for in the Lump Sum Tender Price. Note : all samples shall be kept in the sample room at the site office.

61

ITEMS SPECIFIED BY NAME Where a material, article, product or equipment is specified by trade name, brand, catalogue reference or manufacturer's name, the Contractor shall use only such material, article, product or equipment as specified. Where a list of alternatives is given in the specification, the Contractor may use any of the listed alternatives. Where the phrase "or equal and approved" appears after a material, article, product or equipment specified by trade name, brand, catalogue reference or manufacturer's name, the Contractor may propose substitutes for consideration in his tender submission, together with such drawings, specifications, samples, manufacturer's literature, performance data and test results, and cost proposal and other information as are necessary for the Employer to evaluate the proposed substitutes completely. If the Contractor did not propose any substitute for the Consideration of Employer in his tender, then he shall be bound to provide the listed item. If a substitute proposed by the Contractor is not in compliance with the specifications, his tender may be rejected, unless in his tender submission, he has clearly confirmed that he would provide the listed item should the proposed substitute be found unacceptable. All materials and equipment submitted shall be the best of their respective kinds, complying with the relevant local Standards and / or Codes of Practice (or British Standard (B.S) where appropriate local standard does not exist). The SO representative shall reserve the right to reject any material/equipment submitted by the Contractor at anytime during the project if the material submitted is, in the opinion of the SO representative, not in accordance to the specification or not from any reliable sources. The decision on the approval of all the material and equipment by the SO representative shall be final and non-disputable.

62

SUBSTITUTIONS AFTER AWARD OF CONTRACT After the award of the Contract, the Contractor shall not substitute any material, article, product, or equipment specified (hereinafter called the "specified item") in the Contract without the prior written approval of the SO.

S1/42
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION If the Contractor wishes to propose a substitution for a specified item, he shall make a timely written request to the SO, stating the reasons (as supported by documentary evidence) for the request. He shall also provide such drawings, specifications, samples, manufacturer's literature, performance data and test results, and other information as are necessary for the SO to evaluate the proposed substitution completely. Any deviation from or noncompliance with the contract requirements shall be highlighted and brought to the attention of the SO, failing which the Contractor shall be deemed to warrant that the proposed substitute will comply with the contract requirements. The Contractor shall also submit details of the comparative prices for the specified item and the substitute to the SO, and indicate the savings accruing to the Employer. For the avoidance of doubt, the Contractor is bound to provide the specified item under the Contract. The decision whether or not to consider the request for substitution and to accept or reject it is entirely a matter of discretion for the SO and the Employer whose decision shall be final and binding. Any delay or alleged delay on the part of the SO or the Employer in considering the Contractor's request for substitution or in coming to a decision shall not entitle the Contractor to an extension of time or additional payment.

63

CARRIER The Contractor shall ensure that the carriage by sea of all goods, materials and equipment imported for the purposes of this Contract shall be on vessels owned and operated by shipping lines which are approved by the SO at the time the contract of carriage is entered into. Other ships may be used only if no approved line: (a) can deliver the goods, materials and equipment in time to meet the delivery dates specified in the Contract; or can provide the same measure of service at the same cost. The Bills of Lading for the goods, materials or equipment used by an approved line(s) shall be sufficient evidence of their carriage by an approved line(s) in compliance with this clause. Where the carrier is not an approved line, the Contractor shall satisfy the SO that the conditions of para 1 hereof has been satisfied. The SO may require and the Contractor shall forthwith furnish to the SO letters from each and every approved line at the time the contract of carriage with the carrier is entered into stating that in respect of the shipment in issue they are either unable to quote or to provide the service required. Notwithstanding anything contained in this clause, it is understood that the SO is not and shall not be responsible for any act or default of the carrier or for any loss or damage sustained by the Contractor on account of having to comply with this clause. The list of current approved lines can be obtained from the SO.

(b)

S1/43
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 64 WARRANTIES / GUARANTEES

DESCRIPTION

The Contractor warrants to the Employer that all materials, goods and equipment furnished under this Contract will be new, unless otherwise specified, and that all work will be good quality, free from faults and defects and in conformance with the specifications. The Contractor further warrants that, except as may otherwise be permitted under other provisions of the Contract Documents, he has clear title to all materials, goods, equipment and supplies furnished by him for incorporation in the work and that no materials, goods, equipment, or supplies to be incorporated in the work have been purchased by him or by any of his sub-contractors subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller or any third party other than the Employer. All work not conforming to the requirements of this Clause, including substitutions not properly approved and authorised, may be considered defective. If required by the SO, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials, goods and equipment. Other provisions of the Contract Documents shall not limit this warranty. Manufacturer's warranties and other similar guarantees to be furnished by the Contractor on equipment or other work specified shall be submitted to the SO prior to, and as a condition of the SO's acceptance of the warranted equipment or other work and, unless otherwise required under other provisions of the Contract Documents, such warranties shall commence upon the completion of the whole project. In addition to his obligations under the Contract and also Common Law to make good or replace defected materials, goods and workmanship, the Contractor will, before issue by the SO of the Completion Certificate, deposit with the Employer, warranties valid for five or ten years (as stated below) against failure in respect of defective materials, goods and workmanship based on the specimen form included in the Appendices of the tender documents. Warranties will be required to be formalized between the Contractor and the Employer in respect of the following (note : the list below is not exhaustive, the Contractor shall furnish all guarantees as stated in the Contract) :(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) Pre-treatment of soil for protection of buildings against subterranean terminate (Antitermite treatment) (5 years) Complete system of waterproofing treatment and built-up membrane roofing system. (10 years) Complete metal roofing system (10 years) Complete system of waterproofing treatment to wet areas and water retaining structure. (10 years) All internal waterproofing (10 years) All joint sealers and accessories including flashing, tile adhesive and joint grout (10 years) All aluminium works and glazing works for windows and doors (10 years) All fluorocarbon coating, powder coating and anodizing for aluminium items. (10 years) All galvanizing and other similar treatments to metalworks (5 years) All painting to metalworks (5 years) S1/44
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM (k) (l) (m) (n) (o) (p) (q) (r)

DESCRIPTION All interior and exterior paintwork and paint systems (5 years) Operable wall (5 years) Complete timber flooring system (5 years) Complete gym flooring system (Including EPDM) (5 years) Running track and play equipment (Outdoor fitness) (3 years) All system furniture (5 years) Vapour barrier (5 years) All toilet cubicle system (5 years)

The Contractor shall obtain all guarantees / warranties specified in the Specifications on formats approved by the SO covering the workmanship and materials for the periods agreed from any such nominated sub-contractors, suppliers and approved specialist sub-contractors as directed by the SO. The original guarantee shall be forwarded to the SO within the time stated in the Contract. Four (4) copies of each of these guarantees / warranties shall be delivered to the S.O. within thirty (30) days upon the completion of all Works. Failure to do so will entitle the Employer the right to pay other persons to do whatever may be necessary to give effect thereto and recover the amount of any cost, loss and expense and damage incurred or suffered in connection therewith from the Contractor. The Period of Warranty shall be deemed to commence from the Date of Substantial Completion (or the last date of Substantial Completion if more than one) stated in the Certificate of Substantial Completion referred to in the Main Contract. All warranties shall be in the format prescribed and shall be executed under seal. 65 SAFETY PROVISIONS FOR BUILDING OPERATIONS AND WORKS OF ENGINEERING CONSTRUCTION Notwithstanding other requirements on safety in this Contract, the Contractor shall also allow in his Tender Sum for compliance with the safety provisions and safety implementation as specified in the Appendix of the tender documents and the safety requirements imposed by the authorities including but not limited to : a. b. c. d. e. f. 66 Workplace Safety and Health Act (WSHA) WSH (Workplace Safety and Health Officers) Regulations WSH (Construction) Regulations WSH (Risk management) Regulations WSH (Incident Reporting) Regulations WSH (Guidelines on Design for Safety in Buildings and Structures)

PERSONAL PROTECTIVE EQUIPMENT (PPE) AND MEDICAL AID The Contractor is to provide suitable and adequate protective clothing, safety helmets, safety boots, harness and other necessary safety devices for the use of the SO and its representatives and visiting personnel from the relevant Authorities.

S1/45
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall provide first aid facilities in accordance to the requirements stipulated in the Workplace Safety and Health Act 2006 and its subsequent amendments and Regulations.

67

ADDITIONAL REQUIREMENTS FOR SECURITY, SAFETY AND PUBLIC RELATION STRATEGIES AND MEASURES Security Measures The basic principles behind the following series of proposed measures are the segregation of construction from non-construction areas, and the proper control of access. a) Physical barriers Boundary Hoarding The boundary hoarding for segregation of construction from non-construction areas must be solid and sufficiently high to provide visual and noise barrier. The hoarding must be at least 2.4m high properly designed for its purpose and the design endorsed by a Professional Engineer (PE). It has to be secured without gaps and painted. b) Physical Barriers Netting Construction netting must be provided to keep dust within the construction site. The net must be mounted on the boundary fence and at least 2-storey high. c) Controlled Access Access shall be manned by security guards engaged by the contractor at all times when opened. The main access to the construction area shall have a proper security post. The security guards engaged by the contractor shall be responsible for controlling the issue of security passes. d) Security Guards Within the construction area, the contractor shall provide 24-hour full time security guards (from a licensed security firm) to man the access and patrol the barriers to check for damage or unauthorised openings. Security guards shall ensure that workers are properly attired and have security passes with names prominently displayed. e) Workers Attire All workers, including sub-contractors workers shall be required to wear the main contractors company uniform and security pass at all times. Workers are not allowed to be bare bodied while working. f) Security Passes The Contractor shall implement a security pass system for all workers, suppliers and visitors entering the site. Security passes are to be waterproofed and defaced passes must be replaced immediately. S1/46

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION Security passes are to be worn and prominently displayed. Violators will be barred from entering the site. g) No Workers Quarters and Canteen Other than the security guards, no one shall be staying in the construction areas after working hours. The Contractor has to ensure that all workers are out of the site before locking up the entry / exit point at the end of each working day. Safety Measures The basic principle governing the following series of proposed safety measures is that the safety of staff must be the first priority. In addition to all the basic requirements under Construction Safety Audit Scoring System CONSASS, the following measures are to be implemented. a) Physical barriers Hoarding must be provided to segregate the high-risk areas from the general public/occupants. The hoarding shall have adequate warning signs such as Hard Hat Area, Inconvenience Regretted, etc. b) Instrumentation Instrumentation instruments as required by the SO shall be installed on the existing buildings to monitor for settlement, signs of stresses and vibration etc. in the building. The Contractor shall be responsible for the supply, installation, monitoring and maintenance of the instrumentation. The number of each type of instrumentation shall be specified in the contract, daily readings and reports shall be submitted to the SO. c) Noise Hazards Noise monitoring equipment shall be installed within the site/existing building and at Ministry of The Environment and Water Resources (MEWR) / National Environment Agency (NEA) prescribed distance from the site/building to continuously measure the noise levels. Daily records of the noise readings at prescribed intervals shall be submitted to the SO. The Contractor shall be responsible to ensure that noise emissions are kept within the acceptable noise levels and/or any other regulated Authorities allowances as may be the case. In no instance shall the Contractor be entitled to additional cost and time claim for compliance of the same. d) Safety Management System The Contractor shall be required to implement a Safety Management System for the project according to the requirements of ConSASS. The Safety Management System shall be kept in the site office and made available for reference at all times.

S1/47
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION Safety poster shall be prominently displayed at site office, entry/exit points and along hoarding. Safety posters are to be displayed at least 4m away from Employers logo and graphics and also at every 4m interval. e) ConSASS and MOM regulations In accordance with the Authorities requirements or otherwise, as the case may be, the Contractor shall implement and/or engage all necessary procedures and personnel as may be required for the duration of the Contract for compliance of the same and shall be responsible to submit whatever reports as necessary to the relevant authorities for information on and retention of the same. f) Worksite Health and Safety Procedures In accordance with the Authorities requirements or otherwise, as the case may be, the Contractor shall implement all necessary Worksite Health and Safety procedures as per the Authorities guidelines at his own expenses. g) Cranes The Contractor has to ensure that only an approved crane contractor can install, repair, alter and dismantle a mobile/tower crane. The age of the crane should not be more than 15 years. A minimum of 5 years experience is required for crane operator. The crane has to be tested and certified safe by an Approved Person before commencing lifting operation on the site, irrespective of any valid test certificate and in use not more than 15 years. Daily checks are to be carried out by the crane operator and maintenance checks conducted every three months. Operational tests on all limits switches under no load condition have to be carried out before the start of every workshift. Results of such test shall be entered in a logbook. Overload safety devices are to be operational at all times. A set of safe lifting procedures must be imposed and carried out by the lifting supervisor. Only registered crane operator, appointed riggers and signalman can carry out any lifting operation. The jib of the tower crane shall not be allowed to slew beyond the hoarding with/without load. This rule also applies to mobile crane. New test / approval certificates must be issued each time a crane is assembled. Before lifting can begin, contractors safety personnel must clear approved lifting plan and method statement. Mobile/Crawler crane must rest on steel plates for any lifting operation. The Contractor is to submit applications for crane heights clearances prior to construction to CAAS, Mindef and any other authorities.

S1/48
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM h) Crane Operator Competency Test

DESCRIPTION

All crane operators entering the site must have a valid license and must have experience operating the particular model and size of crane. All crane operators whose license is expiring must go through the refresher course before being allowed to continue operating the crane. The Safety Personnel shall maintain proper records of the cranes used at the site and the crane operators on each crane. i) Access for the Use of Mobile Crane and Piling Machines Access for Mobile Crane and Piling Machines shall be of steel plates or reinforced concrete or bituminous pavement as approved by the SO. All such access shall be provided over compacted hardcore base. j) Safety Inspection Regular inspection of all heavy machinery, for example, mobile and tower crane is to be carried out at six (6) monthly interval. These machines must be maintained at the required safety specification. Documentation of all inspections shall be kept and maintained on site. k) Warning Signs and Lights The Contractor shall display warning signs of sizes 900mm x 600mm at strategic points around the periphery of the Site where trespassing is likely to occur. Such signs shall have the words DANGER KEEP OUT in the four official languages painted in red on a white background in gloss finishing paint. Warning lights shall be placed at similar positions at night to serve as a warning. Other Contributory Measures a) Temporary Drainage System The Contractor shall ensure that a proper temporary system of drains is set up. Where possible, the temporary system of drains shall not connect to any of the existing drains. In the event that this is unavoidable, the contractor shall be responsible for the daily cleaning and the maintenance of the existing drains. b) Pest Control within the Construction Areas The Contractor shall engage a Pest Control Operator who is registered with the BCA under the workhead MW04 to provide comprehensive pest control and surveillance work on the site. The contractor shall submit the name of the Pest Control Operator and proof of BCA registration to the SO for approval prior to carrying out the Works. The SO may disapprove the Pest Control Operator selected by the contractor and the contractor shall not be entitled to any claim arising from such decision. Pest Control measures and surveillance programme shall fully comply with the requirements of MEWR / NEA as well as the following:

S1/49
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The contractor is required to submit a detailed pest control and surveillance programme inclusive of fogging at the site to the Environmental Health Office, MEWR / NEA and the SO prior to commencement of the work. The frequency of fogging shall be at least once per week and the chemical used for fogging shall be approved by the MEWR / NEA. The contractor shall maintain a site register containing an up-to-date record of pest control and surveillance work that has been carried out. The site register shall be made available and ready for inspection by the SO when required. The contractor shall submit monthly-summarised returns of the site records required by MEWR / NEA to the Environmental Health Office, MEWR / NEA.

The work required under this clause shall include all necessary measures to prevent the site from becoming conducive for breeding or harbouring of vectors. The operator together with the contractor shall carry out site checks at least once a week to detect and remove breeding and harbouring grounds. If breeding or harbouring of vectors is found at the site, enforcement action shall be taken against the contractor by MEWR / NEA. At the end of the project, the pest controller shall be required to carry out a thorough inspection of all area in the school and certify that the premises are free from pest. 68 SAFETY AUDITS Where required by the Authorities, the Contractor shall employ an approved independent safety consultancy company approved by MOM at his own expenses to carry out safety audits, at an interval of every six (6) months, using Construction Safety audit Scoring (ConSASS), with the first audit conducted within one (1) month from the date of the Letter of Acceptance. Such inspections and audits shall be carried out at half yearly intervals or other agreed interval for the duration of the Contract Period. The Contractor shall deliver the safety inspection and audit reports to the SO within seven (7) days from the date of receipt of each of the reports from the safety consultancy company. Such reports shall include the observations (and corrective actions required) and the recommendations necessary for the improvement of site safety immediately. The safety inspection and audit shall not, in any way whatsoever, relieve the Contractor of his duty to comply with all requirements of any statutory act or regulations and any amendment or reenactment thereto or any measures that may be required to ensure the adequacy and sufficiency of the safety provisions at the site. 69 TRAFFIC CONTROL AND ROAD SAFETY The Contractor shall provide for all necessary traffic and directional signs, barriers, warning lamps, rubber cones etc. to guide and inform the public that the working area is closed or partially closed to all traffic (vehicular as well as pedestrians) during the contract period and shall replace/relocate or remove all those signs etc. as directed by the SO or the Traffic Police and other relevant authorities.

S1/50
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 70 USE OF ROADS AND HIGHWAYS

DESCRIPTION

All operations necessary for the execution of the Works and the construction of any temporary works shall as far as practicable be carried out so as not to interfere unnecessarily or improperly with the use of public or private roads and footpaths, highways or bridges or property whether in the possession of the Employer or of any other person. The Contractor shall use every reasonable means to prevent damage to existing roads, highways, footpaths, culverts, bridges, etc. caused by any traffic of the Contractor or any of his sub-contractors etc. He shall not subject any of the roads, highways or bridges communicating with or on the routes to the Site to extraordinary traffic and in particular shall select routes and use vehicles and restrict and distribute loads so that any such extraordinary traffic as will inevitably arise from the moving of plant and materials or manufactured or fabricated articles from and to the Site shall be limited as far as reasonably possible. The Contractor shall make good all damage to existing roads, footpaths, culverts, bridges, etc. caused by or in any way attributable to his workpeople, his or any vehicle or plant entering or leaving the Site. This shall include, at his own expense, maintenance, repair and reinstatement of the aforesaid to their original condition to the satisfaction of the SO. The Contractor shall verify with the authorities whether any restrictions exist as regards free passage at any time of vehicles or plant approaching or leaving the Site; and he shall provide against any limitation of such free passage. The Contractor shall indemnify the Employer in respect of all claims, demands, proceedings, damages, costs, charges and expenses whatsoever arising out of or in relation to the aforesaid matters. 71 LIABILITY FOR NUISANCE, ETC. The Contractor shall bear all risks and responsibilities in carrying out the Works and shall be responsible during the progress of the Works for any damage or disturbance to existing or adjoining properties, or annoyance or nuisance to residents arising out of the execution of the Works. The Contractor shall be responsible for restricting his workmen only to the Site of the Works and shall prevent trespass into adjoining properties. The Contractor shall indemnify the Employer against all claims resulting from the above liabilities. 72 NUISANCE CAUSED BY THE LITTERING OF PUBLIC HIGHWAYS WITH EARTH, ETC. The Contractor shall be responsible for and shall not create any nuisance by littering public streets with earth, mud, debris, etc. from the Contractor's vehicles and/or his sub-contractors vehicles used for the purpose of this Contract. The Contractor shall provide such facilities and labour as are necessary for the removal of mud or earth adhering to the tyres and wheels before the vehicles move out of the site and shall station sweepers along the route of travel of the vehicles at positions directed by the SO to clear away droppings and in addition shall undertake at his own cost such other precautionary measures as the SO may direct.

S1/51
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall allow for any cost incurred in complying with this requirement. Should the Contractor fail to comply with this requirement, the SO may employ labourers and/or take whatever necessary actions to comply with the requirement and any cost incurred shall be deducted from any money due or to become due to the Contractor.

73

PROGRESS PHOTOGRAPHS The Contractor shall allow for the cost of taking and developing digital photographs to show the progress of works as directed by the SO. Three (3) sets of minimum twenty-four exposures 4R size colour photographs in digital format, CD-rom and hard copy will be required each month and must be delivered to the SO on 25th day of each month. Upon practical completion the Contractor shall compile all the monthly progress photographs including completion photographs all in digitised format into a CD, 4 sets (with captions) and submit it to the SO within one (1) week. In addition to the above photographs, the Contractor is required to provide digital cameras for use on site and also to submit the following items to the SO on 25th day each month: Two sets of digitised photographs (10 best shots) of the entire site (aerial view) to show the progress of work. This should be at least A5 size. Two complete sets of digitised photographs on CD-Rom (soft copy) capturing progress of work at various blocks or locations on site. One complete set of the printed digitised photographs with caption. Example of caption Progress for Post-tensioning works. A one page write up to support the overview.

74

PHOTOGRAPHS OF COMPLETED PROJECT Upon completion of the project, the Contractor shall engage a professional photographer approved by the SO to take twenty-four (24) colour photographs (5R size) and in CD Rom. These shall be submitted to the SO in an album and a box respectively. The SO shall then select and inform the Contractor of the six photographs chosen for cropping and enlargement (maximum size 200 x 250mm). The Contractor shall arrange to send the negatives to an approved laboratory for enlargement; and furnish the six photographs in an album, together with all the colour negatives to the SO. This shall include two photographs showing general views of the site. These are to be submitted within two (2) weeks from the Date of Substantial Completion. In addition, the Contractor is also required to submit photographs of 4R size with caption being digitized within each photograph for all types of completed rooms including the school hall (where applicable) as well as all external facilities in an album and the same photographs should be stored in a CD. A minimum of 2 shots of each room / external facilities is required and the photographs are subjected to the satisfaction of the SO. All photographs are to be completed, stored in a CD and submitted together.

S1/52
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The ownership and copyrights of all photographs, negatives and CD Rom shall be vested in the Employer and these shall not be used for any purpose whatsoever without the SO's approval.

75

MECHANISATION The Contractor shall allow for the provision of all necessary plant, tools, hoists, materials, labour etc. for the duration of the Contract and shall allow for all labour and material in installing, operating, moving, adapting, maintaining same as necessary and subsequently removing on completion. When required all mast derrick cranes, hoists, cranes etc. shall be erected in a manner so as not to affect progress of the Work or cause damage to the permanent works. The Contractor shall ensure that all plant, tackles equipment etc. shall be erected to conform to the requirements of the relevant Authorities and to the satisfaction of the SO. All plant shall be periodically checked with an updated "Worthiness Certificate". The cost of providing, erecting and maintaining all the plant and equipment etc., the paying of hire fees and the effecting of all necessary insurances pertaining thereto shall be borne by the Contractor. The location of all major plant shall be submitted for the approval of the SO in the form of layout plans clearly indicating the levels, loads and attachments to structure at least two weeks prior to commencement of erection on Site.

76

SHOP DRAWINGS Where shop drawings are required for the Works, the Contractor shall provide complete and properly drawn copies (1 hardcopy and 1 softcopy in pdf version) of such drawings to the S.O for approval. The Contractor shall submit shop drawings submission schedule within one week of the award of the Contract. Where shop drawings are required for the building works in connection to the Mechanical & Electrical installations such as locations and sizes of openings required in the structural elements, the Contractor shall provide complete, properly co-ordinated drawings to the SO for approval. The Contractor shall provide all drawings in an orderly, co-ordinated manner and in sufficient time to permit review and consideration by the SO so that any undue delay to the ordering, delivery and fabrication or installation of the Works could be avoided. Where modifications are required of the shop drawings, the shop drawings once modified shall be re-submitted for further review by the SO. Delay caused by late submission of such drawings or modifications thereto arising from repeated errors, unacceptable details, unclear or insufficient information will not be reasons for request for any extension of time. No work shall be carried out until relevant shop drawings have been submitted by the Contractor and approved by the SO. Notwithstanding the review and approval by the SO of the same, the Contractor shall not be relieved of his primary responsibilities and obligations under the Contract. S1/53

P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 77 AS-BUILT DRAWINGS DRAWINGS &

DESCRIPTION AS-BUILT BIM (BUILDING INFORMATION MODELLING)

During construction, the Contractor shall maintain accurate records of the Works including changes made during construction and ensure that they are incorporated in the as-built drawings and BIM. All aspects of the Works including position of equipment, fittings, accessories etc. shall be clearly shown. The drawings shall be the as-built record of the Works as finally constructed. The Contractor shall prepare and submit to the SO within one (1) month after the completion of the Works, a complete set of as-built drawings with BIM requirements of the project for record purpose. The required drawings shall include the following (where applicable): (a) (b) (c) (d) (e) (f) Architectural drawings Piling drawings Civil and Structural drawings Mechanical and Electrical drawings Landscape drawings As-built survey plan showing all as-built information required for all relavant Authorities' clearances.

Four (4) sets of as-built drawings and "as-built" BIM (endorsed by PE) (version to be confirmed by the SO) compatible in recordable compact disc, are required. The as-built drawings shall include the name and address of the Contractor, date, scale, drawing numbers and titles. In addition, the following particulars (including the appropriate logos) shall be printed above the Contractors name:I. Employer : St. Stephens School, The Visitor in Singapore of the Christian Brothers Schools

II. Consultant

As listed in the Particulars of Employer and Consultants.

The Contractor shall allow in his tender the costs of engaging land and building surveyors, and other relevant personnel in the preparation of the as-built drawings. Notwithstanding the above, the Contractor shall engage qualified BIM manager to manage the BIM and coordinate with the Consultant's team to produce the final as-built BIM drawings and models. 78 BONUS SCHEME CONSTRUCTION QUALITY (BSCQ) The Contract work shall be subject and evaluated under the BSCQ developed by the Building and Construction Authority (BCA) as a yardstick for measuring construction quality of completed buildings. The Contractor shall register for the BSCQ upon award of this Contract, pay all scoring fees and expenses applicable and make all necessary arrangements with the assessors from the BCA to facilitate the assessment. The Contractor shall supply to the SO five sets of all BCA quality assessment reports, quality score for each and every section of the Works, total quality score for the Works and any recommendation to improve the quality of the Works. S1/54
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall at all times make available the Contract Drawings and Contract Specifications of the Works for the assessors. The Contractor shall also arrange for his site supervisors to assist in setting out instruments. The Contractor shall make available all necessary records of all test results verified by the resident site staff for inspection when necessary. The Contractor shall at all times provide and maintain unhindered and safe access to and easy inspection of the Works at the locations and levels selected for the assessment during construction and at completion of the building including but not limited to providing any ladders, platforms, ramps or scaffolding required by the assessors. The Contractor shall attend to all requirements of the assessors and any direction by the SO to ensure that the level of quality of the Building is achieved. Failing the Contractors registration for the BSCQ, the Employer will register on his behalf including paying all scoring fees and expanses applicable and deduct such payment from monies due to the Contractor including an administration cost of S$500.00. The bonus threshold score for this project is 88.0 points. The discount threshold score for this project is 82.0 points. The bonus and discount shall apply to the effective contract sum which is the percentage of new works as against the contract sum stated in the Letter of Acceptance.

79

PRE & POST CONSTRUCTION CONDITIONS SURVEYS Before commencement and upon completion of the Works, the Contractor shall engage a registered Building Surveyor to carry out a pre and post construction condition survey of existing site conditions, adjoining building and building defects, if any and of surrounding structures. Eight (8) complete sets of the survey report comprising : Report and records of details of any existing site conditions and all existing damages or defects; 4R size photographs properly arranged and annotated (minimum thirty six exposures)

must be submitted to the SO for endorsement before any work commences on site and upon completion of the Works, unless otherwise agreed with the SO. A soft copy of the photographs must be forwarded to the SO for safekeeping. In addition, the Contractor is also required to engage a Loss Adjustor to evaluate existing conditions (where applicable) including all neighbouring properties and submit eight (8) copies of reports prior to commencement of works. When there are public sewers or pumping mains within and / or adjacent to your development lot, upon completion of the development, a post-construction CCTV report together with CCTV video (DVD) be made for new existing sewer(s) and manholes within or adjacent to the development site.

S1/55
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 80

DESCRIPTION TOL FEES FOR LAND OUTSIDE CONTRACT BOUNDARY Where the Contractor requires land outside the contract boundary for the setting up storage of materials for the works, the contractor shall check on the availability of such land and apply to the relevant Authority or Lands Management Section allows the contractor the use of such land, the contractor shall at his own costs and expenses comply with all the terms and conditions, pay all TOL (Temporary Occupation Licence) fees, bear all costs and expenses for the use and maintenance of and access to the said land imposed by the relevant Authority or HDBs Land Management Section. The contractor shall reinstate the land to its original condition before handing over the land back to the Land Management Section. The contractor shall use such land allocated solely for the purpose of executing this contract.

81

EARTH CONTROL MEASURES The Contractor shall take note of the Authorities requirements pertaining to the Earth Control Measures (ECM). The Contractor shall price herein for engagement of a Qualified Erosion Control Professional (QECP) to design and submit, together with detailed plans and calculations, method statements of the sequence of work activities to the full satisfaction of the SO and for submission to and approval by the Authorities prior to commencement of any earthworks on site. The Contractor shall allow herein for the implementation and maintenance of the erosion control plan and all other necessary soil improvement works where required, temporary and/or permanent, to the direction and satisfaction of the SO / Authorities. The Contractor shall not be entitled to any claim for loss of time and/or expense due to the above.

82

DIVERSION OF SERVICES The Contractor is to note that there may be diversion of services (to be carried out by the relevant Authorities) in progress at the time of award of the Contract. The Contractor shall programme his works on site in such a manner so as to allow for this diversion of services. The Contractor shall also be deemed to have priced for all necessary site access and other site attendances to be provided for the diversion of services.

83

NOTIFY NEIGHBOURS PRIOR TO COMMENCEMENT OF WORKS Prior to commencement of any works and immediately upon award of the Contract, the Contractor shall make arrangement to notify the neighbours and general public in the vicinity of the Works in writing of any construction activities that would be carried out. The Contractor shall provide a public liaison officer contactable on a twenty-four hour basis for addressing all issues of noise/safety etc. that may be brought up by public and to assure the neighbours and general public that their welfares are not comprised. The Contractor shall take all necessary precaution to minimise the level of dust and noise during the construction work. The Contractor shall allow for sealing off neighbouring building windows and provision of temporary air-conditioning as a measure in the event of excessive dust and noise to the existing boarders.

S1/56
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor is to ensure that the occupants in the existing building and neighbouring buildings can continue their normal functioning throughout the duration of the Works. The Employer shall not be under any liability to the Contractor for any loss to the Contractor due to lack of good public relation practices by him and/or lack of tolerance and understanding by aggrieved neighbours and the public arising from the Works.

84

OFFICIAL VISITS The Contractors attention is drawn here that, from time to time, official visits may be conducted on Site to brief visitors about the project. He shall give due allowance for the provision of safety helmets and boots and any other assistance which may be required of him for such official visits.

85

PUBLIC RELATION MEASURES The Contractor, will be required to provide support and assistance to the SO and MOE by way of conducting briefings to nearby residents. The Contractor may be called upon to explain the project and the sequence of work to allay any fears on safety, security and nuisance caused by noise and air pollution. Where required, the Contractor shall assist in the distribution of flyers produced by MOE for the information of parents and residents in the immediate vicinity of the school. The Contractor shall appoint a full time staff, other than the Project Manger, as the Liaison Officer to co-ordinate with MOE in handling any public complaints. The Liaison Officer shall be contactable 24 hours a day by handphone.

86

CEREMONIES The Contractor is advised that ceremonies may be held at the Site during the progress of Works. During such ceremonies, no noise and no works shall be carried out on the Site and the Contractor shall fully co-operate and assist the SO in all matters connected therewith. Allowance for the above shall be made in the tender and no claim for time and expense incurred shall be entertained.

87

PAYMENT BY INTER-BANK GIRO (IBG) SYSTEM All payments due under the Contract shall be made to the Contractor only through the Inter-Bank GIRO (IBG) System. To facilitate payments through the system, the Contractor shall within two (2) weeks of the award of the Contract, complete the Direct Credit Authorization (DCA) form through online submission. The Contractor shall be responsible for any delay in payment if he fails to submit the DCA form within the stipulated period.

88

ENVIRONMENTAL MANAGEMENT PROGRAMME & GREENMARK CRITERIA The Contractor shall note that this project is subjected to BCA Green Mark rating Green Mark Certified as stipulated in the Code for Environmental Sustainability of Buildings (updated on 30 April 2008). The Contractor shall carry out the works as specified in the Appendix in the tender documents.

S1/57
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM

DESCRIPTION The Contractor shall implement effective construction and demolition waste management programmes, including monitoring and setting targets to mininise energy use, water use and construction wastes. This is to minimise environmental impacts throughout the construction period. The Contractor shall provide detail environmental management programme within 1 month upon award of Contract for approval by the SO. The Contractor shall allow BCA and its assessors full access to the project site for the purpose of random audits and site checks and shall be responsible for the safety of the aforementioned while on site. The Contractor shall provide and maintain unhindered and safe access to facilitate the inspection works, including but not limited to the provisions of ladders, platforms, ramps or scaffolding as required by the assessors.

89

BCA LICENSING OF BUILDERS The Contractor is to note BCAs requirement for all builders carrying out building works where plans are required to be approved by the Commissioner of Building Control and builders who work in specialist areas which have a high impact on public safety will require a Builders Licence. The Contractor shall abide by this regulation and ensure the implementation for all sub-contractor trades as per the requirements. No time and cost shall be entertained for compliance of the same. The Contractor shall indemnify the Employer for all damages suffered in respect of noncompliance of the same.

90

TEMPORARY OCCUPATION PERMIT (TOP) AND CERTIFICATE OF STATUTORY COMPLETION (CSC) The Contractor shall plan his works such that the Works are completed sufficiently for Temporary Permit inspection, which is to be carried out at least two (2) months before each phase completion. The Contractor shall indicate clearly the above in his programme showing all details such as arranging for testing and commission of services, inspections by Registered Inspectors which shall be appointed by the Employer. The Contractor shall provide all assistance and co-operation for the Building Control Division to make TOP and CSC inspections. He shall arrange for all concerned Sub-Contractors, Nominated Sub-Contractors or other concerned parties required by the Employers Representative to attend the inspection. The Employers Representative shall endeavor to give five (5) days clear notice before each inspection.

S1/58
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 91 CADASTRAL SURVEY

DESCRIPTION

The Contractor shall engage a Registered Surveyor to undertake the following works :1) Preparation of setting out of the boundary base on the completed school and submit to the Alienation Department of SLA (Singapore Land Authority) for approval. 2) Upon SLA concurrence of item 1 above, to prepare RT (Registration of Title) Plan for submission to Chief Surveyor. The entire process of obtaining the title must be completed within 9 months. The survey definition is as follows: (a) (b) Declaration Plan - a survey plan showing the approved lot no. for a proposed road that will be vested to LTA to be declared public. Subdivision Plan


(c)

a survey showing the subdivision of land parcels. if proposed development is on state land, the subdivision plan is to be submitted to SLA for new lots nos. If its on private land, it is submitted to URA for approval before the onward submission to SLA.

Assurance Plan or Registrar of Title Plan (RT Plan) - a survey plan showing the provisional boundaries and areas of land lots. Upon receipt of new lot nos., the registered surveyors will prepare the Assurance Plan or Registrar Plan and submit to the Chief Surveyor for approval. Upon approval of the RT Plan, a title / cadastral survey is conducted. This plan shall be superseded by the Certified Plan. Certified Plan a plan showing the final boundaries and areas of the lots. These are plans approved by the Chief Surveyor and they bear unique plan numbers.

(d) (e)

Allowance for all the above provisions (including the deposit to be paid to Chief Surveyor under the above item) shall be made in the tender as no claim for extra shall be entertained by the Employer. 92 CUTTING DOWN / MAINTENANCE OF TREES The Contractor is to note that the existing trees, creepers, hedges etc. which may affect the works at the site will have to be fell and removed from the site. However, the Contractor shall not fell, remove or cut any trees without the written approval of the S.O. The stumps and roots of trees shall be grubbed up and removed from the site. All empty tree holes or cavities shall be filled with approved material to the existing ground level and compacted to the satisfaction of the S.O. The existing hedges / trees that are designated to be retained shall be protected / maintained in an adequate manner throughout the construction period / maintenance period.

S1/59
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 93

DESCRIPTION APPLICATION FOR PERMANENT SUPPLIES The Contractor shall notify the SO as soon as the Works have reached the stage where the Authorities will provide permanent supplies. Application for permanent water and electricity supplies shall be made in the name of the Employer (or his nominees). The Contractor shall apply, pay for all "deposits" and "fees" and obtain all necessary certificates and approval from the Authorities for the provisions of connection to and turning on of the permanent supplies. The Employer shall only reimburse the Contractor the "deposits" and "turning on" and/or "connection fee" for obtaining the permanent supplies.

94

BUILDING INFORMATION MODELLING (BIM) REQUIREMENTS The Contractor shall note that BIM is implemented in this project. The BIM requirements in the Consultant/Contractor's scope of works is stated in Appendix of the tender document. He shall use the Building Information Modelling (BIM) and shall make reference to the BIM Requirements (Annex A) and BIM Terms of Reference (Annex B) for the implementation of BIM in the project and the Singapore BIM Guide (Version 1) for the definitions, specifications and guidelines. The Contractor shall include in his tender price for all the associated costs including the purchasing of the required software application, licences, training, etc., engaging BIM manager to comply with the BIM requirements.

95

CONSTRUCTABILITY SCORE The Contractor shall ensure that the minimum requirement for the Constructability Score are met and shall provide assistance, attendance and facilities to the S.O. and BCA Officers in carrying out the assessment of the Constructability Score. The calculation of the Constructability Score shall comply with Code of Practice on Buildability and Constructability Appraisal System (CAS), including any amendment and revision which may be introduced in relation thereto, in so far as these apply to the Works. The Contractor shall be responsible for the submission of constructability score and obtaining the certificate of compliance. The Contractor shall also practice proper record keeping of reports, processes, etc on methods and technique used for the Works. The Contractor shall indemnify the Employer for all damages suffered in respect of noncompliance of the same and allow for all necessary expenses in connection with the above in his tender submission.

96

MAINTENANCE STOCK Supply and deliver all maintenance stock as listed in the Specification and approved by the SO. The maintenance stock shall be properly protected and upon instruction of the SO passed to the School for safe-keeping. Certified vouchers of the tiles by the recipients shall be forwarded to the SO.

S1/60
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School

SECTION NO. 1 - PRELIMINARIES

ITEM 97 BLACK-OUT DATES

DESCRIPTION

The Contractor shall note that there would be a total of fifteen (15) black-out days per year (national examinations dates) for the school where no noisy works is permitted on site. The actual dates shall be worked out with the Employer and the SO after the award of the Contract. In addition, no noisy works is permitted on site if there is any special event held by the Employer. The Contractor shall make necessary provisions in his programming of his site activities so as not to cause any disruption / disturbance to the school activities. 98 OTHER ITEMS Any other items not specifically mentioned above but shown in the drawings and specification, and are necessary for the successful completion of the Works. Otherwise it shall deem be inclusive elsewhere in the overall tender price. (i) (ii) (iii) (iv) -----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

S1/61
P:\Projects\Current Projects\SD2515 - MOE Package 4A1\C - Pre-Contract\C2 Tender Doc\01A. FINAL TENDER DOCS - SSS Updated\009a_Section_ 1_Preliminaries (commented by MOE).doc

Proposed Upgrading of Existing St. Stephen's School Section No.1 Preliminaries ITEM DESCRIPTION The descriptions given for any item herein are to be read in conjunction with pages 1-61 of this Section. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Preliminaries for the works Scope of works Time for completion Location and possession of site Visit to the site Site constraints and availability of site Topographical survey and soil data Firm price contract Conditions of contract Additional conditions Alternative proposals Treasure trove Use of the site Statistical returns and cost information Acts and regulations Pricing of schedule of rates Schedule of fixed unit rate / daywork rates Provisional sums Progress payment claim Drawings Setting out and existing levels Survey of existing services Temporary access Access and facilities for checking works Brought Forward (S$) AMOUNT $

S1/62

Proposed Upgrading of Existing St. Stephen's School Section No.1 Preliminaries ITEM DESCRIPTION Carried Forward (S$) 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Temporary site drainage Diversions and maintenance of existing drains and sewers Hoardings Advertising Protective barriers, screens, etc Signboard Site office Other site buildings Scaffolding for all trades Water and chilled water for the works Temporary lighting and power Provision of bulk bins and dumping of debris and waste, etc Protection of exposed excavated surfaces Inspection of sewers and checking of levels Protection of existing services, etc Damage to existing turf, roads, paving and drainage Maintenance during construction Covering up and protection Site management team Trade sub-contractors Mock-ups / prototypes AMOUNT $

Brought Forward (S$)

S1/63

Proposed Upgrading of Existing St. Stephen's School Section No.1 Preliminaries ITEM DESCRIPTION Carried Forward (S$) 46 Specialist works to be executed by an approved BCA registered contractors Meetings Provision of plant on site Working days and working hours Work performed by consultants and/or employers site supervisory staff beyond normal working hours Testing & testing facilities Reimbursement of testing fees to contractor Watching Housekeeping & fire safety on site Clearing away Cleaning up and reinstatement of works on completion Materials Locally manufactured materials Ordering materials Samples Items specified by name Substitutions after award of contract Carrier Warranties / Guarantees Safety provisions for building operations and works of engineering construction Personal protective equipment and medical aid AMOUNT $

47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66

Brought Forward (S$) S1/64

Proposed Upgrading of Existing St. Stephen's School Section No.1 Preliminaries ITEM DESCRIPTION Carried Forward (S$) 67 Additional requirements for security, safety and public relation strategies and measures Safety audits Traffic control and road safety Use of roads and highways Liability for nuisance, etc Nuisance caused by the littering of public highways with earth, etc Progress photographs Photographs of completed project Mechanisation Shop drawings As-built drawings & as-built BIM (Building Information Modelling) drawings Bonus scheme construction quality (BSCQ) Pre & post construction conditions surveys TOL fees for land outside contract boundary Earth control measures Diversion of services Notify neighbours prior to commencement of works Official visits Public relation measures Ceremonies AMOUNT $

68 69 70 71 72

73 74 75 76 77 78 79 80 81 82 83 84 85 86

Brought Forward (S$) S1/65

Proposed Upgrading of Existing St. Stephen's School Section No.1 Preliminaries AMOUNT $ Carried Forward (S$) 87 88 89 90 91 92 93 94 95 96 97 98 Payment by Inter-bank GIRO (IBG) system Environmental management programme & GREENMARK criteria BCA licensing of builders Temporary occupation permit (TOP) and certificate of statutory completion (CSC) Cadastral survey Cutting down / maintenance of trees Applications for permanent supplies Building information modelling (BIM) requirements Constructability score Maintenance stock Black-out dates Other Items

ITEM

DESCRIPTION

To Final Summary of Tender (SOT/1)

(S$)

S1/66

Proposed Upgrading of Existing St. Stephen's School Section No. 2 - Provisional Sums ITEM PRIME COST SUMS The term Prime Cost (PC) Sum shall mean a sum provided for work or for costs, which are to be carried out under the direction of the Contractor by Nominated Sub-contractor, Nominated Suppliers and Statutory Authorities. A 1 Expenditure of Prime Cost (PC) Sums The total amount of all PC Sums shall be deducted from the Contract, and in place these shall be added to the Contract Sum: i) The Sums actually paid by the Contractor to Nominated SubContractors, Nominated Suppliers and Statutory Authorities, on the SO's written instructions. ii) The Sums, actually paid by the Contractor to Nominated Suppliers on the SOs written instructions. Profit and Attendance The Contractor shall insert the amount he wishes to include as Profit and Establishment charges on PC Sums, where indicated hereafter, expressed as a percentage. The amount of such Profit will be adjusted in proportion to the finally agreed amount expended under the PC Sum. The Contractor shall insert the amounts he wishes to include for Attendance (General or Special), where applicable, as defined, on PC Sums where indicated hereafter. Such Attendance shall be included as a lump sum. No adjustment shall be made to any such lump sum for Attendance. If the Contractor tenders for work included under a PC Sum under the provision of the contract and such a tender if accepted, the item for Profit will not be allowed. Preambles All Provisional Sums may be deducted in whole or in part from the Contract without allowing the Contractor any profit thereon. The Contractor at the completion of the Contract must produce invoices and these amounts will be subject to adjustment at completion in accordance with the relevant clause in the Conditions of Contract. DESCRIPTION UNIT AMOUNT $

B 1

C 1

To Collection

S2/1

Proposed Upgrading of Existing St. Stephen's School Section No. 2 - Provisional Sums ITEM DESCRIPTION UNIT AMOUNT $

PRIME COST SUMS (Cont'd) D Attendance of Term/Direct Contractors and Nominated SubContractors The Contractor shall price where indicated for providing facilities and attendance on Sub-Contractors. Such facilities and attendance shall include for the following: Areas for temporary offices, storage shed etc. The Contractor will be responsible for ascertaining and accommodating the exact extend of area required for this purpose. Temporary scaffolding, with staging, planked footways, guardrails, temporary fencing, hoarding, gantries etc, together with any modification and/or re-erection of the said scaffolding, or special scaffolding which may become necessary; The Contractor shall give notice before he removes/dismantles any standing scaffolding. Additional propping of structures loaded permanently or temporarily by heavy equipment. Providing free use of messrooms, sanitary accommodation, other welfare facilities, temporary roads, bridges, crossovers, surface water drains, culverts. Assisting in taking delivery, unloading, carrying in, storing, handling, hoisting, and placing lowering materials, goods and plant etc., in position; The term assisting when used in this clause will be held to mean providing supervision, directions, and general co-ordination. It will not extend to providing physical assistance in unloading, carrying in etc., or providing special plant in connection therewith except as otherwise specified. Provision of hoisting facilities. The Contractor shall liaise with the subcontractors to co-ordinate all hoisting requirements. The subcontractors shall be responsible for unloading, carrying in and lifting materials and goods to a convenient position for hoisting by the Contractor. The Contractor shall be responsible for hoisting all subcontractors materials, goods, plant and equipment, stand-by generators, chillers, AHUs, and transformers. However, lift cars and escalators shall be hoisted by the sub-contractor through the hoistways/lift shafts and openings. When the Contractor has hoisted such materials, goods and plant and equipment to the required level, it will be the responsibility of the sub-contractors to move such materials, goods and plant and equipment to the required locations using their own facilities.

To Collection

S2/2

Proposed Upgrading of Existing St. Stephen's School Section No. 2 - Provisional Sums ITEM DESCRIPTION UNIT AMOUNT $

PRIME COST SUMS (Cont'd) D Attendance of Term/Direct Contractors and Nominated SubContractors (Cont'd) Providing temporary lighting, electrical power (1 phase and/or 3 phase) including distribution network and water supply for the Works including that required for the testing and commissioning of the term/direct contract works. Where testing and commissioning are required to be carried out using the permanent supply, the Contractor shall pay for such power and water usage.

Removing rubbish from positions on each floor designated by him including final removal from site. Providing all setting out and survey information including giving all necessary dimensions. Providing working space. Programming, coordinating, organizing and supervising of the SubContractors work to ensure the correct timing, sequencing and completion of all operations including preparing coordinated working drawings of all services i.e. mechanical, electrical, plumbing and sanitary services etc., to SOs approval. The drawings shall have sufficient details to enable co-ordination to be carried out and shall include plans, elevations and sections showing locations and levels of all services. Additional costs incurred due to the sub-contractors working different hours from and extended hours to those worked by the Contractor. Ascertaining all particulars relating to the term/direct contract works in regard to sizes and positions of chases, holes, mortices and the like which are to be formed or left in the structure by the Contractor and making good thereafter. Cutting and forming holes, recesses, chases etc. for ductwork, pipes, conduits, underfloor trucking and fitting through/in ceiling, roofs, structural walls, slabs, beams, columns etc. and making good all works disturbed including filling and sealing gaps etc. to ensure water and air tightness where applicable. Where the holes, recesses, chases etc. are made in fire-rated members, the gaps shall be filled and sealed with fire-stop material of the same fire rating. The Contractor shall ensure that holes cut through proprietary ceilings and partitions are carried out by or with the permission of the respective specialist contractors. However, the Sub-Contractor shall be responsible for making chases along brickwalls for pipes, conduits and fittings etc. but the Contractor shall do making good to the walls.

l m

To Collection

S2/3

Proposed Upgrading of Existing St. Stephen's School Section No. 2 - Provisional Sums ITEM DESCRIPTION UNIT AMOUNT $

PRIME COST SUMS (Cont'd) D Attendance of Term/Direct Contractors and Nominated SubContractors (Cont'd) Forming concrete bases, plinths, etc. for plant and equipment, door louvers, exhaust discharge (external) grilles and fresh air intake louvers, unless otherwise stated in the specification or drawings. Building of manholes, pits, trenches, floor waste for cables, pipes, ducts, etc. unless otherwise stated in the specification or drawings. Building-in or casting-in to the structure or welding/fixing to steel framed structures, inserts, angles, plates, bolts, sleeves for pipes, ducts, trunking, guide rails, equipment, curtain walling, cladding, suspension systems and the like. The sub-contractors will provide the inserts, bolts, sleeves, etc. and mark on site and locate for the Contractor the correct position for these fittings. Sealing between the sleeve and the pipe shall be by the sub-contractors whereas sealing between the sleeve and building structure i.e. floors and walls, shall be by the Contractor. Marking out the location of any tendons, concealed conduits and the like on structural members, face of walls and any other building structures to facilitate coring through or fixing on to these structures for the sub-contractors work. Covering and protecting against all loss or damage, materials and goods properly brought on site for inclusion in the Works, whether or not included under any Certificate, and protecting and safeguarding all executed or partially executed work until the issue of the Completion Certificate. Securing the building and building works in such a manner that the works in progress by Sub-Contractors are not subject to damage by construction activity such as falling debris or water seepage. Contact Rates or Rates Analogous Thereto The term contract rates or rates analogous thereto as used herein shall mean rates contained in the Schedule of Fixed Unit Rates or rates analogous thereto subject to Clause No. 20.1 of the Public Sector Standard Conditions of Contract for Construction Works, December 2008 Sixth Edition. The Provisional Sums themselves (together with any profits thereon and provision of general facilities) will be deducted in whole from this Contract when any particular item of work for which a Provisional Sum has been allowed is executed by the Contractor and such work will be measured and valued on completion at rates contained in any portion of the Schedule of Fixed Unit Rates/Schedule of Fixed Unit Rates (supplementary) or rates analogous thereto. No claim to the contrary will, under any circumstances whatsoever will be entertained by the Employer.

E 1

To Collection

S2/4

Proposed Upgrading of Existing St. Stephen's School Section No. 2 - Provisional Sums ITEM DESCRIPTION UNIT AMOUNT $

F 1

Provisional Sum Provide a Provisional Sum of S$5,000.00 for Laboratory Testing Sum 5,000

Additional / New PC Items / Employer's Term / Direct Contract Works Any new works which are not in this section but are nominated by the Superintending Officer to be supplied or executed by Nominated Suppliers or Sub-Contractors/or appointed as Domestic Sub-Contract Works the Profit and Attendance shall be in a lump sum amount.

All Employer's Direct Contract Work i Attendance and Co-ordination at a lump sum amount

To Collection

S2/5

Proposed Upgrading of Existing St. Stephen's School Section No. 2 - Provisional Sums ITEM DESCRIPTION UNIT AMOUNT $ COLLECTION

SECTION 2 - PROVISIONAL SUMS Page 2/1 Page 2/2 Page 2/3 Page 2/4 Page 2/5

To Final Summary

S2/6

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

1.0 A

GENERAL NOTES The Contractor is referred hereinafter to the following items, which have been described or implied in the Specification, and which he will be held to have included in the Tender Sum. The provision of labour, materials, goods and costs in connection therewith, including tests on materials and pile driving etc., the piling plant and crane, transportation, dismantling and removing, and all wastage on piles.

C D

Normal wet or inclement weather. Keeping bored holes free from water, sand or any other material. Keeping piling records. Replacement of defective, damaged, wrongly aligned or faulty piles. Idle or standing time for labour and plant. Bored holes and concrete bored piles shall be measured per metre run from the point of set (i.e. the toe end of the pile to cut-off level. The cut-off level will be that point where a pile length is finally cut for incorporation into the pile cap). Payment for bored holes and concrete bored piles shall be based on the rates identified within and the re-measured lengths of the piles as defined in item G above. The rates for bored holes shall be deemed to include for all necessary blind boring between existing ground level and proposed cut-off level and removal off surplus spoil off site. The removal from site of all debris arising from the works.

E F

G H

Items marked "Provisional" will be subject to remeasurement and the Contractor will be paid the actual quantities of these works installed on site. Carrying out additional load tests in the event of working piles test failure. All excavation incidental to piling.

To Collection

S3/1

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

1.0 N

GENERAL NOTES (Cont'd) The payable length of piles shall be determined from the piling records certified by the Resident Engineer or his representative or the Resident Technical Officer. No claim for monetary payment over and above the remeasurement of the pile foundation or extension of time to the Contract will be considered if the final depth of the piles are different from the estimated depths / quantities.

The diameter of piles referred to in this section are the effective design diameters of the piles (which are the same as the diameters of the pile shaft) unless otherwise stated.

Boring / drilling shall include for the provision, sinking and withdrawing of temporary casings, and piling through all types of sub-soil strate or underground obstructions of whatever encountered, including boulders, rock, sand, running sand, grouting, marine deposit, marine mud, contaminated material, gravel, old piles and foundations, etc. and the removal of rock etc. shall be held to be included in the rates for piling and will not be measured separately or as extra over. The Employer will not entertain any claim for breakage of, damage to or loss of plant or equipment of any kind, including damage to steel casings and loss of casings which cannot be withdrawn, due to any case whatsoever which may occur during the contract. The tendered rate will be deemed to take these factors into account from the known capacity of the plant provided. The Contractor shall at own cost make good all defects including re-piling and/or pilecap enlargement and tie beams due to piling not in accordance with the Specifications at the direction of the SO. The Contractor shall be responsible for any delay in respect of the above.

To Collection

S3/2

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

1.0 T

GENERAL NOTES (Cont'd) For a pile which fails under a standard load test and suitably replaced by similar or other piles as directed by the Engineer, the Contractor shall be paid for one pile only based on the rate applicable to the pile that failed and the paylengths shall be the average of all the replacement piles driven or the length of the failed pile whichever paylength is lesser. The Engineer reserves the right to order the use of bigger size pile instead of the proposed size or order installation of piles deeper into harder bearing stratum should the results of a standard load test indicate that the pile is inadequate to carry the required load. The rate per linear metre for such bigger pile shall be the same as those applicable to proposed piles.

Engage his own PE to submit method of rectification and modified design including calculation and supporting documents to the Engineer. The method of rectification and modification design shall be agreed by the Engineer, and his decision in this regard shall be final. The cost and time in this rectification works inclusive of Accredited Checker's checking shall be borne by the Contractor.

V W

Any test boring required to determine length of piles. The rates for items, which are to include for testing, shall be deemed to include for the cost of compliance with all requirement of the Specification including costs of retesting and any other requirements in the event of test failure. The cost of testing includes : i) Provision of test sample or taking of samples;

ii) Transport of samples to a test laboratory; iii) Payment of all fees and laboratory charges; iv) Recording and distribution of test certificates. X The cost of testing cement, aggregate and submission of test cubes for testing and curing requirements is to be included in the rates for concrete and cement sand grouting.

To Collection

S3/3

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

1.0 Y

GENERAL NOTES (Cont'd) The rates for the reinforcement of the piles shall be deemed to include for the cost of the bar spreader, centralizers, spacers, lenton splice and all necessary accessories as detailed on Engineer's drawings, for fixing the reinforcement bar. The rates for "Monitoring and Instrumentation" shall be deemed to include: i) Providing monitoring instruments and all necessary equipment to the site and subsequently removing them from the site; ii) Moving about, setting up, operating and maintaining the instruments and apparatus require to complete the monitoring; iii) Preparing instruments for the monitoring; iv) Setting up all temporary structure to hold the instruments and subsequently dismantling them; v) Taking readings, measurements and observations of the monitoring and recording of the results; vi) Providing records to the Authority as and when required.

To Collection

S3/4

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

2.0

SITE WORKS Site Formation Works

2.1

Allow for surfacing, levelling or filling of the ground area required to carry out piling operations with and including removal of any obstacles such as rubbish, old foundation, rocks and removal of all debris off site. Disposal Of Water

Sum

2.2

Allow for keeping whole of the site and excavation free from rain and percolating water including provision of pumps or other dewatering method. Site Drainage

Sum

2.3

Provide temporary drainage system constructed in concrete including silt traps, cut-off drain to avoid stagnation of water and maintain during the Contract. Survey And Setting Out Of The Works

Sum

2.4

Employ Licensed Registered Surveyor to Survey and Set Out the Piling Works to SO satisfaction (Provisional).

Sum

2.5

Submit Setting Out Info to be certified by the Licensed Surveyor for SO approval.

Sum

To Collection

S3/5

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

3.0

BORED PILES (PROVISIONAL) Plant And Equipment

3.1

Allow for providing, delivering to site assembling and erection of all necessary plant and equipment including all standby plant and equipment. Allow for movement of piling plant about the site as often as may be required and whenever necessary, including moving over cut-off piles, moving back to re-drive extension piles, moving piling plant around piles already in place, and moving to and from test piles, to whatever position is required on site, as directed by the SO.

Sum

3.2

Sum

3.3

Allow for providing demobilisation and removal from site on completion of all necessary plant and equipment including all standby plant and equipment. Bored Piling (Provisional)

Sum

3.4

Boring/Drilling holes including disposal of surplus excavated materials from site, backfilling and levelling upon completion of casting of piles. ZONE 1

A B C

600mm diameter bored pile (In 18 nos) 800mm diameter bored pile (In 8 nos) 1000mm diameter bored pile (In 2 nos) ZONE 2

m m m

468 224 56

D E F 3.5

600mm diameter bored pile (In 10 nos) 800mm diameter bored pile (In 12 nos) 1000mm diameter bored pile (In 4 nos) Supply and install in-situ bored concrete piles (G40) including reinforcement and all necessary backfilling. ZONE 1

m m m

390 468 164

A B C

600mm diameter bored pile (In 18 nos) 800mm diameter bored pile (In 8 nos) 1000mm diameter bored pile (In 2 nos) ZONE 2

m m m

468 224 56

D E F

600mm diameter bored pile (In 10 nos) 800mm diameter bored pile (In 12 nos) 1000mm diameter bored pile (In 4 nos)

m m m

390 468 164

To Collection

S3/6

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

3.0

BORED PILES (PROVISIONAL) (Cont'd) Bored Piling (Provisional) (Cont'd) ZONE 1

3.6 A

Rock socketing of bored pile into bedrock (Provisional) 600mm Diameter pile, with a minimum depth of 3000mm (In 18 No.) 800mm Diameter pile, with a minimum depth of 3000mm (In 8 No.) 1000mm Diameter pile, with a minimum depth of 3000mm (In 2 No.) ZONE 2 m 54 Rate Only

24

Rate Only

Rate Only

600mm Diameter pile, with a minimum depth of 3000mm (In 10 No.) 800mm Diameter pile, with a minimum depth of 3000mm (In 12 No.) 1000mm Diameter pile, with a minimum depth of 3000mm (In 4 No.) Properly trim and cut-off bored piles at the required cut-off level, expose and clean off reinforcing bars of piles for the required length; straightening or bending projecting reinforcement with cement grout and bituminous paint or providing and welding cap plate etc. backfill with excavated suitable materials within site; remove all excavated unsuitable materials from site and leave same bent and incorporated into pile caps and remove debris off site. 600mm diameter bored pile 800mm diameter bored pile 1000mm diameter bored pile

30

Rate Only

36

Rate Only

12

Rate Only

3.7

A B C

no no no

28 20 6

To Collection

S3/7

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

3.0

BORED PILES (PROVISIONAL) (Cont'd) Working Load Test (Provisional)

3.8

Provide all necessary labour, materials to carry out working load test on selected working pile (including costs of construction and subsequent removal of pile extension up to ground level), temporary reinforced concrete pilecaps, anchored piles, plant and equipment including measurements and records, providing analysis, interpretations and reports of the measured reading by Professional Engineer (PE) for the execution of the tests, incidental excavation in all types of materials, all other incidental works complete and removal of plant and equipment on completion and attendance. The rate shall exclude the installation of the working pile.

A B

800mm diameter bored pile (In 1 No.) 1000mm diameter bored pile (In 1 No.) Ultimate Load Test (Provisional)

ton ton

720 970

3.9

Provide all necessary labour, materials to carry out Ultimate load test on selected working pile (including costs of construction and subsequent removal of pile extension up to ground level), temporary reinforced concrete pilecaps, anchored piles, plant and equipment including measurements and records, providing analysis, interpretations and reports of the measured reading by Professional Engineer (PE) for the execution of the tests, incidental excavation in all types of materials, all other incidental works complete and removal of plant and equipment on completion and attendance. The rate shall include the installation of the test pile.

1000mm diameter bored pile (In 1 No.)

ton

1710

To Collection

S3/8

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

3.0

BORED PILES (PROVISIONAL) (Cont'd) Pile Driving Analyser (PDA)(Provisional)

3.10

Allow for PDA test (as indicated in Engineer's drawings) on working pile including provision of necessary labour, materials (including costs of construction and subsequent removal of pile extension up to ground level), temporary reinforced concrete pilecaps, plant and equipment including measurement instruments for the execution of the tests, incidental excavation in all types of materials, all other incidental works complete and removal of plant and equipment on completion and attendance. The rate shall exclude the installation of the working pile.

A B C 4.0 4.1

600mm diameter bored pile 800mm diameter bored pile 1000mm diameter bored pile MICRO PILES Allow for providing, delivering to site assembling and erection of all necessary plant and equipment including all standby plant and equipment, moving it about the site as may be required and the subsequently dismantling and removal from site. Piling Works (All Provisional)

no no no

1 1 2

sum

4.2

Supply micro piles as specified including all casings, reinforcement, shoes, heads, joints, couplers etc., and stack at site ready for piling (The final measurement for payment will be based on the total length from the toe of driven piles to the cut-off level) 300mm diameter Transport, handle, pitch and install bored/ drilled micro piles to an approved depth in any location including all jointing and grouting (The final measurement for payment will be based on the total length from the toe of installed pile to the cut-off level) 300mm diameter m 351 m 351

A 4.3

To Collection

S3/9

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

4.0

MICRO PILES (Cont'd) Cutting-off of Piles

4.4

Properly trim and cut-off micro piles at the required cut-off level, expose and clean off reinforcing bars of piles for the required length; straightening or bending projecting reinforcement with cement grout and bituminious paint or providing and welding cap plate etc. backfill with excavated suitable materials within site; remove all excavated unsuitable materials from site and leave same bent and incorporated into pile caps and remove debris off site 300mm diameter Rock socketing of micro pile into bedrock (Provisional) 300mm Diameter pile, with a minimum depth of 3000mm (In 13 No.) Working Load Test (Provisional) nos 19

A 4.5 A

39

Rate Only

4.6

Provide all necessary labour, materials to carry out working load test on selected working pile (including costs of construction and subsequent removal of pile extension up to ground level), temporary reinforced concrete pilecaps, anchored piles, plant and equipment including measurements and records, providing analysis, interpretations and reports of the measured reading by Professional Engineer (PE) for the execution of the tests, incidental excavation in all types of materials, all other incidental works complete and removal of plant and equipment on completion and attendance. The rate shall exclude the installation of the working pile.

300mm diameter bored pile (In 1 No.) Pile Driving Analyser (PDA)(Provisional)

ton

62

4.7

Allow for PDA test (as indicated in Engineer's drawings) on working pile including provision of necessary labour, materials (including costs of construction and subsequent removal of pile extension up to ground level), temporary reinforced concrete pilecaps, plant and equipment including measurement instruments for the execution of the tests, incidental excavation in all types of materials, all other incidental works complete and removal of plant and equipment on completion and attendance. The rate shall exclude the installation of the working pile.

300mm diameter bored pile

no

To Collection

S3/10

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $

5.0

INSTRUMENTATION (Provisional)

AND

MONITORING

WORKS

5.1

Supply, install, commission, operate, monitor and maintain the following instruments including cost for supplying labour, qualified personnel, plant, material and other necessary equipment and providing analysis and interpretations and reports of the measured readings by the Professional Engineer (PE) during the contract period of surrounding areas and adjacent buildings including roads, etc, to Authority's requirements as directed by the SO: Generally ECCENTRICITY SURVEYS Execute eccentricity surveys and submit eccentricity survey plan, prepared and endorsed by registered Surveyor (in five (5) endorsed copies of A1 size drawings and one (1) soft copy) to the SO. OTHERS Any other works not specifically mentioned above but implied and/or necessary to complete the works. __________________________________ __________________________________ __________________________________ __________________________________ Sum Sum Sum Sum Sum Item

A 6.0 6.1

7.0 7.1

A B C D

To Collection

S3/11

Proposed Upgrading of Existing St. Stephen's School Section No. 3 - Piling Works (Provisional) ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT $ COLLECTION

SECTION NO. 3 - PILING WORKS (PROVISIONAL)

Page 3/1 Page 3/2 Page 3/3 Page 3/4 Page 3/5 Page 3/6 Page 3/7 Page 3/8 Page 3/9 Page 3/10 Page 3/11

To Final Summary

S$

S3/12

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

CONSTRUCTION OF NEW BLOCKS 1.00 A General The descriptions given for any item herein are not intended as complete description of the items but merely serve at a guide for progress payment only. The Contractor is to examine the drawings, specifications, particular specifications and all other sections of the tender documents to ascertain the full scope of the works required by this Contract. No extra claim shall be entertained due to lack of knowledge / misinterpretation of the various sections of the tender documents. The Contractor is to take note of existing works / structures that are to be retained / make good and is to exercise due care in the planning and execution of the overall works to cause minimal damage to these works. All abortive works / reinstatement of the same shall be at the Contractor's own expense and no time / cost shall be entertained. Demolition Works Hack, break up, demolish or take down all existing reinforced concrete structure, staircase, roof and finishes, including existing doors and windows and associate frames (As indicated in the drawings), floor finishes, ceiling finishes, wall finishes and roof system as per Architect's/ Engineer's drawings and remove debris off site to contractor's own dumping ground. Existing structure such as slab, column and beams, or any other to be retained shall be properly and adequately propped up and protected. Salvage Salvage materials arising from demolition works Contractor to list a) b) c) d) Sum Sum Sum

Sum

2.00 A

3.00 A

To Collection

S4/1

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

SUB-STRUCTURE 4.00 A B C D E Sub-Structure Topping up of levels to meet formation levels Excavation and backfilling Hardcore Anti-termite soil treatment Lean concrete of approved grade, laid under pilecaps, ground beam, ground slab, etc. Pile caps Ground beams Ground slabs Lift pit Waterproofing system Ramps Sum Sum Sum Sum

Sum Sum Sum Sum Sum Sum Sum

F G H I J K

To Collection

S4/2

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

SUPER-STRUCTURE 5.00 A B C D E F G H 6.00 A B C D E F G H I J K Frame Reinforced concrete columns Reinforced concrete beams Reinforced concrete slabs Reinforced concrete walls Structure steel columns Structure steel beams Ramps / Plinths Post-tensioning works Roof Roof steel structure Profiled metal roofing and insulation Metal roof including supports Reinforced concrete roof (including beams & slab) Waterproofing to flat roof Roof drainage and accessories Reinforced concrete parapet wall Capping, coping and flashing Roof access panel Catladder Plinths/support (for condensing unit, watertank, hosereel tank, water booster pump set, hosereel pump set, etc.) Roof finishes to flat roof Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S4/3

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

SUPER-STRUCTURE (Cont'd) 7.00 A B C D 8.00 A B C D Stairs Reinforced concrete staircase Reinforced concrete stair wall Staircase finishes Staircase handrails and balustrades (include painting) External Walls Brickwalls Reinforced concrete parapet walls Mild steel handrail and railing (include painting) Sunscreen Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S4/4

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

SUPER-STRUCTURE (Cont'd) 9.00 A B C 10.00 Internal Walls Brickwalls Chainlink Fencing One way observation glass Windows (including frames, glazings, ironmongery, finishes and all necessary fixing accessories) Windows Fixed glass panels Fixed aluminium lourves to ISH Double bank lourves to ISH Other lourves window Window grilles Other windows (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

A B C D E F G

To Collection

S4/5

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

11.00

Doors (include frames, architrave, ironmongeries, painting and varnishing) Timber doors Metal louvered doors Fire-rated doors Roller shutters Folding / Moveable partition / Operable wall partition Other doors (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum

A B C D E F

To Collection

S4/6

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

FINISHES 12.00 Wall Finishes EXTERNAL WALL A B Plastering Painting INTERNAL WALL C D E F G H I J K Plastering Painting Cement and sand backing screed to receive wall finishes Glazed ceramic wall tiles Calcium silicate or cement board with insulation system Insulation treatment & vapour proof treatment Acoustic wall panelling with acoustic insulation system Full height mirror Other finishes (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S4/7

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

FINISHES (Cont'd) 13.00 A B C D E F G H I J K Floor Finishes Cement and sand (1:3) screed Waterproofing system to floors (including upturn) Concrete topping Homogeneous tiles (include skirting) Non-slip Homogeneous tiles (include skirting) Vinyl flooring (include skirting) Heavy duty anti static vinyl Timber flooring (including skirting) Floor marking / sports lining Epoxy Coating Other finishes (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S4/8

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

FINISHES (Cont'd) 14.00 A B C D E F G Ceiling Finishes Skim coating Painting Acoustic ceiling board Insulation treatment & vapour proof treament Thermal insulation ceiling membrane Metal liner tray Other finishes (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S4/9

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

FITTINGS AND FURNISHINGS 15.00 A B C D E F G H I J K L M N Fittings, Fixtures and Furnitures Open cabinets, shelves, racks Low cabinets High cabinets with whiteboards & pin-up boards High cabinets with low and high storage cabinets High cabinets with glass door Low cabinets workbench with sink Worktop to basin Pigeon holed shelves Workstation Whiteboards / pin boards Projection screens Blinds, curtain and curtain tracks Grab bars to dance studio Toilet cubicles partitions & doors complete with all ironmongery, coat hooks etc. Other fittings & furnishings (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S4/10

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

16.00 A

Signages Signages SERVICES Sum

17.00 A B C D E F G H I J K L

Sanitary Appliances Wash hand basins Basin taps Sink & wash troughs Pedestal water closets Urinals Squat pans Flush valves Vanity tops Water coolers Hand dryers Bib taps Others accessories (e.g. toilet roll holder, mirror, soap dispensers, shower heads, handicap grab bar, cleansing tap etc) Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S4/11

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $

ITEM

DESCRIPTION

UNIT

18.00 A B C

Protective Installations Fire-fighting installation Hosereels Fire extinguishers Sum Sum Sum

19.00 A

Builder's Work in Connection with Services Installation Allow and provide for any builder's work in connection with and necessary for the completion of the M&E services installations. These shall include, though not limiting to , marking, cutting or forming holes, openings, mortices, chases, etc. cutting and pining, providing mesh/additional reinforcement etc. in concrete or brickwork, building in and supplying sleeves, supports, brackets, marking out, painting, conduits, trunking pipe, etc including all other obvious works and making good all works disturbed. Sum

20.00 A

Any Other Works The Contractor shall allow and provide herein works not covered by the foregoing items but are either indicated on the Drawings or described in the Specification and/or not shown in the drawings or specified but are necessary for the proper execution and completion of the Works. If this item is left unpriced, it shall be deemed that the same have been included and allowed for in the overall tender price and no subsequent claims for extra payment arising from Works due to lack of knowledge or any omissions of incidental/ancillary/obvious works will be entertained Specify: Sum Sum Sum Sum Sum

To Collection

S4/12

Proposed Upgrading of Existing St. Stephen's School Section No. 4 - New Block AMOUNT $ COLLECTION

ITEM

DESCRIPTION

UNIT

SECTION NO. 4 - NEW BLOCKS

Page 4/1 Page 4/2 Page 4/3 Page 4/4 Page 4/5 Page 4/6 Page 4/7 Page 4/8 Page 4/9 Page 4/10 Page 4/11 Page 4/12

To Final Summary

S4/13

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

ADDITIONS & ALTERATIONS TO EXISTING BLOCKS 1.00 A General The descriptions given for any item herein are not intended as complete description of the items but merely serve at a guide for progress payment only. The Contractor is to examine the drawings, specifications, particular specifications and all other sections of the tender documents to ascertain the full scope of the works required by this Contract. No extra claim shall be entertained due to lack of knowledge / misinterpretation of the various sections of the tender documents. The Contractor is to take note of existing works / structures that are to be retained / make good and is to exercise due care in the planning and execution of the overall works to cause minimal damage to these works. All abortive works / reinstatement of the same shall be at the Contractor's own expense and no time / cost shall be entertained. Sum

Sum

To Collection

S5/1

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

2.00

Demolition Works The following shall be read in conjuction with the actual Site conditions, it shall be deemed to cover all requirements of the actual site conditions, are all as shown on Drawings, including removal of all debris off site, making good of all works disturbed, etc.

A B

Demolish existing walls, partitions, etc. Hack and roughen existing structures to expose existing reinforcement bar Hack off existing floor finishes to receive new Hack off existing wall finishes to receive new Take down existing windows and grilles including frames Take down existing doors including frames Take down existing ceiling finishes Take down existing fitments and fixtures Take down existing canopy Take down existing skylight Other demolition works (Please specify):

Sum Sum

C D E F G H I J K

Sum Sum Sum Sum Sum Sum Sum Sum

Sum Sum Sum

To Collection

S5/2

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

3.00 A

Salvage Salvage materials arising from demolition works Contractor to list a) b) c) Sum

4.00 A

Repair & Rectification Works Allow for all necessary repairs and rectifications works to the existing buildings / parts of the works to be retained and make good. This shall include but not be limited to provision of all necessary temporary works, structural works, architectural finishing works, M&E works and all other works and expenditure, whether seperately or specifically mentioned or described in the Contract Documents or not, which are either indispensably necessary to carry out the works as described in the Specifications and to leave works in 'as new' condition all to the satisfaction of the Superintending Officer (S.O). SUB-STRUCTURE Sum

5.00 A B C

Sub-Structure Excavation and backfilling Hardcore Lean concrete of approved grade, laid under pilecaps, ground beam, ground slab, etc. Ground beams Ground slabs Ramps Sum Sum

Sum Sum Sum Sum

D E F

To Collection

S5/3

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

SUPER-STRUCTURE 6.00 A B C D 7.00 A B C D 8.00 A B C Frame Ramps / Plinths Structure steel beams Bondek slab Structure strenghtening works Roof Roof steel structure Structure steel beam Profiled metal roofing and insulation Metal roof including supports External Walls Brickwalls Reinforced concrete parapet walls Railing Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S5/4

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

9.00 A 10.00

Internal Walls Brickwalls Windows (including frames, glazings, ironmongery, finishes and all necessary fixing accessories Windows Fixed glass panels Window grilles Other windows (Please specify): Sum Sum Sum Sum Sum Sum Sum

A B C D

11.00

Doors (include frames, architrave, ironmongeries, painting and varnishing) Timber doors Folding / Moveable partition / Operable wall partition Other doors (Please specify): Sum Sum Sum Sum Sum

A B C

To Collection

S5/5

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

SUPER-STRUCTURE (Cont'd) 12.00 FINISHES Wall Finishes EXTERNAL WALL A B Plastering Painting INTERNAL WALL C D E F G H I Plastering Painting Cement and sand backing screed to receive wall finishes Glazed ceramic wall tiles Acoustic wall panelling with acoustic insulation system Full height mirror Other finishes (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S5/6

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

FINISHES (Cont'd) 13.00 A B C D E F Floor Finishes Cement and sand (1:3) screed Concrete topping Homogeneous tiles (include skirting) Non-slip homogeneous tiles (include skirting) Timber Flooring (include skirting) Other finishes (Please specify): Sum Sum Sum 14.00 A B C D Ceiling Finishes Skim coating Painting Acoustic ceiling board Other finishes (Please specify): Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S5/7

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

FITTINGS AND FURNISHINGS 15.00 A B C D E F G H I J K L M N O P Q R Fittings, Fixtures and Furnitures Open cabinets, shelves, racks Low cabinets Low cabinets with sink High / Full height cabinets High cabinets for mop / broom Top hung cabinet High cabinets with whiteboards & pin-up boards High cabinets with smart board & whiteboards High cabinets with low and high storage cabinets High cabinet with sliding whitebaord Mobile low cabinet Open shelf cabinet Storage cabinets for subjects Mobile trolly Full height mirror Reception counter (General Office) Whiteboards / pin boards Projection screens Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S5/8

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

FITTINGS AND FURNISHINGS (CONT'D) 16.00 S T U V W X Y Fittings, Fixtures and Furnitures Blinds, curtain and curtain tracks Track hanger Mirror on plywood backing including grab bars Projector bracket Track spotlight mounted AV Hardware cabinet Other fittings & furnishings (Please specify): Sum Sum Sum 17.00 A Signages Signages SERVICES 18.00 A B C Protective Installations Fire-fighting installation Hosereels Fire extinguishers Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S5/9

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

19.00 A

Builder's Work in Connection with Services Installation Allow and provide for any builder's work in connection with and necessary for the completion of the M&E services installations. These shall include, though not limiting to , marking, cutting or forming holes, openings, mortices, chases, etc. cutting and pining, providing mesh/additional reinforcement etc. in concrete or brickwork, building in and supplying sleeves, supports, brackets, marking out, painting, conduits, trunking pipe, etc including all other obvious works and making good all works disturbed. Any Other Works The Contractor shall allow and provide herein works not covered by the foregoing items but are either indicated on the Drawings or described in the Specification and/or not shown in the drawings or specified but are necessary for the proper execution and completion of the Works. If this item is left unpriced, it shall be deemed that the same have been included and allowed for in the overall tender price and no subsequent claims for extra payment arising from Works due to lack of knowledge or any omissions of incidental/ancillary/obvious works will be entertained Specify: Sum Sum Sum Sum Sum Sum

20.00 A

To Collection

S5/10

Proposed Upgrading of Existing St. Stephen's School Section No. 5 - Existing Blocks AMOUNT $

ITEM

DESCRIPTION

UNIT

SECTION NO. 5 - EXISTING BLOCK

COLLECTION

Page 5/1 Page 5/2 Page 5/3 Page 5/4 Page 5/5 Page 5/6 Page 5/7 Page 5/8 Page 5/9 Page 5/10

To Final Summary

S5/11

Proposed Upgrading of Existing St. Stephen's School Section No. 6 - External Works AMOUNT $

ITEM

DESCRIPTION

UNIT

EXTERNAL WORKS 1.00 A General The descriptions given for any item herein are not intended as complete description of the items but merely serve at a guide for progress payment only. The Contractor is to examine the drawings, specifications, particular specifications and all other sections of the tender documents to ascertain the full scope of the works required by this Contract. No extra claim shall be entertained due to lack of knowledge / misinterpretation of the various sections of the tender documents. The Contractor is to take note of existing works / structures that are to be retained / make good and is to exercise due care in the planning and execution of the overall works to cause minimal damage to these works. All abortive works / reinstatement of the same shall be at the Contractor's own expense and no time / cost shall be entertained. Repair & Rectification Works Allow for all necessary repairs and rectifications works to the existing buildings / parts of the works to be retained. This shall include but not be limited to provision of all necessary temporary works, structural, architectural finishing works, M&E works etc. as described in the Specifications all to the satisfaction of the Superintending Officer (S.O) Sum Sum

Sum

2.00 A

3.00 A B C D

Site Preparation Site clearance (where applicable) Earthwork, backfilling and embankment formation Felling of trees Protection of trees Sum Sum Sum Sum

To Collection

S6/1

Proposed Upgrading of Existing St. Stephen's School Section No. 6 - External Works AMOUNT $

ITEM

DESCRIPTION

UNIT

4.00 A B C D E

CANOPY Topping up of levels to meet formation levels Excavation and backfilling Hardcore Anti-termite soil treatment Lean concrete of approved grade, laid under pilecaps, ground beam, ground slab, etc. Footing Column stumps Ground slabs Waterproofing system Interlocking pavers LINKWAY Structure steel columns Structure steel beams Reinforced concrete slabs Roof steel structure Profiled metal roofing and insulation Metal roof including supports Access and Pavement New aprons, steps, footpaths, pavements, courtyard, ramps and the like to match existing Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

F G H I J 5.00 A B C D E F 6.00 A

Sum Sum Sum Sum Sum

To Collection

S6/2

Proposed Upgrading of Existing St. Stephen's School Section No. 6 - External Works AMOUNT $

ITEM

DESCRIPTION

UNIT

7.00 A B C 8.00 A B 9.00 A B 10.00 A

Miscelleaneous New running path Outdoor fitness station including signboard Playground Equipment Outdoor Experiential Learning (OEL) Butterfly Garden Ecosystem pond External Services Draw-in-pits Builder's works in connection with external M&E services Landscaping Works Softscaping works including trees, turfing and shrubs including earthworks/top soil, sub-soil drainage Planter boxes Drainage Drainage works RC sumps with gratings Drainage gratings Heavy duty hot-dipped galvanised steel gratings Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

B 11.00 A B C D

Sum

To Collection

S6/3

Proposed Upgrading of Existing St. Stephen's School Section No. 6 - External Works AMOUNT $

ITEM

DESCRIPTION

UNIT

12.00 A B C D 13.00 A B C D 14.00 A

Roadworks Road kerb Tactile tiles Ramp Barrier bars Signages Signwall Building name / number Directional signages Road signs and markings Any Other Works The Contractor shall allow and provide herein works not covered by the foregoing items but are either indicated on the Drawings or described in the Specification and/or not shown in the drawings or specified but are necessary for the proper execution and completion of the Works. If this item is left unpriced, it shall be deemed that the same have been included and allowed for in the overall tender price and no subsequent claims for extra payment arising from Works due to lack of knowledge or any omissions of incidental/ancillary/obvious works will be entertained specify: Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum Sum

To Collection

S6/4

Proposed Upgrading of Existing St. Stephen's School Section No. 6 - External Works AMOUNT $ COLLECTION

ITEM

DESCRIPTION

UNIT

SECTION NO. 6 - EXTERNAL WORKS Page 6/1 Page 6/2 Page 6/3 Page 6/4

To Final Summary

S6/5

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item I EXCAVATION 1 1.1 SITE CLEARANCE Clear Site Vegetation Clearing shrubs, bushes, undergrowth, grass, rubbish and small trees not exceeding 600mm girth at a height of 1.00m above ground and grubbing up roots and disposal of materials off site generally GENERAL EXCAVATION Oversite Excavation Excavate over site, commencing from ground level, to reduce level average 100mm deep average 200mm deep average 300mm deep over 300mm deep Pit/Trench Excavation Excavate to form pit or trench, commencing from reduced level ne 2.00m deep 2.00 - 4.00m deep 4.00 - 6.00m deep extra over for each 2.00m deep Basement Excavation Excavate to form basement, commencing from reduced level ne 2.00m deep 2.00 - 4.00m deep 4.00 - 6.00m deep extra over for each 2.00m deep Break Up Obstruction Extra over excavation for breaking up obstruction below ground level using mechanical means rock FILLING Backfilling Backfill around trench, column base, pile cap, foundation, beam and pier hole excavated material obtained within the site earthfilling obtained from contractor's own source Description Unit Rates (S$)

A 2 2.1

m2

7.70

A B C D 2.2

m2 m2 m2 m3

2.80 3.90 5.20 14.40

A B C D 2.3

m3 m3 m3 m3

25.50 27.90 30.30 5.00

A B C D 2.4

m3 m3 m3 m3

21.80 24.00 26.50 2.70

A 3 3.1

m3

93.70

A B

m3 m3

8.90 10.70

SFR/1

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 3.2 Description Filling and Forming Embankments Deposit, spread, level, compact and consolidate in layers of 150mm thick to make up levels excavated material obtained within the site earthfilling obtained from contractor's own source Hardcore and Aggregate Spread, level, compact, ram and consolidate hardcore, including blinding with sand DISPOSAL Excavated Material Remove excavated material off site to contractor's own dumping site Unit Rates (S$)

A B 3.3

m3 m3

8.90 12.20

A 4 4.1

m3

51.80

A II

m3

37.80

CONCRETE WORK 1 1.1 IN-SITU CONCRETE Lean/Mass Concrete Lean or Mass concrete complying with BS 8110 in any location grade 15 grade 20 Reinforced Concrete Reinforced concrete complying with BS 8110 in any location grade 25 grade 30 grade 35 grade 40 grade 50 Extra over for waterproofing agent Green Concrete Eco Green Concrete to any location 30 Eco Green Conc 35 Eco Green Conc 40 Eco Green Conc

A B 1.2

m3 m3

208.00 216.00

A B C D E F 1.3

m3 m3 m3 m3 m3 m3

143.20 144.30 146.50 150.30 157.00 44.50

A B C

m3 m3 m3

150.80 153.50 157.70

SFR/2

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 2 2.1 REINFORCEMENT Bar Reinforcement Mild steel bar reinforcement to any location 6 to 20mm diameter High tensile steel bar reinforcement; to structure in any location 10 to 13mm diameter 16 to 32mm diameter 40 to 50mm diameter Fabric Reinforcement Welded fabric reinforcement; well lapped (measured net) Reference No A7 - 3.02kg/m2 Reference No A8 - 3.95kg/m2 Reference No A9 - 4.99kg/m2 Reference No A10 - 6.16kg/m2 Reference No A13 - 10.42kg/m2 Reference No B10 - 8.14kg/m2 Reference No B13 - 13.50kg/m2 Reference No D10 - 12.32kg/m2 Reference No D13 - 20.84kg/m2 FORMWORK Timber Formwork Timber formwork to in-situ concrete including strutting ne 3.50m high flat surface of suspended slab vertical surface of pilecap, ground beam, etc. vertical surface of column, walls vertical curved surface of column, wall sides and soffits of beams slopping surfaces to soffit of slabs and staircases vertical edge for each 100mm high Description Unit Rates (S$)

kg

1.60

B C D 2.2

kg kg kg

1.60 1.60 1.60

A B C D E F G H I 3 3.1

m2 m2 m2 m2 m2 m2 m2 m2 m2

7.90 9.30 11.00 12.50 19.70 15.90 25.50 22.90 38.90

A B C D E F G

m2 m2 m2 m2 m2 m2 m

39.10 39.40 39.10 45.60 40.50 40.80 4.80

H 3.2

Extra over formwork for strutting exceeding 3.50m each 1.50m high Metal Formwork Metal formwork to in-situ concrete with strutting not exceeding 3.50m high vertical surface vertical curved surface horizontal surface left in formwork to soffits of suspended slab Extra over formwork for strutting exceeding 3.50m high each 1.50m high

m2

3.20

A B C D

m2 m2 m2 m2

52.20 57.50 52.20 69.80

m2

5.80

SFR/3

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 4 4.1 PRECAST CONCRETE Precast Concrete Components Precast concrete components complete with steel reinforcement, the whole hoisted, fixed and casted in place including all labour and materials, formwork, accessories and jointing column beam 100mm thick partition wall 100mm thick light weight partition wall EXPANSION JOINTS Joint Fillers Compressible non-extruding bitumen impregnated fibreboard to joint, including all necessary formwork 10mm thick 12mm thick 25mm thick Joint Sealant Polysulphide sealer squeezed into joint 25 x 15mm joint 25 x 25mm joint Prestressing Cables Tendons to prestressed concrete complete with all necessary fixing accessories and grouts 12.9mm tendon Description Unit Rates (S$)

A B C D 5 5.1

m3 m3 m2 m2

1132.90 1034.60 64.30 59.00

A B C 5.2

m2 m2 m2

24.70 29.70 42.10

A B 5.3

m m

16.90 21.60

kg

5.20

SFR/4

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 6 6.1 WATERPROOFING Damp Proof Membrane Waterproofing sheet laid to top,side or underside of concrete structure A B C 6.2 0.6mm thick polyethylene moisture barrier 0.8mm thick polyethylene moisture barrier approved bituminous Waterproofing System to Ground Slab / Basement Bituminous waterproof membrane to vertical surfaces to horizontal surfaces Homogeneous thermoplastic waterproof membrane to vertical surfaces to horizontal surfaces Polyurethane waterproof membrane to vertical surfaces to horizontal surfaces Waterproofing System to Interior/Exterior Wet Areas Cementitious waterproof coating to vertical surfaces to horizontal surfaces Homogeneous thermoplastic waterproof membrane to vertical surfaces to horizontal surfaces Acrylic waterproof membrane to vertical surfaces to horizontal surfaces Waterproofing System to Water-retaining Structure Cementitious waterproof coating to vertical surfaces to horizontal surfaces Polyurethane elastomeric waterproof membrane to vertical surfaces to horizontal surfaces m2 m2 m2 6.10 9.30 25.00 Description Unit Rates (S$)

A B

m2 m2

24.20 24.20

C D

m2 m2

28.00 27.80

E F 6.3

m2 m2

29.20 29.20

A B

m2 m2

18.70 18.70

C D

m2 m2

30.30 30.20

E F 6.4

m2 m2

21.30 21.30

A B

m2 m2

18.00 18.00

C D

m2 m2

24.10 24.10

SFR/5

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 7 INTEGRATED FINISH Power floated finish to concrete slab generally with non-metallic hardener; generally Description Unit Rates (S$)

A B III

m2 m2

4.40 15.70

BRICKWORK AND BLOCKWORK 1 1.1 CLAY BRICKS Common Brickwork Common clay brick laid in cement mortar (1:4) with approved plasticiser and mesh reinforcement at every fourth course; 102.5mm thick 215mm thick Facing Brickwork First quality facing brick laid in cement mortar (1:4) with approved plasticiser and mesh reinforcement at every fourth course; 102.5mm thick 215mm thick CONCRETE BLOCKS Hollow Blockwork Hollow concrete block laid in cement mortar (1:4) with approved plasticiser and mesh reinforcement at every fourth course; 90mm thick 190mm thick Autoclaved Aerated Concrete Blockwork Autoclaved aerated concrete block laid in cement mortar (1:4) with approved plasticiser and mesh reinforcement at every fourth course; 100mm thick 200mm thick GLASS BLOCKS Glass Blockwork Glass block laid in cement mortar (1:4) with approved plasticiser and mesh reinforcement at every fourth course; 80mm thick

A B 1.2

m2 m2

32.40 63.80

A B 2 2.1

m2 m2

41.67 86.00

A B 2.2

m2 m2

27.60 54.50

A B 3 3.1

m2 m2

32.70 58.70

m2

290.00

SFR/6

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item IV ROOFING 1 1.1 TILE ROOFING Clay Roof Tiles Standard colour interlocking clay roof tiles laid to slope not exceeding 30 (measured nett with no allowance for laps); fixed to battens (measured separately) according to manufacturer's specifications and recommendations generally ridge or hip tiles Concrete Roof Tiles Standard colour interlocking concrete roofing tile laid to slope not exceeding 30 (measured nett with no allowance for laps); fixed to battens (measured separately) according to manufacturer's specifications and recommendations generally ridge tile BUILT-UP ROOFING Insitu Finishes Cement and sand (1:3) screed with waterproofing additive; finished with steel trowel to receive waterproofing membrane (measured separately) A B C 25mm (average) thick; finished to falls 50mm (average) thick; finished to falls add or deduct for each 10mm thickness Cement and sand (1:3) screed finished with steel trowel to receive waterproofing membrane (measured separately) 25mm (average) thick; finished to falls 50mm (average) thick; finished to falls add or deduct for each 10mm (average) thickness Waterproofing Membranes Preparing surfaces, priming, applying roof waterproofing membrane in accordance to manufacturer's recommendation on screeded bed (measured separately) Bituminous waterproof membrane to flat surface; finished to falls to vertical surface Homogeneous thermoplastic waterproof membrane to flat surface; finished to falls to vertical surface m2 m2 m2 16.80 25.70 5.10 Description Unit Rates (S$)

A B 1.2

m2 m

57.30 42.10

A B 2 2.1

m2 m

21.50 13.80

D E F 2.2

m2 m2 m2

15.60 17.40 3.80

A B

m2 m2

25.20 25.20

C D

m2 m2

28.00 27.80

SFR/7

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item Description Polyurethane waterproof membrane to flat surface; finished to falls to vertical surface Panel Roofing 50mm thick precast concrete slab in maximum panel size not exceeding 1000 x 1000mm; complete with 1 layer of BRC wire mesh, infilled joints with approved PU sealant Concrete grade 20 to roof slabs; finished to falls Concrete grade 25 to roof slabs; finished to falls METAL ROOFING Steel Roofing Corrugated steel roof covering complete with all necessary fixing accessories; fixed to steel structural framing (measured separately) 0.42mm thick; Zincalume Steel 0.48mm thick; Zincalume Steel 0.42mm thick; Colourbond Steel 0.48mm thick; Colourbond Steel Curve corrugated steel roof covering complete with all necessary fixing accessories; fixed to steel structural framing (measured separately) E F G H 4 4.1 0.60mm thick; Zincalume Steel 0.80mm thick; Zincalume Steel 0.60mm thick; Colourbond Steel 0.80mm thick; Colourbond Steel RAINWATER GOODS Flashings 0.61mm thick galvanised steel with Zincalume coating (unpainted) metal flashing including fixing accessories girth not exceeding 300mm girth girth exceeding 300mm but n.e. 600mm girth 1.0 mm thick galvanised steel with Zincalume coating (unpainted) metal flushing including fixing accessories girth not exceeding 300mm girth girth exceeding 300mm but n.e. 600mm girth 1mm thick colourbond metal flushing including fixing accessories girth not exceeding 300mm girth girth exceeding 300mm but n.e. 600mm girth 2mm thick colourbond metal flushing including fixing accessories girth not exceeding 300mm girth girth exceeding 300mm but n.e. 600mm girth m2 m2 m2 m2 51.20 57.70 58.70 65.20 Unit Rates (S$)

E F 2.3

m2 m2

29.50 29.50

A B 3 3.1

m2 m2

30.30 34.90

A B C D

m2 m2 m2 m2

27.00 35.80 32.30 36.30

A B

m m

14.30 26.50

C D

m m

19.30 29.70

E F

m m

21.20 32.80

G H

m m

27.30 41.30

SFR/8

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 4.2 UPVC Downpipes Unplasticied polyvinyl chloride rainwater pipes and fittings; SS213 Class B; jointing in accordance to manufacturer's recommendation Pipes; casting inside reinforced concrete columns 100mm diameter 150mm diameter 200mm diameter Pipes; fixing to masonry walls; including brackets 100mm diameter 150mm diameter 200mm diameter Pipes; suspending from concrete soffits including hangers 100mm diameter 150mm diameter 200mm diameter SUNDRIES Insulation Insulation material to roof slabs; finished to falls 50mm thick fibreglass insulation, density 16 kg/m 3 25mm thick, ditto double-sided reinforced aluminum foil insulation paper with 150mm laps 25mm thick extruded polystyrene insulation board of density 32kg/m2 50mm thick, ditto Wire Mesh Wire mesh to roof space including dressing over purlins (measured net) A 5.3 BRC Reference No 3315 (75 x 75 x 1.5mm diameter) Protection fleece 1 layer of approved geotextile fleece with side lapped edges (measured nett); laid in accordance with manufacturer's recommendation A to roof slab; finished to falls m2 3.90 m2 3.90 Description Unit Rates (S$)

A B C

m m m

42.50 54.30 66.30

D E F

m m m

42.50 54.30 66.30

G H I 5 5.1

m m m

42.50 54.30 66.30

A B C D E 5.2

m2 m2 m2 m2 m2

8.10 6.20 5.40 9.90 16.10

SFR/9

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item V CARPENTRY AND JOINERY 1 1.1 CARCASSING Structural Timber Sawn timber in carpenter's works kapur balau kempas chengal Timber Preservation Extra over structural timber for pressure impregnation with a suitable wood preservative to an average dry salt retention of 5.6kg/m3 and complying with SS 72 and treated in accordance with SS CP 1 generally FRAMING Roof Framing Carpentry framing in roofs; complete with all necessary fixing accessories A B 3 3.1 100 x 50mm tanalised kapur rafter 150 x 50mm tanalised kapur rafter LININGS Calcium Silicate Boards Calcium silicate board reinforced with selected fibres and fillers (Class 0) including pointing 6mm thick 9mm thick 12mm thick Cement Building Boards Cement building board including pointing 6mm thick 12mm thick Gypsum Boards Bare finish gypsum board including pointing 10mm thick 13mm thick m m 21.00 26.70 Description Unit Rates (S$)

A B C D 1.2

m3 m3 m3 m3

1,953.20 2,183.30 1,477.70 2,856.70

A 2 2.1

m3

75.30

A B C 3.2

m2 m2 m2

23.20 32.30 34.50

A B 3.3

m2 m2

18.40 25.50

A B

m2 m2

18.10 22.10

SFR/10

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 3.4 Plywoods Non-waterproofed plywood complying with SS1 6mm thick 12mm thick 18mm thick 25mm thick Waterproofed plywood type WBP 6mm thick 12mm thick 18mm thick 25mm thick Laminated Plastics Laminated plastic sheet to BS 3796 including compatible adhesive 0.8mm thick Formica 0.8mm thick Print 1.0mm thick Formica Laminated plastic sheet to BS 3796 including compatible adhesive 1.0mm thick Print 1.2mm thick Print 1.3mm thick Print 1.3mm thick Formica WALL INSULATION Fibreglass Insulation Supply and fix fibreglass insulation 50mm thick, 48 kg/m3 75mm thick, 48 kg/m3 Mineral Wool Insulation Supply and fix mineral wool insulation 25mm thick, 48 kg/m3 50mm thick, 48 kg/m3 25mm thick, 80 kg/m3 Description Unit Rates (S$)

A B C D

m2 m2 m2 m2

16.00 20.80 26.20 37.50

E F G H 3.5

m2 m2 m2 m2

19.50 25.80 32.60 37.70

A B C

m2 m2 m2

24.10 21.20 28.20

D E F G 4 4.1

m2 m2 m2 m2

23.10 26.20 26.10 31.30

A B 4.2

m2 m2

22.90 29.10

A B C

m2 m2 m2

12.90 17.50 15.20

SFR/11

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 5 5.1 PANELLING Timber Panelling 100mm wide tongued and grooved wrought boarding fixed to battens (measured separately) 19mm thick kapur 25mm thick kapur 13mm thick chengal 19mm thick chengal 25mm thick chengal Woodwool Slab Wall Panelling Supply and fix woodwool slab to wall 50mm thick FLOORING Floor Boards 100mm wide wrought plain edge floor board fixed to bearers (measured separately) 19mm thick Indonesia teak 25mm thick Indonesia teak 19mm thick chengal 25mm thick chengal 100mm wide wrought tongued and grooved floor board fixed to bearers (measured separately) 12mm thick Indonesia teak 19mm thick Indonesia teak 25mm thick Indonesia teak 19mm thick chengal 25mm thick chengal 20mm thick white oak Parquet Flooring Teak parquet flooring laid to approved pattern, including levelling, spreading, filling, sanding, cleaning and 3 coats of clear finish varnish; laid on cement and sand screed (m/s) 12mm thick x 50mm wide x 300-400mm randon length Indonesia teak 12mm thick x 50mm wide x 300-400mm randon length Burmese teak Description Unit Rates (S$)

A B C D E 5.2

m2 m2 m2 m2 m2

44.30 59.50 47.50 53.60 116.50

A 6 6.1

m2

17.90

A B C D

m2 m2 m2 m2

88.50 106.00 53.80 64.20

E F G H I J 6.2

m2 m2 m2 m2 m2 m2

86.60 109.60 131.30 76.80 88.10 152.40

A B

m2 m2

50.60 60.10

SFR/12

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 6.3 Timber Flooring Teak strip flooring laid to approved pattern, including levelling, spreading, filling, sanding, cleaning and 3 coats of clear finish varnish; laid on plywood backing (m/s) 12mm thick x 70mm wide x 400-1200mm randon length Indonesia teak 12mm thick x 70mm wide x 400-1200mm randon length Burmese teak Extra over for 9mm thick WBP plywood to underside of teak strip flooring (m/s) laid on prepared screed (m/s) Extra over for 9mm thick MR plywood to underside of teak strip flooring (m/s) laid on prepared screed (m/s) TIMBER DOORS Non Fire-rated Timber Doors; Kapur core Solid core flush door faced both sides with timber veneer; complete with hardwood lipping all round vertical core strips glued and well cramped together (including supply and installation of sub-frame, frame / architrave and installation of ironmongery) overall size: 900 x 2100 x 38mm thick; single leaf overall size: 900 x 2100 x 45mm thick; single leaf Hollow core flush door panel faced both sides with timber veneer; complete with hardwood lipping all round (including supply and installation of sub-frame, frame / architrave and installation of ironmongery) overall size: 900 x 2100 x 38mm thick; single leaf overall size: 900 x 2100 x 45mm thick; single leaf Fire-rated Timber Doors Fire-rated timber door panel faced both sides with timber veneer; including supply and installation of frame / architrave and installation of ironmongery and all accessories to FSB requirements and PSB testing and labelling 1/2 hour fire-rated single leaf door; to suit structural opening of 1040 x 2220mm high 1/2 hour fire-rated double leaf door; to suit structural opening of 1640 x 2220mm high 1 hour fire-rated single leaf door; to suit structural opening of 1040 x 2220mm high 1 hour fire-rated double leaf door; to suit structural opening of 1640 x 2220mm high 2 hour fire-rated single leaf door; to suit structural opening of 1040 x 2220mm high 2 hour fire-rated double leaf door; to suit structural opening of 1640 x 2220mm high Description Unit Rates (S$)

A B C D

m2 m2 m2 m2

87.60 99.90 16.20 19.20

7 7.1

A B

No No

623.30 673.30

C D 7.2

No No

463.30 520.00

A B C D E F

No No No No No No

1,003.30 1,450.00 1,173.30 1,728.30 1,501.70 2,158.30

SFR/13

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item Description Fire-rated timber door panel faced both sides with plywood in paint finish (measured separately); including supply and installation of metal frame, installation of ironmongery and accessories to FSB requirements complete with PSB testing and labelling 1/2 hour rated single leaf door; to suit structural opening of 1040 x 2220mm high 1/2 hour rated double leaf door; to suit structural opening of 1640 x 2220mm high 1 hour rated single leaf door; to suit structural opening of 1040 x 2220mm high 1 hour rated double leaf door; to suit structural opening of 1640 x 2220mm high 2 hour rated single leaf door; to suit structural opening of 1040 x 2220mm high 2 hour rated double leaf door; to suit structural opening of 1640 x 2220mm high PARTITIONS Drywall partition covered both sides with boards complete with metal studs support, jointing and finishing to give a flush seamless surface ready for decoration 75mm thick walls with gypsum plasterboard on both sides 75mm thick walls with fibrous plasterboard on both sides 75mm thick walls with calcium silicate board on both sides One hour fire-rated drywall partition covered both sides with boards complete with insulation, metal studs support, jointing and finishing to give a flush seamless surface ready for decoration 100mm thick walls with gypsum plasterboard on both sides 100mm thick walls with fibrous plasterboard on both sides 100mm thick walls with calcium silicate board on both sides Acoustic drywall partition; achieving STC 48 rating, covered both sides with boards complete with insulation, metal studs support, jointing and finishing to give a flush seamless surface ready for decoration G H I 100mm thick walls with gypsum plasterboard on both sides 100mm thick walls with fibrous plasterboard on both sides 100mm thick walls with calcium silicate board on both sides m2 m2 m2 100.00 110.00 118.30 Unit Rates (S$)

G H I J K L

No No No No No No

936.70 1,380.00 1,106.70 1,661.70 1,435.00 2,093.30

A B C

m2 m2 m2

63.50 71.70 80.00

D E F

m2 m2 m2

82.70 91.00 99.30

SFR/14

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item VI STRUCTURAL STEELWORK 1 1 1.1 STRUCTURAL STEELWORK Structural Steel Mild Steel Members Bolted and welded structural steel conforming to EN10025 Grade S275 to building universal columns universal beams square or rectangular hollow sections circular hollow sections connection plates composite beam Off-Site Surface Treatment Surface treatment to structural steel members in factory hot dip galvanising one coat of primer Surface Treatment After Erection Preparing and applying on structural steel surfaces one coat of red lead primer one coat of zinc chromate primer Description Unit Rates (S$)

A B C D E F 1.2

kg kg kg kg kg kg

5.30 5.30 5.30 5.30 5.30 5.30

A B 1.3

kg kg

1.10 0.50

A B

m2 m2

2.60 2.70

SFR/15

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item VII METAL WORK 1 1.1 ALUMINIUM WINDOWS AND DOORS Aluminium Window Frames Anodised aluminium section frames in single light, complete with ironmongery, fixing straps, vinyl weather strips including building-in and pointing frame (glass measured separately) side-hunged window and casement frames top-hung window frame and sash sliding window frame and sash fixed panel window frame fixed louvred window frame including clips adjustable louvred window frame including clips Powder coated aluminium section frames in single light, complete with ironmongery, fixing straps, vinyl weather strips including building-in and pointing frame (glass measured separately) side-hunged window and casement frames top-hung window frame and sash sliding window frame and sash fixed panel window frame fixed louvred window frame including clips adjustable louvred window frame including clips Flurocarbon coating aluminium section frames in single light, complete with ironmongery, fixing straps, vinyl weather strips including building-in and pointing frame (glass measured separately) side-hunged window and casement frames top-hung window frame and sash sliding window frame and sash fixed panel window frame fixed louvred window frame including clips adjustable louvred window frame including clips Aluminium Louvre Window Louvred blades with both ends fixed to metal clips, in single light; complete with fixing accessories in anodised aluminium finish in aluminium flurocarbon finish Description Unit Rates (S$)

A B C D E F

m2 m2 m2 m2 m2 m2

270.70 265.70 246.60 226.70 323.30 373.30

G H I J K L

m2 m2 m2 m2 m2 m2

254.60 251.30 236.30 208.00 323.30 373.30

M N O P Q R 1.2

m2 m2 m2 m2 m2 m2

302.80 304.40 292.00 260.40 336.70 403.30

A B

m2 m2

333.30 358.30

SFR/16

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 1.3 Aluminium Door Frames Anodised aluminium section frames in single light, complete with ironmongery, fixing straps, vinyl weather strips including building-in and pointing frame; with height not exceeding 3m high (glass measured separately) side-hunged door and casement frames sliding door frame and sash fixed panel door frame Powder coated aluminium section frames in single light, complete with ironmongery, fixing straps, vinyl weather strips including building-in and pointing frame; with height not exceeding 3m high (glass measured separately) side-hunged door and casement frames sliding door frame and sash fixed panel door frame Metal Cladding Aluminium Aluminium cladding panels complete with all necessary fixing accessories 2mm thick panel in flurocarbon coated finish; generally 2mm thick panel in powder coated finish; generally Perforated aluminium cladding panels complete with all necessary fixing accessories 2mm thick panel in flurocarbon coated finish; generally 2mm thick panel in powder coated finish; generally Stainless Steel Stainless steel grade 316 cladding panels complete with all necessary fixing accessories 2mm thick panel in mirror finish; generally 2mm thick panel in hairline finish; generally 2mm thick panel in 2B finish; generally Metal Doors Blast Door Air tight blast door consist of door leaf, frame, ironmongery, stainless steel ventilation sleeves including fragmentation plate; coated with 1 coat of cathodic electro deposition (CED) primer complete with all fixing accessories and commissioning single leaf; size: 900 x 1900mm high single leaf; size: 1000 x 2055mm high Description Unit Rates (S$)

A B C

m2 m2 m2

283.30 298.30 240.00

D E F 2 2.1

m2 m2 m2

283.30 290.00 249.20

A B

m2 m2

296.70 272.70

C D 2.2

m2 m2

313.30 289.30

A B C 3 3.1

m2 m2 m2

375.00 370.00 390.00

A B

no no

1,120.60 1,285.00

SFR/17

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 3.2 Description Refuse Hoppers and Refuse Chute Doors 1/2 hr fire rated air tight self-closing single leaf refuse hopper complete with ironmongery, PSB label and fixing accessories size: 450 x 350mm in aluminium finish size: 450 x 350mm in stainless steel finish Roller Shutter Manually operated roller shutter, in non-corrosive aluminium finish; complete with ironmongery, PSB label and fixing accessories non fire-rated; generally 1/2 hour fire-rated; generally Electric motorised operated roller shutter, in non-corrosive aluminium finish; complete with operating gear, casing, ironmongery, PSB label and fixing accessories non fire-rated; generally 1/2 hour fire-rated; generally Fire-rated Metal Door Single leaf metal flush door consisting of door leaf and frames with primer finish, ironmongery and fixing accessories to F.S.B. requirements and PSB labelling 1/2 hour fire-rated; generally 1 hour fire-rated; generally 2 hour fire-rated; generally Non Fire-rated Metal Door Metal flush door consisting of door leaf and frames, complete with ironmongery and fixing accessories single leaf mild steel door with primer finish double leaves mild steel door with primer finish single leaf powder coated aluminium door double leaves powder coated aluminium door Unit Rates (S$)

A B 3.3

no no

281.10 325.00

A B

m2 m2

295.00 450.00

C D 3.4

m2 m2

503.30 601.70

A B C 3.5

m2 m2 m2

583.30 676.70 783.30

A B C D

m2 m2 m2 m2

553.30 530.00 546.70 566.70

SFR/18

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 4 4.1 RAILINGS Stainless Steel 1100mm high x 12.76mm thick clear tempered laminated glass railing complete with top railing; glass framed in 'c' channel all round and fixed to vertical support anchor embeded in concrete; the whole constructed using stainless steel (grade 304) flat bar in hairline finish horizontal balustrades raking balustrades 1000mm high stainless steel (grade 304) railing in hairline finish constructed of top railing fixed on vertical support anchor to concrete kerb (measured separately); infill with vertical baluster welded to horizontal rail at top and bottom; the whole constructed using flat bar horizontal balustrades raking balustrades Stainless steel (grade 304) wall mounted tubular railing in hairline finish welded to 'L' shape steel bracket bolted onto wall horizontal balustrades raking balustrades Mild Steel 1000mm high hot dipped galvanised mild steel railing constructed of handrail fixed on vertical support anchor to concrete kerb (measured separately); infill with vertical balusters welded to horizontal rail at top and bottom; the whole constructed using flat bar horizontal balustrades raking balustrades Hot dipped galvanised mild steel wall mounted tubular railing welded to 'L' shape steel bracket bolted onto wall horizontal balustrades raking balustrades PROPRIETORY DEMOUNTABLE PARTITIONS Proprietory Toilet Cubicle Toilet cubicles complete with door and partition constructed of solid phenolic core face both sides with laminated plastic complete with aluminium framing and nylon fixing accessories and ironmongery Floor mounted system Ceiling hung system Description Unit Rates (S$)

A B

m m

833.30 873.30

C D

m m

368.30 391.70

E F 4.2

m m

108.30 111.70

A B

m m

148.30 153.30

C D 5 5.1

m m

64.30 71.30

A B

cubicle cubicle

1,200.00 1,225.00

SFR/19

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item VIII FLOOR FINISHES 1 1.1 IN-SITU FINISHES Plain Paving Cement and sand (1:3) paving trowelled smooth average 25mm thick; generally average 30mm thick; generally average 38mm thick; generally average 50mm thick; generally add or deduct each 10mm thickness Waterproofed Paving Cement and sand (1:3) paving trowelled smooth including approved waterproofing additive average 25mm thick; generally average 30mm thick; generally average 38mm thick; generally average 50mm thick; generally Hardened Paving Cement and sand (1:3) paving trowelled smooth; including approved light duty metallic hardener (0.25kg of hardener per kg of cement) average 25mm thick; generally average 50mm thick; generally Cement and sand (1:3) paving trowelled smooth; including approved heavy duty metallic hardener (0.5kg of hardener per kg of cement) average 25mm thick; generally average 50mm thick; generally Liquid applied floor hardener Supply and apply 3 coats of liquid applied hardener to concrete surface A 1.5 to floor; generally Anti-skid Coating Supply and apply epoxy coatings to concrete surface to floor; generally m2 34.30 Description Unit Rates (S$)

A B C D E 1.2

m2 m2 m2 m2 m2

15.20 16.30 17.80 22.30 1.70

A B C D 1.3

m2 m2 m2 m2

18.40 19.50 20.30 24.90

A B

m2 m2

19.00 21.30

C D 1.4

m2 m2

23.00 26.20

m2

17.90

SFR/20

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 1.6 Granolithic Paving Granolithic paving in cement, sand and granite chippings (2:1:5) mortar to concrete surface; including scrubbing to produce exposed aggregate finish average 25mm thick; generally average 32mm thick; generally average 50mm thick; generally Screed Bed Cement and sand (1:3) screed to receive floor finishes (measured separately) 13mm thick 20mm thick 25mm thick 32mm thick 38mm thick 50mm thick add or deduct each 10mm thickness CARPET FINISHES Labour Supply labour and compatible adhesive for laying carpet; on smooth and levelled surface (measured separately) carpet tile to floor; generally broadloom carpet to floor; generally Extra over for supply and install of foam rubber underlay VINYL FINISHES Labour Supply labour and compatible adhesive for laying vinyl tiles; on smooth and levelled surface (measured separately) to floor; generally STONE FINISHES Labour Supply labour and compatible adhesive for laying granite / marble slab including pointing with coloured grout to floor; generally to skirting ne 150mm high, generally to skirting 150-300mm high, generally Description Unit Rates (S$)

A B C 1.7

m2 m2 m2

37.80 39.30 47.00

A B C D E F G 2 2.1

m2 m2 m2 m2 m2 m2 m2

11.40 12.80 13.80 14.90 15.60 17.80 1.50

A B C 3 3.1

m2 m2 m2

7.90 9.10 2.80

A 4 4.1

m2

11.00

A B C

m2 m m

67.40 12.20 16.70

SFR/21

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 5 5.1 TILE FINISHES Labour Supply labour and compatible adhesive for laying ceramic / homogeneous / porecelain tiles including pointing with coloured grout to floor; generally to skirting ne 150mm high, generally to skirting 150-300mm high, generally Supply labour and compatible adhesive for laying mosaic tiles including pointing with coloured grout to floor; generally to skirting ne 150mm high, generally to skirting 150-300mm high, generally BRICK / BLOCK PAVING Interlocking Pavers Supply and lay interlocking pavers complete with matching colour pointing, interlocked together and laid to patterns including levelling and compacting sand bed 80mm thick brick paver to floor; generally 80mm thick concrete paver to floor; generally GLASS BLOCKS Glass Block Floors Supply and lay standard glass blocks with compactible adhesive including pointing with coloured grout 95mm thick to floor; generally RAISED FLOORING Raised Floor System Supply and install raised accessed floor system with bare finish overall 150mm high overall 300mm high Description Unit Rates (S$)

A B C

m2 m m

33.30 9.00 11.80

D E F 6 6.1

m2 m m

39.50 10.30 15.20

A B 7 7.1

m2 m2

45.80 55.10

A 8 8.1

m2

343.30

A B

m2 m2

75.00 88.30

SFR/22

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 9 9.1 SUNDRIES Dividing Strip Supply and fix 25mm high dividing strip to edge of floor finish 2mm thick aluminium 2mm thick stainless steel Tactile floor Supply and install tactile tiles; on cement and sand screed (measured separately) 300 x 300mm tactile tiles to floor; generally Description Unit Rates (S$)

A B 9.2

m m

8.80 15.20

A IX

m2

114.10

WALL FINISHES IX 1 1.1 WALL FINISHES IN-SITU FINISHES Smooth Finished Plaster Plastering in cement and sand (1:4) mortar plasticiser finished with a steel trowel to concrete or brick surface 6mm thick; internal 13mm thick; internal 20mm thick; internal 20mm thick; external Skim Coat Plaster Skim coat plaster finished smooth to concrete surfaces to wall/column, generally Screed Backing Cement and sand (1:3) screeded backing finished with wood float to concrete or brick surface to receive tiling (measured separately) 13mm thick; generally 20mm thick; generally Aggregate Plaster Granite aggregate plaster in cement and granite chippings (1:2) mortar with plasticiser to concrete or brick surface; including scrubbing to produce exposed aggregate finish 20mm thick; generally 25mm thick; generally

A B C D 1.2

m2 m2 m2 m2

11.80 16.00 19.40 20.10

A 1.3

m2

9.50

A B 1.4

m2 m2

14.50 17.10

A B

m2 m2

25.00 26.10

SFR/23

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 2 2.1 TILE FINISHES Labour Supply labour and compatible adhesive for laying ceramic / homogenous / porcelain tiles including pointing with coloured grout to walls; generally Supply labour and compatible adhesive for laying mosaic tiles including pointing with coloured grout to walls; generally STONE FINISHES Labour Supply labour and compatible adhesive for laying granite / marble slabs including pointing with coloured grout to walls; generally Supply labour and compatible adhesive for laying granite / marble slabs including mechanical fixing and pointing with coloured grout to walls; generally SHEET FINISHES Labour Supply labour and compatible adhesive for fixing decorative fabric or vinyl paper including cutting border strips, corners and motifs to profile A X to walls; generally m2 6.10 Description Unit Rates (S$)

m2

34.00

B 3 3.1

m2

29.20

m2

70.30

B 4 4.1

m2

143.80

CEILING FINISHES 1 1.1 IN-SITU FINISHES Skim Coat Plaster Skim coat plaster finished smooth to concrete surfaces to ceiling, generally Extra over for every 1.5m high

A B

m2 m2

8.40 1.50

SFR/24

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 2 2.1 SUSPENDED CEILINGS Metal Framed Ceilings (Exposed Grid) Ceiling board fixed to an appoved pattern on exposed grid type suspended system and framing; complete with concealed galvanised nails including framing of board to all ends of grids along the boundaries; not exceeding 3.5m high 600 x 600 x 15mm thick Mineral fibreboard, pre-finished face pattern panels with a white paint finish 600 x 600 x 15mm thick Acoustical mineral fibreboard, pre-finished face pattern panels with a white paint finish 600 x 600 x 20mm thick Acoustical mineral fibreboard, pre-finished face pattern panels with a white paint finish 600 x 600 x 9mm thick calcium silicate board 600 x 600 x 13mm thick calcium silicate board 600 x 600 x 9mm thick cement board 600 x 600 x 12mm thick cement board 600 x 600 x 9mm thick fibrous gypsum board 600 x 600 x 13mm thick fibrous gypsum board Extra over for every 1.5m high Metal Framed Ceilings (Concealed Grid) Ceiling board fixed to an approved pattern on concealed type suspended system and framing; jointing and finishing to give a flush seamless surface ready to receive decoration; not exceeding 3.5m high A B C D E F G H I J 2.3 15mm thick acoustic fibreboard 20mm thick acoustic fibreboard 9mm thick fibrous gypsum board 12mm thick fibrous gypsum board 9mm thick moisture resistance fibrous gypsum board 12mm thick moisture resistance fibrous gypsum board 9mm thick calcium silicate board 13mm thick calcium silicate board 9mm thick cement building board Extra over for every 1.5m high Metal Ceilings Metal panel ceiling fixed to an approved pattern; including metal sheet laid in proprietary system and concealed supports; not exceeding 3.5m high Aluminium strip ceiling of ribs with baked enamel finish fixed to suspended carrier rails 0.60mm thick x 100mm wide module Steel strip ceiling of ribs with baked enamel finish fixed to suspended carrier rails 84mm wide module Aluminium perforated ceiling system fixed to perforated clip-in system' Aluminium open cell ceiling system comprising U shaped blades 9mm wide x 40mm thick and suspension system, blade at 100mm Aluminium plank ceiling system fixed to perforated clip-in system Extra over for every 1.5m high m2 m2 m2 m2 m2 m2 m2 m2 m2 m2 39.30 44.30 30.80 37.00 33.30 36.20 37.00 41.50 40.20 2.00 Description Unit Rates (S$)

A B C D E F G H I J 2.2

m2 m2 m2 m2 m2 m2 m2 m2 m2 m2

31.50 33.80 35.40 35.70 39.50 35.30 41.30 32.20 35.30 2.00

A B C D E F

m2 m2 m2 m2 m2 m2

79.50 65.30 108.50 99.00 94.30 2.50

SFR/25

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item XI GLAZING 1 1.1 STANDARD GLASS In Panes Obscured glass fixed to metal frame (m/s) 5mm thick 6mm thick Clear float glass fixed to metal frame (m/s) 6mm thick 8mm thick 10mm thick 12mm thick Tinted float glass fixed to metal frame (m/s) 5mm thick 6mm thick 8mm thick 10mm thick 12mm thick Clear laminated tempered glass in metal frame (m/s) 12.76mm thick (6mm tempered + 0.76mm PVB + 6mm float) 17.9mm thick (8mm tempered + 1.9mm PVB + 8mm float) Low emittance (Low-E) clear float glass to metal frame (m/s) 6mm thick 8mm thick Low emittance (Low-E) clear tempered glass to metal frame (m/s) 6mm thick 8mm thick Clear tempered glass fixed onto metal frame (m/s) 12mm thick Tinted wired glass fixed onto metal frame (m/s) 6mm thick Description Unit Rates (S$)

A B

m2 m2

57.10 62.00

C D E F

m2 m2 m2 m2

58.30 64.10 97.50 123.50

G H I J K

m2 m2 m2 m2 m2

37.60 50.90 71.30 135.20 156.80

L M

m2 m2

173.30 233.30

N O

m2 m2

90.70 110.70

P Q

m2 m2

105.80 126.70

m2

202.00

m2

146.00

SFR/26

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 1.2 In Louvres Obscured glass with ends fixed to metal clips 100mm wide x 600mm long x 6mm thick 150mm wide x 600mm long x 6mm thick Clear float glass with ends fixed to metal clips 100mm wide x 600mm long x 6mm thick 150mm wide x 600mm long x 6mm thick Tinted float glass with ends fixed to metal clips 100mm wide x 600mm long x 6mm thick 150mm wide x 600mm long x 6mm thick Tinted wired glass with ends fixed to metal clips 100mm wide x 600mm long x 6mm thick 150mm wide x 600mm long x 6mm thick In Panels/Doors Clear float toughened glass fixed to metal frame (m/s) 6mm thick 8mm thick 10mm thick Tinted float toughened glass fixed to metal frame (m/s) 6mm thick 8mm thick 10mm thick Low emittance (Low-E) clear float glass fixed to metal frame (m/s) 6mm thick 8mm thick 10mm thick SPECIAL GLASS Mirrors Frameless mirror glass with copper backing in polished pencil edge; concealed fixing, plugging and screwing to walls 6mm thick clear mirror 6mm thick tinted mirror Beveling to straight edges including internal mitres and scallops 8mm wide 10mm wide 12mm wide Aluminium framed mirror glass with copper backing; concealed fixing, plugging and screwing to walls 6mm thick clear mirror 6mm thick tinted mirror Description Unit Rates (S$)

A B

No No

3.10 4.20

C D

No No

3.00 3.60

E F

No No

3.10 3.70

G H 1.3

No No

9.20 13.50

A B C

m2 m2 m2

95.30 118.90 143.60

D E F

m2 m2 m2

96.30 125.10 161.30

G H I 2 2.1

m2 m2 m2

91.70 111.30 136.30

A B

m2 m2

201.50 206.60

C D E

m m m

58.30 65.00 72.50

F G

m2 m2

241.40 246.50

SFR/27

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 3 SHOWER SCREEN Framed shower screen with clear tempered glass; comprising one fixed panel and one swing door complete with polished stainless steel Lshaped handle, ironmongeries and all necessary fixing accessories A B 8mm thick glazing 10mm thick glazing Frameless clear tempered glass shower screen; comprising one fixed panel and one swing door complete with polished stainless steel Lshaped handle, ironmongeries and all necessary fixing accessories C D XII 10mm thick glazing 12mm thick glazing m2 m2 323.30 373.30 m2 m2 358.30 385.00 Description Unit Rates (S$)

PAINTING 1 1.1 INTERNAL PAINTING General Surfaces Preparing, sealing, applying paint on plastered or concrete surfaces one sealer coat and two finishing coats of acrylic emulsion paint one sealer coat and two finishing coats of acrylic elastomeric paint one sealer coat, one undercoat and two finishing coats of acrylic emulsion paint one sealer coat, one undercoat and two finishing coats of acrylic elastomeric paint one sealer coat, one texture coat and two finishing coats of emulsion paint one sealer coat, one texture coat and two finishing coats of acrylic elastomeric paint Timber Surfaces Preparing, priming, applying paint on timber surfaces two coats of aluminium wood primer two coats of wood preservative painting two coats of stain and two coats of wax polish two coats of clear varnish one coat of aluminium wood primer, one undercoat and two finishing coats of synthetic enamel paint one coat of stain and three coats of clear polyurethane two coats staining, varnishing three coats of translucent finish on wood

A B C D E F

m2 m2 m2 m2 m2 m2

3.80 4.20 4.40 5.10 8.90 12.70

1.2

A B C D E F G

m2 m2 m2 m2 m2 m2 m2

7.20 3.40 7.60 10.70 10.80 11.80 13.50

SFR/28

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 1.3 Metal Surfaces Preparing, priming, applying paint on metal surfaces two coats of aluminium paint one undercoat and two finishing coats of synthetic enamel paint one coat of zinc chromate primer, one alkyd resin undercoat and two finishing coats of synthetic enamel paint Weldmesh Surfaces Preparing, priming, applying paint on metal surfaces (measured flat on one side) two coats of aluminium paint one undercoat and two finishing coats of synthetic enamel paint one coat of zinc chromate primer, one alkyd resin undercoat and two finishing coats of synthetic enamel paint Large Metal Pipe Surfaces Preparing, priming, applying paint on large metal pipes two coats of aluminium primer, one undercoat and two finishing coats of synthetic enamel paint two coats of zinc chromate primer, one undercoat and two finishing coats of synthetic enamel paint Small Metal Pipe Surfaces Preparing, priming, applying paint on small metal pipes two coats of aluminium primer, one undercoat and two finishing coats of synthetic enamel paint two coats of zinc chromate primer, one undercoat and two finishing coats of synthetic enamel paint Large UPVC Pipe Surfaces Preparing, priming, applying paint on large uPVC pipes one coat of polyvinyl acetate primer, one undercoat and two finishing coats of synthetic enamel paint Small UPVC Pipe Surfaces Preparing, priming, applying paint on small uPVC pipes one coat of polyvinyl acetate primer, one undercoat and two finishing coats of synthetic enamel paint Fire Protection Supply and spray vermiculite to general surfaces 13mm thick 25mm thick 50mm thick Description Unit Rates (S$)

A B C

m2 m2 m2

4.10 9.70 12.00

1.4

A B C

m2 m2 m2

9.70 14.30 16.20

1.5

A B

m m

4.00 3.80

1.6

A B

m m

3.10 3.20

1.7

3.10

1.8

2.60

1.9

A B C

m2 m2 m2

23.50 31.60 44.40

SFR/29

PROPOSED UPGRADING OF EXISTING ST.STEPHEN'S SCHOOL

SCHEDULE OF FIXED UNIT RATES (from BCA - Publication date 19 August 2013)
Item 2 2.1 EXTERNAL PAINTING General Surfaces Preparing, sealing, applying paint on plastered or concrete surfaces one sealer coat and two finishing coats of weathershield emulsion paint one sealer coat and two finishing coats of acrylic elastomeric paint one sealer coat, one texture coat and two finishing coats of weathershield emulsion paint one sealer coat, one texture coat and two finishing coats of acrylic elastomeric paint three coats of water based high build acrylic resin texture coat incorporating natural granite chip c/w clear top coat Preparing, sealing, applying paint on fairface mansory surfaces two coats of water repellant solution GENERAL Labour Supply labour to prepare and apply paint on concrete or plastered surface timber surface metal surface large pipe surface small pipe surface m2 m2 m2 m m 1.40 1.40 1.40 1.40 1.40 Description Unit Rates (S$)

A B C D E

m2 m2 m2 m2 m2

5.50 5.90 9.00 10.90 12.00

F 3 3.1 A B C D E

m2

4.20

SFR/30

Proposed Upgrading of Existing St. Stephen's School 1. 1.1 General The Contractor is to insert below Daywork rates to be applied where work cannot properly be measured and valued in accordance with the rates inserted in the Schedule of Prices or the Schedule of Rates for work items included in this Section. This Schedule of Daywork Rates shall be read and applied in conjunction with the provisions in the Conditions of Contract. The Contractor will give notice to the Superintending Officer or Resident Technical Officer of the commencement and completion of any work which the Contractor considers falls within the definition of Daywork. Claims for payment for work on a Daywork basis must be accompanied by time sheets and materials and goods vouchers, endorsed by the Resident Technical Officer or Superintending Officer's Representative. Such endorsement will not bind the Quantity Surveyor to value the work as Daywork. If required the Contractor will also produce wages books and official receipts of payments in support of his account. Daywork sheets must be submitted to the Resident Technical Officer or Superintending Officer's Representative for endorsement before the close of the following working day after the execution of the daywork. Daywork sheets without the endorsement by the Resident Technical Officer will not be entertained. Back-dating of Daywork sheets shall not be allowed. Claims accompanied by late time sheets and vouchers may be rejected by the Superintending Officer/Quantity Surveyor at his discretion. Rates shall be deemed to include all necessary costs and expenses, etc. to adequately cover the Contractor's obligations under the Conditions of Contract. Labour The rates shall be deemed to include: (a) Labour and all allied costs in connection therewith and any items of expenditure which are not allowed for elsewhere, such as Holidays with Pay, Public Holidays with Pay, Central Provident Fund (CPF) Contributions, accommodation and messing costs, fares, any costs due to importing labour from other districts etc., bonuses, including for preparatory and temporary work, and for delays due to wet or inclement weather. All site supervision and staff. Scaffolding Non-powered hand tools such as picks, shovels, barrows, etc. Powered hand tools Standing time and traveling time Overheads and profit

1.2

1.3

1.4

1.5

1.6

2. 2.1.

(b) (c) (d) (e) (f) (g)

SFD/1

Proposed Upgrading of Existing St. Stephen's School 2. 2.2 2.3 Labour (Contd) Only time actually spent upon Daywork will be considered for payment. The hourly rates shall be used as a basis for variation works as per the Conditions of Contract. The Contractor is required to submit supplementary hourly rates as attachment to this Section if he considers other hourly rates may be applicable in the course of the Works. Category Bar Bender Brick/Block Layer Carpenter Concretor Electrician Ironmonger Joiner Labourer (Skilled) Labourer (Unskilled) Operator - Mobile Crane Operator - Plant Hourly Rate S($) 13.00 12.00 13.00 12.00 12.00 12.00 15.00 9.00 5.00 20.00 15.00 Category Painter Pavior Plasterer Plumber Roofer Scaffolder Steel Worker Tiler Welder Hourly Rate S($) 12.00 12.00 12.00 13.00 13.00 12.00 13.00 13.00 13.00

SFD/2

Proposed Upgrading of Existing St. Stephen's School 3. 3.1 3.2 3.3 Plant The rates will apply to both Contractor's own plant or hired plant. Plant rates generally will include all accessories e.g. hoses, breakers, graps, skips, slings, burners, welding tools, etc. The rates shall also be deemed to include: (a) (b) (c) (d) (e) 3.4 3.5 All consumable (including fuels, lubricants, electrodes, gases, etc.) All maintenance & spares Standing time Temporary tracks, sleepers, etc. Overheads and profit

Cost for mobilization and demobilization the plant will not be paid unless the plant required does not exist on site and has to be brought in from elsewhere specifically only for the Daywork concern. Only time actually spent upon Daywork at the units contained in the schedule will be considered for payment. Minimum hire period will not apply, which will be determined by the Superintending Officer. Where special mechanical plant is required for use in Daywork, the amount to be paid to the Contractor will be subject to agreement with the Superintending Officer. The hourly rates inserted shall be used as a basis for variation works as per the Conditions of Contract. The Contractor is required to submit supplementary hourly rates as attachment to this Section if he considers other hourly rates may be applicable in the course of the Works.

3.6 3.7

SFD/3

Proposed Upgrading of Existing St. Stephen's School 3. Plant (Contd) Category Air Compressor 128 cfm Air Compressor 265 cfm Air Compressor 600 cfm Bar Cutter Bulldozer (17 Ton/165 HP) Concrete Mixer 0.5m
3

Hourly Rate S($) 6.00 9.00 12.00 7.00 30.00 10.00 30.00 13.00 15.00

Category Mobile Crane 50 Ton Mobile Crane 30 Ton Mobile Crane 20 Ton Pneumatic Breaker (40 lbs) Submersible Water Pump (75mm) Truck Crane 20 Ton Truck Crane 15 Ton Vibrating Roller (20 Ton) Welding Set (400 Amps)

Hourly Rate S($) 180.00 110.00 70.00 5.00 10.00 150.00 120.00 30.00 5.00

Dump Truck (15 Ton) Dumper 2 Ton Generator (100 to 300 KVA) Generator (not exceeding 100 KVA) Hydraulic Excavator (1m to 1.8m capacity) Hydraulic Excavator (not exceeding 1m capacity) Mini Excavator (1.5 to 2.8 Ton)

30.00

Wheel Loader (1.5m/110 HP)

10.00

50.00

35.00

30.00

SFD/4

Das könnte Ihnen auch gefallen